Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-230Temp. Reso. # 10559 September 22, 2004 1 Revision 1, October 1, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004- a,�O 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-14-00, ENTITLED "WATER METERS" FOR A MAXIMUM ANNUAL COST NOT TO EXCEED $120,000.00 FOR THE PURPOSE OF REPLACING AND INSTALLING NEW WATER METERS; APPROVING FUNDING FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABLIITY; AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Utilities Department is engaged in an aggressive water meter replacement program throughout the water distribution system; and WHEREAS, the American Water Works Associations has established water meter exchange periods 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 operation; and Temp. Reso. # 10559 September 22, 2004 2 Revision 1, October 1, 2004 WHEREAS, the City Commission has appropriated funding to address meter replacement, new meter installation, and meter relocations throughout the water distribution system; and WHEREAS, City Code Section 6-155 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-14-00 for the purchase of water meters to Schlumberger Resource Management Services, Inc., from February 22, 2000 through February 21, 2001 (a copy of which is attached hereto as "Exhibit A"); and WHEREAS, Schlumberger Resource Management Services, Inc., has changed its corporate name to Neptune Technology Group, Inc. (a copy of which is attached hereto as "Exhibit B"); and WHEREAS, the City of Pompano Beach has exercised its fourth one year extension of Bid Number H-14-00 for the purchase of water meters from Neptune 1 Temp. Reso. # 10559 September 22, 2004 3 Revision 1, October 1, 2004 Technology Group, Inc., from February 22, 2004 through February 21, 2005 (a copy of which is attached hereto as "Exhibit "C"); and WHEREAS, Neptune Technology Group, Inc., has agreed to offer an extension of Pompano Beach Bid Number H-14-00 to the City of Tamarac via their local distributor, Sunstate Meter & Supply, Inc. (a copy of which is attached hereto as "Exhibit D"); and WHEREAS, the Director of Utilities and Purchasing/Contracts Manager recommend that the City of Pompano Beach Bid Number H-14-00 be utilized for the purchase of water meters for an amount not to exceed $120,000.00 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 Neptune Water Meters from Neptune Technology Group, Inc., via their local distributor, Sunstate Meter & Supply, Inc., utilizing the City of Pompano Beach Bid Number H-14-00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: Temp. Reso. # 10559 September 22, 2004 4 Revision 1, October 1, 2004 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. 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-14- [e SECTION 3: One hundred twenty thousand dollars ($120,000.00) is approved to be funded from the appropriate Utilities Operational account. 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. 1 1 Temp. Reso. # 10559 September 22, 2004 5 Revision 1, October 1, 2004 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 13t" day of October, 2004. ATTEST: JOE SCHREIBER MAYOR W RECORD OF COMMISSION VOTE: MARION SW NSON, CMC MAYOR SCHREIBER CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TAL DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS� I HEREBY CERTIFY that I have approved this RESOLUTION as to form. �- MITCHELL S. KRAF CITY ATTORNEY 1 GENERAL SERVICES DEPARTMENT PvrrNs-ing t1,vi-In 119C NF I .avenue Po t)r+rec 13uti pimpuno FL 33 61 City of Pompano Beach, Florida February 23.2000 L.M. Russo, Controller Schlumberger Resource Management Services, Inc. 1600 Alabama IiNvy. 229 South Tallassee, Alabama 36078 Via fax to (334) 283-7299 Ta1assgEcniBIT ^a^ Phone' (934) 7:b• F.i.,C: (9341 7.54•�.:: Dear Mr. Russo. The City Commission; at their February 22 meeting. agenda item 8, approved award of an open-end contract at the unit prices bid to your company for the folloaing: Bid 14-14-00, «'ater Meters The contract period shall be one year; through February 21, 2001. The. Cit will place orders for water meters: as needed, at the unit prices bid, throughout the contract period. The specifications, terms and conditions of the Aid 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 (95 4) 786-4098. Thank you for your cooperation in this matter. Very truly yours. Lecta Hardin. CPPB Purchasing Supervisor PC: Terry GLlllztt. Client Services N-lanager. Schlumberger Mark Eddington. Water Distribution Supervisor file -• a._.,.: gt....,- 5s:� B:_r..-..., e��{.,,. �._ nr, n:• Dvt••a�lr Or r.ti 9a� � ^. •+-:<a:^+9 Sir: W Meeting Date: February 22, 2000 ! Agenda Item REQUESTED COMMISSION ACTION: Copy X Consent Ordinance Resolution Consideration Workshop SHORT TITLE Approval to award Bid H-14-00 'Water Meters' to sole bidder, Schlumberger Resources OR MOTION: Mgmt_Services Inc for an nnual contract and approve the standardization of Neptune Summary of Purpose and Why: Bid H-14-00 was issued to provide an annual contract for the supply of water meters for use within the City. As in previous years, the Schlumberger Neptune, brand is the only meter to meet specifications. The Commission has approved previous bids on a `singlelsole brand" basis without the standardization request. Staff requests, at this time, approving the standardization of Neptune meters as the sole meter to be used in the City's water supply system. With the exception of meter parts contained in Grdup 6, Central Stores inventories all meters. Usage is based on inventory history and the estimated amount of the award (including strainers) is $206.048.00. This may increase or decrease depending upon the needs of the City. City Commission approval of the contract award with four (4)-1 year renewal options and standardization of Neptune brand Water meters is requested. QUESTIONS TO BE�ANSWERED BY ORIGINATING DEPARTMENT: (1) Origin of request for this action: staff Ext. X40981Ka0fi1 (2) Primary staff contact: Emie Sie rist/William Flaherty (3) Expiration of contract, if applicable: (4) Fiscal impact & source of funding Fundingis available from the Central Stores Asset Invento acco ant #501-0000-141.05-00 and budgeted funds in a ro riate Utilities De artment accounts. DEPARTMENTAL COORDINATION General Services Finance Budget DEPARTMENTAL DEPARTMENTAL HEA TURF D TE R� ECOMMEND TION O ER !- Dp •y" Advisory Board Planning and Growth Management Director X Public Works Administrator _L City Manager ACTION TAKEN BY COMMISSION: Ordin nce Resolution Consideration 1st Reading 1st Reading Results: 1 p sho Results: 2-nd- Reading MEMORANDUM Purchasing #00-085 February 8, 2000 To: Ernie Siegrist, General Services Director From: Leeta Hardin, CPPB, Purchasing Supervisor Subiect: Award Bid H-14-00 Water Meters Contrac. Nccd/Background Hid H-14-00 was issued to establish an annual, open-end contract for the purchase of water meters, delivered, as needed for inventory in the Central Stores Warehouse and for direct purchase by the Utilities Departmeni. The specifications for this bid were generated from information furnished by the Utilities Department. A single bid was submitted by Schlumberger Resource Management Services, Inc., the City's current vendor for water meters. In anticipation of a contract award and possible standardization on the Neptune meter manufactured by Schlumberger, Purchasing met with a repretentative from Schlumberger to discuss the proposal they had submitted to the City. As a result of this meeting, Schlumberger agreed to reduce the price of 5/8" x 3/4" disc meters, which are the main item ordered by the City, from 524.50 as bid, to $24.25 each. The vendor also offers a trade-in credit for used 5/8" x 3/4" and 1" disc meters. Although the scrap price has declined from the price bid three yjars ago, the vendor is willing to renegotiate this trade-in credit at the time of contract renewal if the general market price for scrap increases. The City also reserves the option to sell our scrap on the open market rather than using it as a trade-in toward new meters. Attached you will find copies of the bid tabulation, bid mailing list, and bid solicitation document. Bid award is recommended to the sole bidder, Schlumbcrger Resource Management Services, Inc. Bidder ist The Bidders List was created by using companies suggested by the requesting department, companies which have responded to prior bids, companies which have requested their names be placed on the Bid List, and companies from appropriate listings in other source books. Number of bid packages issued 23 Number of complete bids received 1 Number of incomplete/nonresponsive/late bids received 0 Number of "no bid" responses submitted in response to bid package 16 Number of companies who received bid packages but did not respond 6 Purchasing #00-085 Page 2 . February 8, 2000 dverti in The Bid was advertised in the Sun Sentinel, and notices were also sent to BidNet Processing Center, Florida Bid Repotting Service, FAU Small Business Development Center, Florida Regional Minority Purchasing Council, Latin Chamber of Commerce, Metro Broward Economic Development Corp., Minority Builders Coalition, Urban League of Broward, Info Bid; acid the Clipping Bureau of Florida. Bid notices are also posted on the City's web page. Fun in The total annual value of this contract, based on the trait prices bid and the estimated quantity of various types of water meters to be purchased, is $206,048.00. Purchases will be made, as needed, from the Central Stores Asset Inventory account 501-0000-141.05-00, and budgeted funds in the appropriate Utilities Department account. Award RecoMMMdatim It is recommended that a one-year contract award be made to the single bidder, Schlumberger Resource Management Services, Inc,, at the unit prices bid. The contract period will be one (1) year, commencing upon award by the Commission. The contract may be renewed for four (4) additianal one-year periods, subject to the terms and conditions contained in the bid specifications. nh enclosures PC; file GENERAL SERVICES DEPARTMENT MEMORANDUM Memo #00-086 DATE: February 14, 2000 4 TO: C. William Hargett, Jr., City Manager FROM: Ernie A Siegrist, General Services Director SUBJECT: Water Meter Standardization Request RESPONSIBILITY: Resolution 96-62,t passed by the City Commission April 9, 1996, revised certain sections of Chapter 32, Code of Ordinances pertaining to procurement policies as well as adding Section 32,45 "Standardization". This section delegates responsibility to the General Services Director for standardizing types of commodities used by City agencies. BACKGROUND: This department, in conjunction with the Utilities Department, has conducted a wide-ranging study of suitable water meters for use in the City as well as the emerging technology of remote reading (touch -read) meters. The research also developed pricing offered other communities currently holding contracts for same brand water meters. The City Commission has historically been presented agenda items time and again requesting the award of water'meter contracts to a single bidder (Schlumberger) without a request for standardization. Bids have been issued and mailed to all known water meter manufacturers and none meet the specifications or needs of the City. Recent technological changes in the industry have also introduced remote meter reading capability to water meters. These units have been tested in our local system with a high rate of success, The City has also within the past year issued a bid to determine the availability of remote reading units. The bid determined that there are two systems in use, Schlumberger (touch) and pulse system used by Sensus. Only one vendor, Schlumberger, offered a programmable reading unit; programmable being a "must include" part of the specification developed by the City. RESEARCH: 1. Pricing: The Cities of Hollywood and Deerfield Beach currently have contracts with Schlumberger for similar size meters. Pricing in these communities is up to 10% higher for the 5/8" size meter and comparable higher pricing for other size meters. (The 5/8" is the most commonly used meter for residential installations). It is anticipated that the negotiated bid price per meter will remain constant for the initial period of the contract as well as optional renewal periods. 2. Current Meters in Ground: As of February 9, 2000, the City has 18,061 water meters of various sizes installed throughout the City.16.354 (90.5%) are Schlumberger Neptune brand. Other meters Include Badger brand; meters that are old enough that repair parts are'no longer made for the unit. When these fail, the meter is replaced with a new Neptune brand. 3. Repair Part Support Inventory: Water Distribution Division keeps approximately a $32,000.00 inventory of meter parts. Since moving towards the Neptune brand, this expenditure has decreased. Previous meter brands used by the City (with some still in service) require more parts to replace per unit than the Neptune does. The Neptune's simplistic, but effective & durable design allows spare parts inventory values to decrease. Adding other brands on an active basis will only increase initial costs. 4. Converting System to Remote Reading: Complete change -out of meter is required if different brand of meter introduced into the system. Simple programmable touch pad added to currently installed brand meter without disruption of water supply. Schlumberger has stated the pricing offered 12 months ego for encoder water meters is still on the table to the City of Pompano Beach. DEPARTMENT/DIVISION .JUSTIFICATION: Although water meters are stocked at Central Stores and issued through the Inventory system, the Utilities Department/Water Distribution Division adds their approval to any award of this nature. Justification for the standardization of these units is contained in two memos. Memo 99- 164 from William Flaherty, Utilities Director, as this process was being started. Memo 00-18 from Mark Eddington, dated February 10, 2000, provides additional justification with special emphasis on the encoder registers. - RECOMMENDATION: It is in the best interest of the City to approve the standardization of Schlumberger brand Neptune meters at this time. Current technology, design, cost and trade-in features of these units meet the current needs of the City. The ability to change out units without disrupting the water supply to the customer, as well as providing technology that accurately measures water use and gives accurate billing information are among the main features to back up this recommendation. Cc: file MEMORANDUM UTILITIES DEPARTMENT 00-18 DATE: February 10, 2000 TO: Ernie A. Siegrist, General Services Director VIA: Bennie Scott Jr., Seuior Utilities Supervisorj,� >r FROM: Mark Eddington, Water Distribution Supervisor SUBJECT: Encoder Registers & Schlumberger Water Meters The following is a"listing of some of the features of Schlumberger Water Meters and Encoder Registers: Water Meters: Accuracy to 1/8 gpm, other brands only to 1/4 gpm. Full line of meters from'/. residential to 8" compound and fire service. Excellent factory support and training. 25 years of field experience with City of Pompano Beach Utilities. Encoder Registers: Exact encoder registers -- If connection from pad to wire is broken when repair is w _ made, register will transmit exact reading odometer and electronic read will match. With a pulse system all pulses missed during wire failure are lost and reading on meter odometer would not match transmitted reading. No batteries in register or touch read pad. Batteries for Schlumberger encoder system are in the rechargeable reading wand. Schlumbergcr encoder register is field programmable. This allows us to retrofit existing meters with encoder touch registers and to program register head ID numbers in the field to match stamped bronze case number on existing meter. Other brands do not allow this programmability feature. Schlumberger offers guaranteed cash back at prevailing rates of correlation of odometer reading to electronic read. Register change -out to encoder is done without shutting off water supply to customer. This allows utility to convert system with no inconvenience to customer or possible contamination to system by splitting cases for register change -out. r Utilities Memo 1400.1$ February 10, 2000 Page 2 We now have 17,000 water meters of varying sizes — VA" —10". 1 estimate that 95% of the meters in the system now are Schlumberger and we would not need to buy complete meters. Rctro fitting existing 3/," meters would save us $;1 per meter, 65% of the system is'/," meters. We own the equipment to geld program Schlumberger encoder registers now. We have a complete parts inventory for all size meters and have 25 years, experience in the repair and maintenance of Schluimberger water meters. ME:lo:n Cc: William F. Flaherty, PE, Utilities Director Phone: (954) 786-4061 City of Pompano Beach Fax: (954) 786.4028 Utilities Department MEMORANDUM N0, 99-164 May 12, 1999 TO: Ernie Siegrist FROM: William F. Flaherty, P.E., Utilities Director SUBJECT: Standardization of Water Meters We have discussed in the past the benefits to standardizatlon of water meters. I would like to reiterate herein the arguments for doing so. 1. We carry the following sizes of meters in stock: 5/8, 314, 1", 1.5", 2", 3", 4", 4" by 1"1 5" by 1.5", 6", S", W by 2% 10" and 10" by 2", meters. With this large inventory of sizes it is difficult and very expensive to carry repair or replacement parts for each size. The physical inventory needed is extensive in both numbers and space, Our available facility space is presently filled with parts for the meters that we currently utilitze. If we are to begin installing another type of meter we would have to double our current space to enable us to maintain the required inventory. 2. it is also important for us to provide ongoing training and education for all meter repair personnel to insure that our meters are in good operating condition and accurate to industry standards. This is an ongoing process even with one type of meter in our system. To add another meter type would double the required training and education that we provide our personnel. The more meter types the more inventory of parts, the more training and education that will be necessary to insure consistency, accuracy, and availability. 3. The quality and service that we have received from Schlumberger has been excellent. There are presently over 18,000 Neptune meters made by Schlumberger in our system. If we change meters there are possible repercussions that may occur from a customers standpoint. A change in meter heads that would occur with a manufacturer would present a change in appearance of the numbers that may lead to inaccurate readings. There is the possibility that upon calls for service the service vehicle may not have the required parts to complete the repairs without returning to the shop. This will create delays in service and reflect poorly on operations. 4. As technology improves and the cost of this technology comes down, the City will be expanding our remote reading capability. Similar to the situation the IT found itself in when the City standardized on Microsoft Office, due to the nature of technology we must standardize on one manufacturer. We have had good results in our test site using Schlumberger touch -read meters. We are aware that there are several manufacturers offering remote reading technology. Because Schlumberger is a leader in all types of customer metering (they supply this country's largest utilities) using exclusively their meters gives us access to what should be the best proven technology. ' . t 5. The City is required by our agreement with the South Florida Water Management District to expand our reclaimed water system. To ensure efficient use of this resource we will be metering it. These meters must be Schlumberger reclaimed meters fitted with their touch read system. Only then can control costs by using only one meter interface unit (MIU) for the reclaimed meter and potable meter. Standardizing on Schlumberger will allow the option of installing only an updated register on the existing potable water meters. This metering configuration should allow our meter readers to read almost twice the meters in the same time. CITY OF POMPANO BEACH -- BID TABULATION Did *: 11:11M Title: Waterlde= Date 12LIUH Bidder: _ ....._� -- .� ___"Ices,xne.. _ _ - - ---- Grand Total,, q]p Groraps; _ 206,04t3.a0 GROUP 1=- ISC h1 PRICING --, NE1N 5/8" x 3/4", Total for 1,500 Mfg. & part # quoted: Sc{ilumberger Neptune 7.10 ED28 R8G1 1"' price each: _ _...... - $67.00 $46,900.00 Total for 700: Mfg. & part # quoted: - _ _ -__ Schiumberger Neptune T-10 ED2FZ,1R8G1 1.1/2" , price each: _ _ _ $167.00 $10,020.00 Total for 60: _ - Mfg. & part # quoted: _ -- Schiumberger Neptune T-10 ED2H11R8G2 211, price each: -$233.00 $6,990.00 Total for 30: Mfg. & part # quoted: Schlumberger Neptune T-10 ED2311RBG2 _ 5/8" x 3/4" with integrated double check $115.00 backftow preventer, price each: _ $11,504.00 Total for 100: - Mfg. & part # quoted: _ - _Schlumberger Double Check T-10 - Total, new meters: For Group 1, new meters, -delivery bme a. r.o. .... _ _ _..�. �30 days GROUP 1 DISC METERS, 5r8"-2" PRICING --_TRADE-IN ALLI 5/8" x 3/4", used meteredit each:_ --- Total for 1,51", used meter, Credit eddic0Total for 700:Total, trade-in allowance_..-..0NET TOTAL, GROUP 1 (total new'_' 0 meters less total trade-in allowance onvicAd 117ar00 Page i of 5 r � aTy OF POMPANO BEACH -- BID TABULATION Bid #: H-11 Tide: !t) iterM�is~[5 Bidder: _. ..........____Services, Inc...:... _ ..... _.. _ GROUP - COMPOUND M!"iFRS 3", price each:.-, - -;1,140.00 Total for 2: _ _ ;2 280.00 luinberg-& NiOEune Tiu7Flo Compburid Mfg. & part # quoted;.— -EC3BRSG..-- 4", Price each; ..�...�. . _---___._ $1,407.00 Total for 2: -' 'Schlumberger Neptune Tru/Flo Compound Mfg. & part # quoted: _. _ - --fC3CR8G- 6", price each: . _ � _ - ...'.._ - $2,741.00 $2,741.00 Total for 1: _ . _ . .. Schlumberger Neptune Tru/Flo Compound Mfg. & part # quoted: EC3DR8G _ TOTAL, GROUP 2 _ ' �.. _ T _._..._-� .. ..w _ $7,835.00 For Group 2, delivery time a.r.o. _�� 30 days -- GROUP 3 -- FIRE SERVICE METERS- . _ 4" x i", price each: - .. $3,360.00 .. _ _ - Total for 1: - _ _'. _� _ _ _ $3,360.00 Mfg. & part # quoted: - _ _ Schlumberger Neptune HP Protectus 6^ x 1.1130, price each:. _ �.?�.. .._ _-... _ _-._ ._ ._ _ $5,145.00 Total for 3. -� .__.... -_$15,435-00 Mfg. &part* #quoted:_-`_Chiumberger Neptune HP prCectus Y 8" x Z" price each: � .. _._.._ �.._... $6,353.00 _ Total for l ' _.. $6jjS3.00 Mfg. & part # quaked: '- ...ShlumbergNe iEune HP proksctus - - 10" x 2", pace each: wS9 765; 00 Total for 1 _ Mfg. & part # quoted: Schlumberger Neptune HP Protectus TO i AL, GROUP 3 -_ _ - -� _._ - _.._'_ _ _ -- -- -- - $34,913.00 For Group 3, delivery time a.r.o.: _ .30 days i Page 2 of 5 Revised 1/28100 CITY OF POMPANO BEACH BID TABULATION Bid C U-14-00-00 Tide: water Metes Date 1Z/1V29 Bidder: Services, Inc. GROUP 4 -•• FIRE 5FAvICE TURBIN5r _ METERS 3", price each: �. Total for 1: _. _ ,$1,590.00 1.590.00 "' •`�" �5chlumberger aepturie V Fire Service Tur6inB Mfg. & part # quoted; ETSB1RM 4", price each: —_�..—..—. �$1,900.00 .._^_ Total for 2: _ __.. . _. _ _ ._ _ ...._ _ .. $3,800.00 "Schlumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: .._.ET5CIR8G 6", price each: _ ... ... __ _ $3,000.00 Total for 3: _ $9,000.00 " 'Schiumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: ., ET5D1R8G _ 8", price each: . »_.� .. _ ... ._-., $4,050.00 _ _ -- Total for 2: _ ...._ 181100100 Schiumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: _ ET5EIR8G 10", price each: _ $5,600.00 Total for 1: $5,600.00 'Schlumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: _ ET5FIR8G TOTAL, GROUP For Group 4, delivery bine a.667 ____0 days GROUP 5 — TURBINE MJ~7Ei't5- 3", price each _ w _ _ � $415.00 Total for 1_ _-„;41S.M Mfg. & part .<flGmberg& 14�tu�WHP Tur6inRT48R86 4", price each: -� ---- _.._ -.... _ .. $750.00 Total for 1: _ _ _ _ _$750.00 Mfg, & part # quoted: __Schlumberger Neptune HP Turbine ET4CR8G Revised 1/IS/00 Page 3 of S } CM OF pOMPANO 6FADJ -- BID TABULATION bid C. 14-14-00 Title: WAter Mel= Date 12/16/99 Mlurntwoer Rascurce maifinernent Bidder: _ _ _ lSerAces, Inc.._ GROUP 5 - TURBINE MEIFA.S` (continued)- 611, price each: `_ $1,420.00 Total for 1_. Mfg. &part #quoted: _ c ilumberger Neptune Fil? Turbine Et4DR8d 8", price each; -..-.__......._. -. — � � _ $2,Ol0.00 Total for 1: - _._ _ _ _ _ _ _ ,. ,. �• S2,010.0c Mfg. & part # quoted: '. ._�__. SchTumberger Neptune HO Turbine t4MG TOTAL, GROUPS r _ _ $4,595.0( For Group 5, delivery time a.r,o.: 3b days GROUP 6 -- STRAINERS t" x 7" x 2-1/8", price each $1: 120.01 total for 10: ,1.01 _ Mfg, & part # quoted: Schlumberger Neptune Strainer 53120-000 3" x 6" x 3-3/4"► Price each: - - _ $259.0 $2,590.0 Total for 10: Mfg. & part # quoted:. _Schlumberger Neptune Strainer 53107-000 4" x 7-1/2" x 4.1/2", price each: _ _.. $348.0 $3,480d Total for 10: _ _ Mfg. & part # quoted: , , • �Schlumberger Neptune Strainer 53107-100 6" x 9" x 5-1/2 price each _ _ , , .762.1 Total for 10: Mfg. &part #_quoted: — _ Sthlumbergei_Nep!un45trainer 52000.201_ S. x 10" x 6-3/4", price 'each: 070. ' Total for 10: ____ —. - Mfg. &_part'#_quatea:_ lurnbergertune Strainer 52000=304w TOTAL, GROUP b ----._-...._ • . _ _-.�'—"�23,880 For Group 6, delivery time a.r.o.: 30 days , i Revised 1/28/00 Page 4 of 5 r � r .I r r I urY vF POMPANO BE 0,1— DID TASULA11ON - Did #: H-1 Title: �pialsrlri t� Dace 12LIM9 Bidder. Services, Inc. . _ _... . CONTINGENT. PRIC.iNG- METER PARTS Price List effective date: January 1, i997,(Frorm U676-6)r' Percent discount allowed on'published'T"� prices (from, the above 11A)., 150A Payment discount`'- , 'no discount Extend to ather...overnmentil yes Revised 1/28/00 Page 5 of 5 �?.� .... Q %0 QO V ' Oti ' cr, x d n r r IL z . 1 x � � a � n n � � n F-i V Bidder Name City of Pompano Beach, Purchasing Division 1190 N.E. 3rd Avenue, Building C, Pompano Beach, FL 33060 -or Post Office Drawer 1300, Pompano Beach, FL 33061 B11D H-14-00•-- WATER METERS November 29,1999 The City of Pompano Beach is currently soliciting bids to establish a contract for the purchase of water meters. Bids will be received until 2:00 p.m. (local). December 16, 1999 in the Purchasing office at 1190 North East 3r4 Avenue, Building C, Pompano Beach, Florida. These bids will then be publicly opened at the above time 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. Once opened, the bids will be tabulated, evaluated, and presented to the appropriate City officials for contract award. 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 Leeta Hardin, Purchasing Supervisor, at (954) 7864098. SECTION I-SPECIFICA'nONS/SPECIAL COI ITjZ-I_ON-5 A. The intent of this bid is to establish an annual, open-end contract for the purchase of water meters, delivered, as and when needed. B. Comet Period The initial contract period shall be one year, commencing upon award by the appropriate City officials. Bid H-14-00 Page l of 18 Bidder'Name The contract shall be automatically renewed for 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 second period, which notice must be delivered by certified mail and must be received at least sixty (60) days prior to the end of the initial contract period. All terms, prices and conditions sball remain funs 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/scrvice at the rate in effect when this extension clause is invoked by the City. 11 C. Quantifigs 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. Water meters will be ordered as needed. D. ]lid ItemsLQ( in¢ Like items within this bid are grouped. Bidden 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. Basis of Award Award will be made by Group, to the lowest responsive, responsible bidder based on the total per Group. F. Pricing All prices bid shall be F.O.B. destination/delivercd 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-14.00 Page 2 of 18 Initial Bidder Name G. Delivea Bidders 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. Delivery schedules must be adhered to by the awarded bidder. 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 II - General Conditions, (6) "Delivery", and (10) "Default", for additional information. H. dude �da 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 Sid 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 were issued and to make such addenda a part of their Sid proposal. 1. GencMi_$12ccification� Guarantee (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) years from date of delivery. Any meter which fails to operate 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 performance characteristics of the meters bid will be evaluated and considered in making any award. Redttratigns & Rep-IM119D-'jute 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 meter rejected shall be repaired or replaced with another meter by the supplier without cost to the City of Pompano Beach. The tests 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-14-00 Page 3 of 18 Initial BidderNsme 4. Trade-ins -- Where indicated on the proposal form, bidders shall furnish trade-in allowance for old teeters of same size 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. Dr,tailed-Succifications; GROUP I --Disc Meters, 5/8" throuvh 2" Water meters shall conform to specifications set forth by the American Water Works Association (A.W.W.A) C700-77 or latest revision thereof. Meters bid must have been in production for at least five.(5) years for all sizes. In addition, all meters roust 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. Registers are to be hermetically sealed and designed with neutral gears to allow accurate calibration and economical operation. The glass is to beimpact-resistant. Registers are to be magnetically driven, and straight reading in U.S. gallons. Serial numbers are 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 sealing screws _drilled for sealwires or tamper -proof seal pins. Bottom caps on 5/8" x 3/4" meters are to be made of synthetic polymer. One -inch (1") bottom caps are to be made of bronze. All main case bolts shall include a bolt and washer and be of #300 series non-magnetic stainless steel to prevent corrosion and for east of disassembly. Anything less than #300 series is unacceptable. All 1-1/2" and 2" meters shall be of a top load design, split case, flange type. Minimum acceptable accuracy for 5/8" through 2" meters shall be 98.5% at all flows teeter is rated for, per A.W.W.A. C700-77 or latest revision. Additionally, all meters must be adaptable to programmable encoder registers for automatic pit reading of water meters. Encoder registers shall not include batteries due to loss of power and causing inadequate meter readings.'lach vendor shall have. at least five (5) years' experience in manufacturing and designing encoder type registers for this bid. These registers should be exchangeable in the field without interrupting the customer's service. All new meters must have test tag results attached to meter. 2. Trade -Allowance: State trade-in allowances for meter sizes as indicated on Proposal form. Bid H-14-00 Page 4 of 18 Initial Biddcr"Name GROUP 2 -- Como eters Meters bid under this section shall be compound type, conforming to A.W.W.A. standards C702, or latest revision thereof. The meter case shall be made of bronze composition and fitted with standard flanged ends and furnished with iron companion flanges. The meter assembly shall be mutating disc type on low side and Class II turbine on high side. Chambers shall be bronze or plastic. Meter shall be equipped with two (2) register assemblies. The measuring elements trust be of a unitized measuring element design. The meter serial number shall be stamped on each register lid and the cage of the meter. The register boxes are to be brOnZe. The main case must have drilled test plugs for field testing. Meter shall have a calibration vane so adjusmments can be made in the field. Change gears are not acceptable. The meter registers shall be straight reading U.S. gallons. All registers are to be hermetically sealed, complete with neutral gears and impact resistant glass. Registers must be programmable encoder adaptable without service interruption. Encoder registers shall not include batteries due to loss of power and causing inadequate meter readings. 4. GRO P 3 -- it ervke Meters Must be U.L. listed and FM approved. Shall Meet A.W.W.A. standards C703-86 or latest revision. Fire service side to be Class 11 turbine, and domestic side shall be a disc meter. The measuring element must come equipped with a calibration vane for in -line testing. All meters must be furnished with 131 and FM approved strainers. Additionally, all meters must be programmable encoder adaptable for automatic reading or central meter reading. Encoder registers shall not includc batteries due to loss of power and causing inadequate meter readings. Minimum flow requirements for fire service meters are as follows: 4" 3/4-1200 GPM 6" 1-1/2-3000 GPM 8" 2-4000 GPM 10" 2.6500 GPM These flows are to be measured at 100% + or - 1.5% accuracy. Bid H-14-00 Page 5 of 18 I r Initial Bidder Name 5. nNIM 4 -- Fire Service Turbine Meters Must be U.L. listed and FM approved. 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 adaptable to programmable 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 g" 35-4000 GPM 10" 50-6500 ©PM, These flows are to be measured at 100% * or .1.5% accuracy. Additionally, all meter registers must be encoder adaptable without service interruption for automatic or central meter reading systems. Encoder registers shall not include batteries due to loss of power and causing inadequate meter readings. GROUP 5 --Turbine Meters Meter shall have a Class 11 turbine, cast bronze maincase, interchangeable measuring element for in -line service, roll scaled register, direct coupling of gear train to rotor, calibration vane, and programmable encoder adaptable without service interruption. Register shall read in U.S. gallons, meter serial dumber on meter rnaincase and register box cover. GROUP 6 -- Water Meter Stainers Strainers shall be 150 psi working pressure plate -type for use with meters of 2" through 8" pipe size. The strainer screen shall be made of perforated 184 stainless steel plate and be shaped for maximum rigidity against forces exerted by the flow stream. The effective straining area shall be at least double that of the meter maincase inlet area. The 2" strainer shall be furnished with elliptical two -bolt flanged connections. Strainers 3" and larger shall be furnished with round connections. Bolt circle, bolt hole diameters, and flange dimensions shall be in compliance with meter connection specifications contained in ANSUAWWA C701-78 or latest revision thereof. The strainer bodies and covers in sizes 2" through 6" shall be made of cast bronze. Bodies and covers for 8" shall be cast iron. The manufacturer's name, strainer pipe sue, and direction of flow (if required) shall be cast in raised letters and shall be clearly visible. Bid 14-14-00 Page 6 of 18 Initial Biddei Name Cover bolts shall be made of 18.8 staWess steel. Strainer 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 meter flow rates specified in ANSI/AWWA C701-78 or latest revision. e.1grYalts All bidders arc 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 Aumished 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. In their proposal, bidders must specify the date✓editiordetc. 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. Bid H-14-00 Page 7 of IS initial 1. Submission sn4 Receipt ofilids 1.1. Bidden must Wir the faces fisrPtshed by the City. 1.2. Bids paving any anima a emnations mug be inisiakd by the bidder in ink Bid shall be t)W%Tiam or filled in atilt pen told ink. Mutual signature must be In ilk. 1.3. It will be the sole responsibility of the bidder to bare their bid delivered to the Purchasing ones before the ckdng boa and date shown for sece(pt of bids. l.a. Bid envelops am provided wilt the bid forts. Your bid should be mooed is the envelope (with the COMIet postage ift'ivad if the bid is matted) and should show the following lofotmulow 1.4.1. Your return mailing stddress in the upper 14-hand caner. 1.4.2. Bid Number - write or type the bid number that appoars an the first psgo of the bid form on the line for it on the frost of the envelope. 1.1.3. Bid hems • write or type the title of the bid an line "Sealed bid tor. I.S. If nor using the City -provided envelope to mail your bid, or if using a delivery service Other then the U.S. Past Office, use the following address; City of Pompano Beach Purchasing Division I 1190 N.E. 3rd Avenue, Building C Pompano Beach, FL 33060 (or) P.O. Bus 1300 Pompano Beach, FL 33061 1.6_ Late bids will not be considered and will be returned unopened. 1.7. Bids t wmitsed by recsimilc will not be accepted. 2. Completion of Hid Forms Bidder is to fill in ell of the blank spans on the bid forms and return all numbered pages. Bidder should initial each page as the bonom to indicate he has read and undcrs=ls the provisions contained on that page. 3 Signature Required i All bids must show the eompeny time and be signed by a company orriecr or employee who has the authority to bind the company or firm by their signature UNSiG1,17-D BU)S WUL BE RMCTED. Bid H-14-00 Bidder Nance All manual signatures must be original • no rubber gyp. photocopy. cte. 4. Prices to be Firm Bidder ceetifies that prices, terms and conditions in the bid will be firm for acceptance rot a period of ninety (90) days from she date of bid opening unless OQW-*ise Stated by the City. Bids may Dot be withdrawn before the expiration of ninety (90) days. Prices shall be farm, with no escalator elatues narks specified by the City. Bids may be withdrawn aft- Pinery (90) days only upon wriece notification to the City. s• Extensions If there is an error in extensions (mnitematiW esiculadorn), unit psic" will prevail. 6. Delivery 6.1. All items are to be bid F.O.B. delivered with Night Charges prepaid and included, to desigaate4 addressts as specified by the City on it's purchase ordcr(s) or In leaer(s) of authorisation. 6.2. Bidder must state specific number of calendar days required for delivery of each item bid in appropriate space on the bid pages for consideration of award of this bid. 6.3. Delivery time will be it factor for any orders Placed as a result of this bid. The City reserves the right to canal such orders) or any pan thereof without obligation, if delivery is not made within the timc(s) specified herein and hold the vendor in dcfaulL (Sce Section 10.) 7. Signed Bid Considered art Offer This signed bid is considered an of of on the pan of the bidder, wbich offer shall be considered accepted upon approval by the City Commission of the City of Pompano Beach (if required). The City arPompano Beach will issue a purchase order or a letter of authorirXion to the sucresstbl bidder. M authorization far delivery ofthe items awarded subject to fequirwnenu of detailed speeificasaons and those cogtained herein. In the event of default on the put of the bidder aftes such acteptance, the City may take such action is it dams apprOptitu including legal action for damages or specific performance. g. Quality Page: 8 Of 18 All nuurials used faf the munufactuuc or construction Of any supplies, materials or equipment covered by this bid shall be new. 'Me items bid trust be new, the lakes model, of the best quality and highest psdc worlcmutship unless otherwise specified in this bid by the City. Bidder Name! 9 Brand Names 16. Taxes Whenever proprietary names are used. (whether or not followed by the ww4s 'or approved equal'). qte ltcm(s) the City of Pompano such is exempt from any taxes imposed will be subject to "ttines: and/or approval by authoriU4 C* Personnel. and raid personnel will by the Sate and Federal govatnmenl. Exemption eertifirates will be provided �uesl deem it Weir praopive to select time hcm(s) which ate lowest bid, km by htrra eiwedgs speelitealious State sales tax a mpdon eadrei^,:.'a / 16-09-196499-S4C and Federal exemption tax bum the information fiarniahed by the bidder wirb the bid IS9-74.0013K apply and appear on taeh purchase order. and/or ampk >etepoetiou tr testing of she hm*) called for Nereid. 17. Confiiet of lrttwtxiom 10. Default Provisions if a e AMCt exists between the Gerrenl Conditions and In the event of defauh by the bidder, she City nesares kMuGdonContained ntained h9f9bL sand the Specific Cooditioru and imavaioax sontaimed hercio, the the right to prows am Itern(s) bid ftem a" soureer and hold the bidder �pon+tibk for clears yells specifies Mall gartau. incurred AS a resWL A contractor who defaWls cc a City contract may be banned from doing bwineu with it. Fsaptiau to Specifications the City for a period of36 month$ from the dataof default. 'For Purposes of evaluation, bidder must indicate any 99ta:00n to the specifications, keens, and/or 11, Samples conditions, no meta how minor. This includes any agreement Of contract forties supplied by the bidder that Samples. when p rWuetred, must be furni:lhe4 at, a are required to be signed by the City. ifeacepdons are not stated by We bidder, in his bid, it will be before, bid opening, (unless oth"Ise specified). and will be delivered at no charge to the City. Wool used understood that the hem(syservicm fully comply with and/or i resting, said sample(s) at the specificatlans, terms and/or conditions sated by the City. Exceptions arc to be listed by the bidder on an i request. e biddtr'a request. be returned within thirty p0) days of 30) bid award at bidder's expense. If aqueswd by the City, attachment included with his bid. The City will not determine exceptions based on a review of any attached samples and/or inspection of Ilka items are to be made available in the southeast Florida area, sales or martuficmtees literature. 12. Acceptance of Materials 19. warranties The material ddivcrcd as a result of this bid shall The City of Pompano Beach was not accept any disclaimer of the wanntits of merchantability and remain the property of the seller until a physical fitness for a particular purpose for the produet(s) inspection and aetual usage of the ltem(s) it made and thertatler deemed aeceptahlc to We satisfaction of the oRertd. Proposals will dearly sum any additional City, in compliance with the harms and specifications warranties and guarantors against defective materials and workmanship. A copy of the complete contained herein. In the even that the items) supplied to the City is/art found to be defective, or docsldo mot manufacturer's warranty slaterrment is to be submitted conform to specifications, the City reserves the right to with the bid, cancel the order upon written notice to the seller and 20. Retention of Reeerds and Right to Access Clause return the 49111(s) to the $eller at the seller's taperae. 1 } Manufacturers, Certifications The meedssAd bidder shall preserve and make available all financial records, supporting documents, The City reserves the light to obtain sepantte natlstical records, and any other documents pertinent to Nis contract for It period of live (S) ytars AW mxnufat:surer cMiCutien of all sutzr a nude in the bid. termination of this conoxcl-, of if an audit has ban Wtisted and audit findings have not bom resolved es 14. Copyrights and Parent Ri ta gt` the en4 of these five (S) years. the records shall be ►eained until resolution of audit finding, Bidder warrants that there has been no violation of 21. Fscdidcs copyrights or patent rights in manufacraing, producing and/or selling the ittm(s) ordered or shipped as a result The City reserves the right to inspect the bidder's of this bid, and successful bidder NVW to bold We facilities as any time, without prior notice. City harmless from any and all liability, lacy or ctpalse by any such violation. 22. Anti-wilusion Sutrment is laws and Reguiadons By submitting this bid, the bidder afY'ums that this bid All applicable laws and regulations ordw Federal Is without previous understanding, agrwmcm, or connection with any person, busmcss, of corporation govcrnmcor, the Sate of Florida, and ordinances of the Ciq' or Pompano Scach will apply to any resulting bid submicing a bid for the sunc materials, supplies, or award. equipment, end that this bid is in all respects fair, and wit6hout collusion or $a.d. Bid H-14-00 Page 9 of 18 hiial Bidder Name Addhtwnally, bidder agrees to abide by all conditions or 27. Did Tabulaticas this bid and eertirses that they arc authorimd to sips this bid for the bidder. In submitting a bid w the City Of Pompario &ash, the bidder offers and apses tlW if Bidders who wish to Mceive a copy of the bid 14111 on should request it by enclosing a tamped, the bid is accepted, the bidder will convey. sell, assign aelfaddresscd envelope with their bld, a by requersing or transfer to the City of dkrmpano Beach Ali dgi>t% the and interest in and to all Causes oraaion it stay saw or a tabulation be sent to their fax machine. Bid results well not be given out by telep6mc. The City does cot bcrraiter aequirt: under the Aatiwrusc iaw; of the United States and the State of Florida for price futog natty utuucassful hidden of conWM awards. Mating to the particular eommadlites or novices 211, Assignment purchased or sequined by the Chy orPontpano Beach. At the City's disuet M such assigiment shad be made Sueeiessfal bidder may not assign or transfer this AM become effective at the time the city tenders final contract, In whole or pw% without prior written payment to the bidder. approval Of the City of pompano Beach. 23. Indemnification 29. Termination for Convenience of City Contractor covenants and atrecs shot it will irideamily Upon seven (7) Wes radar drys written notice delivered and hold harmless the City and all of the Cltys affice a, by Detailed snail, return reecipt requested, to the agents. and employees from any claim, lies. damage, aueeessfW bidder, the City may without cause and cosu, charge or expense arising nut of coy sM aWOO. without prejudice to any other right or remedy, ncglca or omission by contractor during the performance of the contract, whether direct, or Wircet, - laminate the agreement for the Cir/s convenience whenever the City deterraincs that such serminttion is and whether to any person or property to which the in the bust interest of the City. Where the agreement is City of said parties may be subject, except that neither itsetinated for the eonvenicnca of the City the notice of the contractor tar any of its sub-centractors will be liable under this section for dtnhagrs arising out of terminsion W the successful bidder must stale that the Is injury'or damage to persons or property directly cxwtd contract being terminated for the convenience of the City under the termination clause and the extent of the or resulting from the sale negligence of City or any of its vfli6ers, agents, or employers. urminadan. Upon reaipt of such notice, the eontrsctcr shall promptly discontinue all work U the ice. Reservation for Rejections and Award time and to the extent indicated an the notice of termination, laminate W outstanding sub-tontraasrs The City resarvet the right to accept or rejecl any or sit and purchase orders to the extent that they relate to the terminated portion or the contract and retrsin ham bids or pans of bids, to waive irregularities and tcchniWitits, and to request re -bids. The City also placing funkier orders and subcontracts except as they may be necessary, and complete any continued portions reserves the right to awed the contract an sueb items of the wart. Me City deems will ben save the interests ofik City. The City further reserves the right to award the contract 30. Canilict of interest on a 'split Order' basin or such combination as :ball best serve the intetests of the City wilat otherwise For purposes of determining any pouble canilict of specified. interest, all bidders must disclose if any City of 2:. lntmretationt Pompano Beach employee it also an owner, corporate officer, or employee p yes ofthen business. Any questions concerning ilic conditions and specifications contained in this bed should be submitted Indicate either 'Yes' (a City employee is also associated with your business), or No'. if yes, give In writing and received by the Purchasing Division no later than five (3) warking days prior to the bid person(:) tume(s) and position(:) with your business, opening. The City ofpompano $each thou not be Nor,,,,, Yes Name & position responsible for Oral inuxpretasions given by any City personnel or representative or others. also Wow" of a 0 (Note: If inswer is 'Yes', must file a statement written addendum is the only official method whereby you with the Supervisor of Elections, pursuant to Fkwi4a interpretation, Nsrificstion or additional infotmatom Statutes 112.313) can be given, 26, failure to Respond ]1. Public Entity Crimes If you elect not to bid, please rctum enclosed 7 A person or affiliate who his been plated an the 'Statt.ment o(No Bid' cud by the bid due date, and convicted vendor list following a conviction tot a sate your reasons) for not bidding. Failure to respond, either by submitting a bid, or by tubmiting a public entity tunic may not submit a bid On a contract to provide any goods or services to a public entity, may 'Statement ofNo Did' card, twee (3) times, will result not submit a bid on a contract with a public entity fat in your name being removed from our marling list the constrncton or repair of a public building or public work, may not submit bids on leases afmsj property to a public entity. may not be awuded or perform work as a contractor, supplier, subeontrsetor or consultant under a concoct with any public entity, and may not Bid H-14.00 Page 10 of 18 Initial 32. 33. transact business with any public entity in excess olthe I)veshdd amount provided s. 3:7.0171br CAMOORY TWO for a period of36 moaW from the date ofbeiog placed an the convicted vendor list. Crovernint Procedures This bid is governed by the applicable seasons of the City$ General Service$ ?WCPAures Manual. A copy of the manual it available for review at the City Purchasing office. identical Tie Bids in accordance with Section 317.011, State of Florida Statute$, pntra== shall be then so businesses with Drug-tra Workplace Proasms, Wherwcr two or mart blels which am equal with respect to price. quality, and service are received for the preetmment of commodities or coatracaW service, a bid meowed (term a business that eenifies that It his implemented a Drug - free Workplace Program shall be given preference in the award process. Btablished procedures for pracetsing tic bids will be followed if alone of the tied vendors have a Drug-hce Workplace Prograrrr. in order to have a DruZ-free Warkplue Program. a business shall: 1) Publish a statement notifying employees that the unlawful manufacUM distribution, d'upenting, possession, or we of a ebntralled subamce is prohibited In the workplace and specifying the setions that will be taken against c ttployees for violations or such prohibition. 2) Inform employees; about the dangers of drug sbuse in the woeAplsct, the business's policy of maintalttiaS a drug'frtx wnttplaee, any available drat counseling, rehsbtlitaiio4 and employee assistance propam;, snd the penalties that may be imposed upon cmployou for drug shun violations. 3) Give each cmpleyOc engaged in providing the cernrooditics or ccntrtcttrai services that In under bid a copy of the statement specified in subseeion (I)_ 4) In the stnemcal; specified in subsection (1). notify the employees tilers, ss a condition of working on the commodities or eontrachW =vices that are under bid, the employee will abide by the term of the omcfAcnt and will notify the employer of any conviction of, or plea of guilty or polo coateridere to, any vialalon of Chapter 193 or of any controlled substance kw of the United States army State, far a violation occwring in the workplace ao later than live (I) days after such conviction. 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 to convicted. 34, 3S. 36. 37. Bidder Name Make a good faith effort to continue to maintain a drug.f ce workplace thsuugh implesncncation of this section. If bidders company bits a DruS.lf ec workptaa Program, so certify below: AS THE PERSON AUTHORIZED TO SIGN nM STAT WENT. I CERTIFY THAT MS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMEMM. Bidders Signature lavoici+g/payment All br OW$ shoA4 be sent to: City of Pompano faeach. Accounts Payable, P.O. Drawer 1300, Pompano Reach. Florida. 33061. In accordance with Florida Statutes. Chapter 21 . payment will be made within 4 s days after teedpt of merchandise and a proper irtvofec. The City will asta:opt to pay within fewer days if bidder often a payment discount. The City cannot make advance payments, make deposits in advance of receipt of goods. or pay C.O.D. Bidders should ease any payment discount in spsee provided on Proposai farm. Optional Contact Usage As provided in Section 217.042(17), Florida Statutes. State of Florida agencies may purchase Iron a contract resulting from this solicitation, provided the Department orManagement services, Division of Purchasing, has oc"ifted its use to be cost et%dive and In the best interest or the state: Courrecumis) may sell such commodities or services oetsificd by the Division to State orFlodds agencies at the contractor's option. Non Discrimination There $hatl be no discrimination as to ram color. religion, gender, nationsl origin, ancestry, end physical or mental disability in tltc Operation conducted under this contract Included as applicable activities by the contractor under thii section are the solicitation for, or purehue of, goods or services, or the subcaatracting of wort in perfaemmec, or this contract. Noyes To Contractor The employment of unauthorised ilieni by any oontr+ewr is considered a vinlition of Section 274A(e) Of the 11=1Vuion and Nationality Act. If the Mdtraemr imowingly employs unaothariad diets, such violation shall be Cause for unilateral cancellation of the contract Bid H-14-00 Page l l of 18 initial i Bidder Name BROUM"I PAGE 18 MUST BE SIGNED FOR BID TO BE CONSIDERED, PER GENERAL CONDMONS SECTION 3 (Note: The eleven -digit number in parentheses is the City's inventory number for each item.) DISC ME'TERS%Sl8„,2„ PRICING -- NEW METERS Item No 02atzirY Desed2ijo Unit Price Tota! 1 _ 1500 5/8" x 3/4" S S (896-044-32520) Mfg. and part number quoted: 2. 700 1" S S (890-044-32S40) Mfg. and part number quoted: 3. 60 1-1n" S (890-044-32560) Mfg. and part number quoted: 4. 30 2" S (890-044-32570) Mfg. and pan number quoted: S 5. 100 518" x 3/4" with integrated S S double check backilow preventer Mfg. and part number quoted: Total, new meters For Group 1, new meters, state delivery time after receipt of order: Bid H-14-00 Page 12 of 18 S days Initial r Bidder Name !QRMI.- DI5CM,KI.6/9"-2 PRICING -- TRADE-IN ALLOWANCE Item No. Quantity 1221Sd2d, Uwt Edge oral 6. 1500 5/8" x 314", used meter .4 > credit each 7. 700 1 ", used meter Q y y credit caeb Total, trade-in allowance <S > NET TOTAL, GROUP 1(total$ new meters, less total trade-in allowance) GROUP 2 —LQ=UND i'1iETERS tern ti IDes_ cri0on Unit Price 10=1 1. 2 3" $ 5 (890-044-32580) Mfg, and part number quoted: 2. 2 4" S $ (890-044-32590) Mfg. and part nutnbcr quoted: 3. l 6" S $ (890.044-32601) Mfg. and part number quoted: TOTAL, GROUP 2 S For Group 2, state delivery time after reccipt of order: days Bid B-14-00 Page 13 of 18 Wtia) 5 Bidder Namc ,GROUP 3 -- FIRE SERVICE b=RS Item -No t't pj� ric tal 1. 1 4" x 1" S� x (8904344-32606) -- Mfg. wd part number quoted: 2. 3 6" x 1-1r2" S (890-044-32607) , Mfg. and part number quoted: 3. 1 8" x 2" 5... (890-044-32608) Mfg. and part number quoted: 4. 1 1011,x 2" - (890-044-32609) Mfg. and part number quoted: TOTAL, GROUP 3 For Group 3, state delivery time after receipt of order: days Y Bid H-14-00 Page 14 of 18 Initial r Bidder Name GROUP 4 -- MARMAO= IMDM M TER ItemNo. QUAM%Lty • fo Unit Price 1. 1 3" S s (890-044-32585) Mfg. and part number quoted: 2. 2 4" s �,.._ s (890-044-32589) , Mfg. and part member quoted: 3. 3 6" A S (890-044-32600) Mfg. and part number quoted: 4. 2 8" YS - (890-044-32610) Mfg. and part number quoted: 5. •1 10" S Mfg. and part number quoted: TOTAL, GROUP 4 For Group 4, state delivery time after receipt of order: days Bid H-14-00 page 15 of 18 Initial .y . I BIdder Name tc N . UR i cri ti Unit priac ig-tai 3" S S Mfg. and part number quoted: �- 2. l 4" S $ Mfg. and part number quoted: 3. 1 6" S $ Mfg. and part ntunber quoted: 4_ I 8„ S S Mfg. and part number quoted: TOTAL, GROUP S $ For Group 5, state delivery time after receipt of order: days GRf-UP 6 -- STRAINER Item No. uanti J?CSCri1DZj0n Unit Pricg Total 1. 10 2" x 7" x 2-118" S S Mfg. and part number quoted: 2. 10 3"x6"x3-3/4" S S Mfg. and part number quoted: 3. 10 4" x 7-1/2" x 4-1/2" S S Mfg. and part number quoted: 4. 10 6" x 9" x 5-1/2" S S Mfg. and part number quoted: 5. 10 8" x 10" x 6-3/4" S S Mfg. and part number quoted: TOTAL, GROUP 6 S For Croup 6, state delivery time after receipt of order: days Bid H-14.00 Page 16 of 18 Initial U $idler Name CONTINGENT PRICIN(; -- METER PARTS Note: Pricing for meter parts will not be considered as a basis for bid award. Current published contract, plist shall be furnished with your bid proposal and shall remain in effect ries for the period of the Price List effective date; Discount allowed on published prices (from the above list) Bidders shall submit the following with their bid proposal: 1 •) Copy Ofcornpletc manufacturers warranty for all miters bid. 2•) An accuracy chart showing loss of head 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. Prompt Payment,Discount: 45 days after receipt of merchandise and a proper invoice, unless pwill be made within payment t yment discount is offered.) State location for obtaining parts and service during and after the warranty period: Company. Address: Phone: Contact: If awarded the contract resulting from this bid, will your company agree to extend the same Prices, terms and conditions to other governmental entities? (dote -- Optional, agreement not required for contract award.) Yes No Bid H-14-00 Page 17 of 18 lnitial Bidder Name Name & address of company submitting bid: .......................................................................................... .......................................................................................... ............................................................... zip ................. Federal Employer Identification # or Social Security #: Telephone number: ............................ "Fax" number: .......................................................................... Acowlcd=ULOfthe follp jag Addenda i noted: Addendum Number(s) , — Date(s) Issued Manual signature of company officer: .. .... M.....uupM........ ...qN............................................... MP T 11 E OW Signer's name (typed or printed):............................................................................................. Title of signer: ................................................... Sid H-14-00 Page IS of Is i Initial ATThCHlM -- DID H-14-00, WATER ltk US GENERAL SERVICES DEPARTMENT plir"ft olvi+lon 1190 NE ] Avtmm PO onwer *M Pw4m" Bach. FL 33061 City of Pompano Beach, Florida VOLUNTARY- PROGRAM Phase: (9$4) 196•*:ga FAX: (951) 7664166 The Pompano Beach City Commission has passed Resolution 98-18 that established a voluntary Small Business Enterprise (SHE) Program to encourage and foster the participation of Small Business Enterprises (SBE's) in the central procurement activities of the City. A copy of this resolution is available for review in the Purchasing Division office. The definition of a Small Business Enterprise (SBE), for the purpose of the Pompano Beach voluntary program, is defined in Florida State Statute 288.703(1) as follows: "Small Business" means an independently owned and operated business concern that employs 100 or fewer permanent full time employees and that, together with Its affiliates, has a net worth ofnot more than 53 million and an average net income after federal Income taxes. Z%cluding any carryover lasses, far the preceding Z years of not more than $? million. As applicable to sole proprietorships, the 53 million net worth requirement shall Include both personal and business Investments. row e• of e. jc• • #n La:a' O=&wr &core AN 00" �W ora rw0 On TYr Era * `APOCMC.a Sean I AMO MM -- BID H-14-M, WATER MM SBE G AL ANNOUCEMENT BID # H-14-00 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 Beach's Voluntary SBE Program by including as part of their bid package the SBE Participation Form (Exhibit "A"), and the Letter of Intent Form (Exhibit `B"). Bidders who are unable to meet the recommended voluntary goals should also provide the SBE Unavailability Form and Good Faith Effort Report (Exhlbits"C" and "D"). The recommended, voluntary goals for this bid are 3 % for Small Business Enterprises. sbel .doc a Ia cn m m z N r m I � z o i I I I I N �9 a! a z o 1-4 CD CD cD 10 co o 0Mo� 0 ao -� -n 0 c° 0zn 0 zm�z C) m x X m rmo a S2 amw 131vh 100-11-H QIH -- INNHOYLLY ATrACM= -- BID 11Y14•-op, 'WATER MUMS LETTER OF INTEN TOP RFORM AS SUBCONTR C OR Bid Number N-14-00 TO: (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) SSE EXHIBIT "B" (Name of SSE Contractor) BY: .. y ATPAMaNT --- DID H-14-o. WATER HATERS SMALL BUSINE6§ E TER-P-81SE (SBE) UNWILABILITY FOR ID # H-14-M 1 (Name and Title) of _ _ _ _. certify that on the day of I invited the following $BE CONTRACTOR(s) to bid work items to be performed in the City of Pompano Beach: ` Form of Bid'Sought (i.e., Unit Price, SBE Contractor work Items Matedais/Labor Address Sou ht Lgibo[-Onjy, Said SBE CONTRACTOR(s): Did not bid in response to the invitation Submitted a bid which was not the low responsible bid Other: Signatute: Date: Note: Attached additional documents as available. SBE EXHIBIT "C" ATPAMaNT --- DID H-14-o. WATER HATERS SMALL BUSINE6§ E TER-P-81SE (SBE) UNWILABILITY FOR ID # H-14-M 1 (Name and Title) of _ _ _ _. certify that on the day of I invited the following $BE CONTRACTOR(s) to bid work items to be performed in the City of Pompano Beach: ` Form of Bid'Sought (i.e., Unit Price, SBE Contractor work Items Matedais/Labor Address Sou ht Lgibo[-Onjy, Said SBE CONTRACTOR(s): Did not bid in response to the invitation Submitted a bid which was not the low responsible bid Other: Signatute: Date: Note: Attached additional documents as available. SBE EXHIBIT "C" d' . . r, r AWAOMm -- BID H-14-M. VATER ME= 2.0-OD-FALT—H.EEEORT RSPORT BID # H-14-00 1. What portions of the contract have you identified as SBE opportunities? 2. Did you provide adequate information to identified SSE? Please comment on how you provided this information. 3. Did you send written notices to SSEs? 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, inclyrding name and dates of publication. 5. Did you contact any organizations with large constituents of SBP members for possible sub -contractors? Please attach list of resource organizations used. 6. What type of efforts did you make to assist SBEs in contracting with you ? 1 r ATrAa .NT -- BID H-14-M, WATER Hi i'ERS . 7. List the SBEs you W111 utilize and subcontract amount. 3 8. Other comments: ' Note: Please attach the unavailability letters with this report. SBE EXHIEIT "0'w 2 It r EXHIBii „ TR #10559 �•- V auttett. TR 10559 EXHIBIT "B" _400'(Z� A Near Antl4alws... a TrwrH♦ N�«� TO: Us. l.oels Harms, elf FOMPM Beach 2Ik1Idbn 100 NE Ave.vPampano Bradt, fl 33oal �r� ` PAX, 054-74 9-41all From: Joe Bridges V. P. Brtas , Data: Mcxmtlgr7.20ol subject: Name Change B1'feCtive November 1 2001. N ro" RAAS _ Waler Divtslan has Our now name b Neptune ToohMI"y Group, l4c, Our new Changed their Please remit PBYntem3 to a fa QM radorar 10# ix 13-4112612 e• � np �dms5; Neratune Technology araup. lnc. Dept 3321 P- a. Box 2153 6lrminyham Al. 33267.332, Our phMc;al eddrew hay not changed. it remains i(oo Alaba mg All wlitton "mapondenca should 4130 09 to this address. 22% Tallassee Al. 3507a. Plosse crap me if you have. any Aur+ lions. Best Regards, SK �t:r.l Jap Bridges V. P. Sales jww N F.Z \ap�u�r. 7�C6nnl�gyr t:rnur far . 16M l�elt�ma iliihw�v lSA � TaiJe�ue. ,tj, 36Q78 •phew (334) 283.6535 • Fay (334,� 223.7^_79 ► --)K1d HOV39 CN'VcWpd 89Lv-96i,"�5v LS:ZC zeez/ lIZ12 ,. - - , , , tinwn 1- Aut 02/ 02 EXHIBIT C TR 10559 EXHIBIT "C" TR #10559 January 12, 2004 Terry D. Gullett, Territory Manager Neptune Technology Group, Inc. 1600 Alabama Highway 229 Tallassee, Alabama 36078 Dear Mr. Gullett, This letter is to confirm the City of Pompano Beach is exercising the contract renewal option with your company for "Water Meters" issued pursuant to Bad #H-14-00. This renewal will be for one (1) year, from February 22, 2004 to February 21, 2005. The prices, terms and conditions of the original bid and contract period remain unchanged for this renewal period. This is the final renewal allowed by the original solicitation Meters will be ordered as needed throughout the contract. 'bank you for your continued cooperation. Very truly yours, Leeta Hardin Purchasing supervisor PC: file Frankie Chevere, Central Stores Mark Eddington, Water Distribution EXHIBIT D TR #10559 SUNSTATE METER & SUPPLY, INC. 14001 W. NEWBERRY RD. NEWBERRY, FLORIDA 32669-2710 September 15, 2004 Mr. Keith R.Wilder City of Tamarac 6001 Nob Hill Road Tamarac, FL 33321-2401 Subject: Pompano Beach Bid# H-14-00, Water Meters Dear. Mr. Wilder: Sunstate Meter and Supply, Inc. and Neptune Technology Group, Inc. are in agreement to supply the City of Tamarac, FL with Neptune water meters at the same prices as the City of Pompano Beach, FL Bid# H-14-00, Water Meters. The contract period shall be one year through September 30, 2005. All terms, conditions and prices shall remain the same. Sincerely, Jai fH-.Me�er Jay H. Meyers Sales 2,D6 In Florida Toll Free: 1 -800-342-3409 - Local & Outside Florida (352) 332-7106 • Fax: (352) 332-5604