Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (280)Temp. Reso. #9915 September 17, 2002 1 Revision 1, September 26, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-280 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 $110,000.00 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. #9915 September 17, 2002 2 Revision 1, September 26, 2002 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 second one year extension of Bid Number H-14-00 for the purchase of water meters from Neptune n Temp. Reso. #9915 September 17, 2002 3 Revision 1, September 26, 2002 Technology Group, Inc., from February 22, 2002 through February 22, 2003 (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 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 $110,000.00 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: n SECTION 1: Temp. Reso. #9915 September 17, 2002 4 Revision 1, September 26, 2002 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- SECTION 3: One hundred ten thousand dollars ($110,000.00) 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. n u El SECTION 6 passage and adoption. Temp. Reso. #9915 September 17, 2002 5 Revision 1, September 26, 2002 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 9th day of October, 2002. ATTEST: i MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. KRAF CITY ATTORNEY 'ml= JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: V/M. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE GENERAL SERVICES DEPARTMENT Furchr�tng Dtvo,on 119C NE 3 A,cnu,• PC? Dra%cr 130_' Pompano $each, FL 33'61 City of Pompano Beach, Florida February 23. 2000 L.M. Russo. Controller Schlumberger Resource Management Services. Inc. 1600 Alabama Hwv. 229 South Tallassee, Alabama 36078 Via Fa% to (334) 283-7299 Dear Mr. Russo. Phonc:(95+) FAX:(954) The Citv 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 following: Bid H-14-00. Water Meters The contract period shall be one year. through February 21, 2001. The City tivill 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 and questions at (954) 786-4098. Thant: you for your cooperation to this matter. Very truly' yours. LeeLa Hardin. CPPB Purchasing Supervisor PC: Terre GtlIlett. Client Services N'tanager. SchlumberUer Mark I ddim ton. Water Distribution Supervisor file .. -.._ '9?^_,,,;9.. ^f".- = . ..-;N,�Dsc .�rweOrTrwSass Meeting Date: Februa 22, 2000 REQUESTED COMMISSION ACTION Agenda Item X Consent Ordinance Resolution Consideration Workshop SHORT TITLE _,A2eroval to award Bid H-14-00 "Water Meters" to sole bidder, Schlumber er Resources OR MOTION: M mt Services Inc for an annual contract and approve the standardization of Neptune brand Water meters for the Utilities Department. 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 "single/sole 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 Group 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 _ (2) Primary staff contact: Ernie Sie risUWilliam Flaherty Ext. X4098/X4061 (3) Expiration of contract, if applicable: (4) Fiscal impact & source of funding Funding is available from the Central Stores Asset Inventory account #501-0000-141.05-00 and budgeted funds in appropriate Utilities Department accounts. DEPARTMENTAL COORDINATION General Services Finance Budget r • r r w• w r10 ; , w r • • r • • •=s, rLL• �� j�; Advisory Board Planning and Growth Management _ Director X Public Works Administrator X City Manager ACTION TAKEN BY COMMISSION: Ordinance 1st Reading 2nd Reading Resolution 1st Reading Consideration Workshop Results: Results: MEMORANDUM Purchasing #00-085 February 8, 2000 To: Ernie Siegrist, General Services Director From: Leeta Hardin, CPPB, Purchasing Supervisor Subject: Award Bid H-14-00, Water Meters Contract Need/Background Bid 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 Department. The specifications for this bid were generated from information fumished 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 representative 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 $24.50 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 ygars 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, Schlumberger Resource Management Services, Inc. Bidders List 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 Number of complete bids received 23 Number of incomplete/nonresponsive/) ate 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 -400-085 Page 2 February 8, 2000 Advertising The Bid was advertised in the Sun Sentinel, and notices were also sent to BidNet Processing Center, Florida Bid Reporting 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, and the Clipping Bureau of Florida. Bid notices are also posted on the City's web page. Funding The total annual value of this contract, based on the unit 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 Recommendation 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) additional one-year periods, subject to the terms and conditions contained in the bid specifications. /lh enclosures PC: file GENERAL SERVICES DEPARTMENT MEMORANDUM Memo #00-086 DATE: February 14, 2000 TO: C. William Hargett, Jr., City Manager FROM: Ernie A Siegrist, General Services Director SUBJECT: Water Meter Standardization Request RESPONSIBILITY: Resolution 96-62, 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 ago 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 2 MEMORANDUM UTILITIES DEPARTMENT 00-18 DATE: February 10, 2000 TO: Ernie A. Siegrist, General Services Director VIA: Bennie Scott Jr., Senior Utilities Supervisory Z FROM: Mark Eddington, Water Distribution Supervisor " / - ' v 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 3/4" 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 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. Schlumberger encoder register is field prcgrarxunable. 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. Utilities Memo #00-18 February 10, 2000 Page 2 We now have 17,000 water meters of varying sizes - 3/4" —10". 1 estimate that 95% of the meters in the system now are Schlumberger and we would not need to buy complete meters. Retro fitting existing 3/4" meters would save us $21 per meter, 65% of the system is'/," meters. We own the equipment to field 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 Schlumberger water meters. ME:km Cc: William F. Flaherty, PE, Utilities Director k Phone: (954) 786-4061 City of Pompano Beach Fax: (954) 786-4028 Utilities Department MEMORANDUM NO. 99-164 May 12, 1999 TO: Ernie Siegrist b, FROM: William F. Flaherty, P.E., Utilities Director L� SUBJECT: Standardization of Water Meters We have discussed in the past the benefits to standardization 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, 3/4, 1 ", 1.5", 2", 3", 4'% 4" by 1 ", 6" by 1.5", 6", 8", 8" 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. 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 $EACH -- BID TABULATION Bid #: Fi_14-00-00 Title: VAtff_M1= um rger exaurce-Kanagernent Bidder: Services, Inc. -- _-- _... Grand Total, All. Groups___ : 706 04800 GROUP 1 -- bISC METERS, 5/$"-2" PRICING -- NEW METERS 5/8" x 3/4", price each: _�m__ _ _. $36,375.00 ;Total for 1,500: _ _.._ . Mfg. & part # quoted: Schlumberger Neptune T-10 ED2B31R - 1", price each: - ..... ...... $67' 00 . .. $46,900.00 Total for 700: _ _ Mfg. & part # quoted: Schlumberger Neptune T-10 ED2F21R8G1 rice each: _ .. ,. - $167.00 $10,020.00 Total for 60: Mfg. & part # quoted: Schlumberger Neptune T-10 ED2H11R8G2 2", price each: $233.00 $6,990.00 Total for 30: Mfg. & part # quoted: Schlumberger Neptune T-10 ED2311R8G2 5/8" x 3/4" with integrated double check backflow preventer, price each: $00 Total for 100: $11,500.00.00 Mfg. & part # quoted: Schlumberger Double Check T-10 Total, new meters: $111,785.Op For Group 1, new meters, delivery t me a.r.o.: 30 days.._.... — GROUP 1 -- DISC METERS, 5/8"-2" �_-------.---.... —..,— PRICING --TRADE-IN ALLOWANCE...._-.-- �. 5/8" x 3/4"1used meter, $1.50 Total for 1,500: $2,250.00 ...,_ .� 1", used meter, credit each: _.. - ._ _..._._.---.—._.. $4.00 $2,800.00 Total for 700: Total, trade-in allowance $5,050. NET TOTAL, GROUP 1 (total new meters less total trade-in allowance)$106,735.00 Revised 1/28/00 Page 1 of 5 CITY OF POMPANO BEACH -- BID TABULATION ff.-= L Uzi [gi Bidder: Services, Inc. GROUP 2 -- COMPOUND METUR 3", price each: $1,140.00 Total for 2: � � - $2,280.00 T Schlumberger Neptune Tau/Flo Compound fmm Mfg. & part # quoted: EC3BR8G 4", price each: $1,407.00 Total for Z: --_-_ ... _ --_-- $2,814.00 Schlumberger Neptune Tru/Flo Compound Mfg. & part # quoted: EC3CR8G 6", price each: $2,741.00 Total for 1: $2,741.00 Schlumberger Neptune Tru/Flo Compound Mfg. & part # quoted: EC3DR8G TOTAL, GROUP 2 $7,835.00 For Group 2, delivery time a.r.o.: 30 days GROUP 3 -- FIRE SERVICE METERSµ 4" x 1", price each: $3,360.00 Total for 1: — - $3,360.00 Mfg. & part # quoted: Schlumberger Neptune HP Protectus 6" x 1-1/2", price each: $5,145.00 Total for 3: - $15,435.00 Mfg. & part # quoted: — Schlumberger Neptune HP Protectus 8" x 2", price each: $6,353.00 _ ._ _ _. _ Total for 1: ..__._._ _.. �_. _ $6,353.00 Mfg. & part # quoted: Schlumberger Neptune HP Protectus 10" x 2", price each: $9,765.00 __.._...$9,765.00 Total for 1: - Mfg. & part # quoted: Schlumberger Neptune HP Protectus TOTAL, GROUP 3 $34,913.00 For Group 3, delivery time a.r.o.: 30 days Revised 1/28/00 Page 2 of 5 CITY OF POMPANO BEACH -- BID TABULATION Bid #: H-14-00-00 Title: r r Schlumberger Resource ManagernenW Bidder: Services, Inc. GROUP 4 -- FIRE SERVICE TURBINE METERS 3", price each: — X4$1,590.00 Total for 1: $1,590.00 Schlumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: ET5B1R8G-- 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 Dotal for 3: $9,000.00 Schlumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: . ET501RSG _- - 8", price each: - $4,050.00 Total for 2: - $8,100,00 Schlumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: _ET5E1R8G 10", price each: - $5,600.00 Total for 1: $5,600.00 Schlumberger Neptune HP Fire Service Turbine Mfg. & part # quoted: ET5FlR8G TOTAL, GROUP 4 - . ................r _... - $28.,090.00 For Group 4, delivery time a.r.o.: 30 days GROUP 5 —TURBINE METERS 3", price each: $415.00 Total for 1: $415.00 Mfg. & part ,,# ,quoted: Schlumberger Neptune HP Turbine Er4BR8G 4", price each: $750.00 Total for 1: $750.00� ;Mfg. & part # quoted: Schlumberger Neptune HP Turbine ET4CR8G Revised 1/28/00 Page 3 of 5 CITY OF POMPANO BEACH -- BID TABULATION Schlumberger Resource Manageme Bidder: Services, Inc. GROUP 5 -- TURBINE METERS (continued) 6", price each: $1,420.00 Total for 1: $1,420.00 Mfg. & part # quoted: _ — _—� Schlumberger Neptune HP Turbine Ef4DR8G 8", price each:_-- $2,010.00 Total for 1: - $2,010.00 Mfg. & part # quoted: �f5chlumberger Neptune HP Turbine El-4ER8G TOTAL, GROUP 5 For Group 5, delivery time a.r.o.: 30 days jGROUP 6 -- STRAINERS 2" x 7" x 2-1/8", price each: $112.00 - Total for 10: $1,120.00 Mfg. & part # quoted: Schlumberger Neptune Strainer 53120-000 3" x 6" x 3-3/4", price each; - $259.00 Total for 10: $2,590.00 Mfg. & part # quoted: _Schlumberger Neptune Strainer 53107-000 4" x 7-1/2" x 4-1/2", price each: $348.00 Total for 10: _ $3,480.00 Mfg. & part # quoted: --Schlumberger Neptune Strainer 53107-100 6" x 9" x 5-1/2", price - each: _ __-- -- $762.00 Total for 10: $7,620.00 Mfg. & part # quoted: Schlumberger Neptune Strainer 52000-201 8" x 10" x 6-3/4", price each: ._ _-- _ - _ $907.00 Total for 10: $9,070.00 Mfg. & part #quoted: Schlumberger Neptune Strainer 52p00-304 TOTAL, GROUP 6 For Group 6, delivery time a.r.o.: _ 30 days Revised 1/28/00 Page 4 of 5 CITY OF POMPANO BEACH -- BID TABULATION - cis Schlumberger Resource Management Bidder: Services, Inc. CONTINGENT PRICING -- METER PARTS T Price Last effective date: January 1, 1997_(Form_U676-6)- Percent discount allowed On published . - - _ prices (from the above list): _ 150/c Payment discount no discount _.w.. Extend to other governmental entites? yes Revised 1/28/00 Page 5 of 5 A A _ -- 140 ao b 8UP ' 7 aV� rn LN Cv r a C CIC Z c-, o . �, r� U r 0 Ca G s c C r. ry e7 � � W A7 a vA f 6 a C:, N "" ` O a( �� 00 G v G1 W t!i �' A w y 15. N •M E , Jl rz- c Att c m C C) 0 G 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 BID 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 3rd 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) 786-4098. SECTION I - SPECIFICATIONS/SPECIAL CONDITIONS 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. B. Contract 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 Initial 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 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. C. uantities 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. Hid Items/Grouping Like items within this bid are 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. 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.Q.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-14-00 Page 2 of 18 Initial Bidder Name G. Delivery 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 IT - General Conditions, (6) "Delivery", and (10) "Default", for additional information. H. Addenda 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) 7864098 to determine if addenda were issued and to make such addenda a part of their Bid proposal. 1. General Specifications 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. Re istrations & Reizistration 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 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 Bidder Name 4. Trade-ins -- Where indicated on the proposal form, bidders shall furnish trade-in allowance for old meters 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. Detailed Specifications GROUP I -- Disc Meters, 5/8" through 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 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. Registers are to be hermetically sealed and designed with neutral gears to allow accurate calibration and economical operation. The glass is to be impact -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 V 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 4300 series non-magnetic stainless steel to prevent corrosion and for ease of disassembly. Anything less than #300 series is unacceptable. All 1-1/2" and 2" meters shall be of top load design, split case, flange type. Minimum acceptable accuracy for 5/8" through 2" meters shall be 98.5% at all flows meter 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. 'Each 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 Bidder Name GROUP 2 -- Cam ound Meters 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 nutating disc type on low side and Class H 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 register lid and the case 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 adjustments 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 herTnetically 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. GROUP 3 -- Fire Service 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 UI and FM approved strainers. Additionally, all meters must be programmable encoder adaptable for automatic reading or central meter reading. Encoder registers shall not include 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 S" 24000 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 initial Bidder Name GROUP 4 -- Fire Service Turbine Meters Must be U.L. listed and FM approved. Measuring element must be a Class H 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" 5450 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% + 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. 6. GROUP 5 -- Turbine Meters Meter shall have a Class II turbine, cast bronze maincase, interchangeable measuring element for in -line service, roll sealed 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 number on meter maincase and register box cover. 7. GROUP 6 -- Water Meter Strainers 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 18-8 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 size, and direction of flow (if required) shall be cast in raised letters and shall be clearly visible. Bid H-14-00 Page 6 of 18 Initial Bidder Name Cover bolts shall be made of 18-8 stainless 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. Meter Parts 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 furnished 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/edition/etc, 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 18 Initial 2. Submission and Receipt of Bids 1.1 _ Bidders must use the form furnished by the City. 1.2. Bids having any erasures or Corrections must be initialed by the bidder in ink. Bid shall be typewritten or fdkd in with pen and ink. Manual signature must be in ink. 1.3. It will be the sole responsibility of the bidder w have their bid delivered to the Purchasing office before the closing hour and date shown for receipt of bids. 1.4, Bid envelopes arc provided with the bid forms. Your bid should be returned in the envelope (with the correct postage al'ftxed if the bid is mailed) and should show the following information: 1.4.1. Your return nailing address in the upper left-hand comer. 1.4.2. Bid Number - write or type the bid number that appears on the first page of the bid form on the line for it on the front of the envelope. 1.4.3. Bid Items - write or type the title of the bid on line 'Scaled bid for: 1.5. If not using the City-providcd envelope to mail your bid, or if using a delivery service other than the U.S. Post Office, use the following address' City of Pompano Beach Purchasing Division 1190 N.E. 3rd Avenue, Building C Pompano Beach, FL 33060 (or) P.O. Box 1300 Pompano Beach, FL 33061 1.6. Late bids will not be considered and will be retumed unopened. 1.7. Bids transmitted by facsimile will not be accepted. Completion of Bid Forms Bidder is to fill in all of the blank spaces on the bid forms and return all numbered pages. Bidder should initial each page at the bottom to indicate he has read and understands the provisions contained on that page. Signature Required All bids must show the company name and be signed by a company officer or employee who has the authority to bind the company or Turn by their signature. UNSIGNED BIDS WILL BE REJECTED. Bidder Name All manual signatures must be original - no rubber stamp, photocopy, etc. Prices to be Firm Bidder ocnifics that prices, terms and conditions in the bid will be firm for acceptance for a period of ninety (90) days from the date of bid opening unless otherwise stated by the City. Bids may not be withdrawn before the expiration of ninety (90) days. Price she be firm, with no escalator clauses unless specified by the City, Bids may be withdrawn OUT ninety (90) days only upon written notification to the City. 5. Extensions 6. 9, If there is an error in extensions (mathematical calculations), unit prices will prevail. Delivery 6.1. All items are to be bid F.O.B. delivered with freight charges prepaid and included, to designated addresses as specified by the City on it's purchase order(s) or in lener(s) of authorization. 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 a factor for any orders placed as a result of this bid. The City reserves the right to cancel such orders) or any part thereof, without obligation, if delivery is not made within the time(s) specified herein and hold the vendor in default. (See Section 10.) Signed Bid Considered an Offer This signed bid is considered an offer on the part of the bidder, which offer shall be considered accepted upon approval by the City Commission of the City of Pompano Beach (if required). The City of Pompano Beach will issue a purchase order or a letter of authorization to the successful bidder, as authorization for delivery ofthe items awarded subject to requirements of detailed specifications and those coquined herein. In the event of default on the part of the bidder after such acceptance, the City may take such action as it decau appropriate including legal action for damages or specific performance. Quality All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality and highest grade workmanship unless otherwise specified in this bid by the City. Bid H-14-04 Page 8 of 18 initial Bidder Name 9 Brand Names 16 Taxes Whenever proprietary names are used, (whether or not The City of Pompano Beach is exempt from any tuxes followed by the words "or approved equal"), the item(s) imposed by the State and Federal government. will be subject to acceptance and/or approval by Exemption certificates will be provided upon request. authorized City personnel, and said personnel will State sales tax exemption certificate deem it their prerogative to select the item(s) which arc N 16-09-19W9-54C and Federal exemption tax lowest bid, item by item, meeting specifications from 059-74-0093K apply and appear on each purchase the information furnished by the bidder with the bid order. and/or sample inspection or testing of the iteru(s) called for herein. 17. Conflict of Instructions 10. Default Provisions If a conflict exists between the General Conditions and instructions contained herein, and the Specific In the event of default by the bidder, the City reserves Conditions and instructions contained herein, the the right to procure the item(s) bid from other sources, specifics shall govern. and hold the bidder responsible for excess cons incurred as a result A contractor who defaults on a 18. Exceptions to Specifications City contract may be banned from doing business with the City for a period of 36 months from the date of For purposes of evaluation, bidder must indicate any default. exception to the specifications, terms, and/or 11. Samples conditions, no matter how minor. This includes any agreement or contract forms supplied by the bidder that Samples, when requested, must be famished at, or are required to be signed by the City. If exceptions are not stated by the bidder, in his bid, it will be before, bid opening, (unless otherwise specified), and understood that the item(s)&Mces fully comply with will be delivered at no charge to the City. If not used the specifications, terms and/or conditions stated by the and/or destroyed in testing, said sample(s) will, at City. Exceptions are to be listed by the bidder on an bidder's request, be returned within thirty (30) days of attachment included with his bid. The City will not bid award at bidder's expense. If requested by the City, determine exceptions based on a review of any attached samples and/or inspection of like items are to be made sales or manufacturer's literature. available in the southeast Florida tea. 19. Warranties 12. Acceptance of Materials The City of Pompano Beach will not accept any The material delivered as a result of this bid shall disclaimer of the warranties of merchantability and remain the property of the seller until a physical fitness for a particular purpose for the product(s) inspection and actual usage of the item(s) is made and offered. Proposals will clearly state any additional thereafter deemed acceptable to the satisfaction of the warranues and guarantees against defective materials City, in compliance with the terms and specifications and workmanship. A copy of the complete contained herein. In the event that the imm(s) supplied manufacturer's warranty statement is to be submitted to the City is/are found to be defective, or does/do not with the bid. conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and 20. Retention of Records and Right to Access Clause return the item(s) to the seller at the sclices expense. The successful bidder shall preserve and make 13 Manufacturers' Cenifications available all financial records, supporting documents, statistical records, and any other documents pertinent to The City reserves the right to obtain separate this contract for a period of five (5) years after manufacturer certification of all statements made in the termination of this contract; or if an audit has been bid. initiated and audit findings have not been resolved at the end of these five (5) years, the records shall be 14, Copyrights and Patent Rights retained until resolution of audit finding. Bidder warrants that there has been no violation of 21. Facilities copyrights or patent rights in manufacturing, producing and/or selling the item(s) ordered or shipped as a result The City reserves the right to inspect the bidder's of this bid, and successful bidder agrees to hold the facilities at any time, without prior notice. City harmless from any and all liability, loss or expense by any such violation. a Anticollusion Statement i5 Laws and Regulations By submitting this bid, the bidder affirms that this bid is without previous understanding, agreement, or All applicable laws and regulations of the Federal connection with any person, business, or corporation government, the Stare of Florida, and ordinances of the submitting a bid for the same materials, supplies, or City of Pompano Beach will apply to any resulting bid equipment, and that this bid is in all respects fair, and award. without collusion or fraud. Bid H-14-00 Page 9 of 18 Initial Bidder Name Additionally, bidder agrees to abide by all conditions of 27, Bid Tabulations this bid and certifies that they are authorized to sign this bid for the bidder. In submitting a bid to the City Bidden who wish to receive a copy of the bid of Pompano Beach, the bidder offers and agrees that if tabulation should request it by enclosing a stamped, the bid is accepted, the bidder will convey, sell, assign self-addressed envelope with their bid, or by requesting or transfer to the City of Pompano Beach all rights, title a tabulation be sent to their fax machine. Bid results and interest in and to all causes of action it may now or will trot be given out by telephone. The City does not hereafter acquire under the Anti-trust laws of the notify unsuccessful bidders of contract awards. United States and the State of Florida for price fixing relating to the particular commodities or services 28, Assignment purchased or acquired by the City of Pompano Beach. At the City's discmion, such assignment shall be made Successful bidder may not assign or transfer this and become effective at the time the City tenders final contract, in whole or part, 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 agrees that it will indemnify Upon seven (7) calendar days written notice delivered and hold harmless the City and all of the Citys officers, by cenified mail, return t=ipt requested, to the agents, and employees from any claim, loss, damage, successful bidder, the City may without cause and costs, charge or expense arising out of any act action, without prejudice to any other right or remedy, neglect or omission by contractor during the terminate the agreement for the City's convenience performance of the contract, whether direct, or indirect, whenever the City determines that such termination is and whether to any person or property to which the in the best interest of the City. Where the agreement is City of said parties may be subject, except that neither terminated for the convenience of the City the notice of the contractor nor any of its sub -contractors will be termination to the successful bidder must state that the liable under this section for damages arising out of contract is being terminated for the convenience ofthe injury -or damage to persons or property directly caused City under the termination clause and the extent of the or resulting from the sole negligence of City or any of termination. Upon receipt of such notice, the its officers, agents, or employees. contractor shall promptly discontinue all work at the time and to the extent indicated on the notice of 24. Reservation for Rejections and Award termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the The City reserves the right to accept or reject any or all terminated portion of the contract and refrain from bids or parts of bids, to waive irregularities and placing further orders and subcontracts except as they technicalities, and to request re -bids. The City also may be necessary, and complete any continued portions reserves the right to award the contract on such items of the work. the City deems will best serve the interests of the City. The City further reserves the right to award the contract 30, Conflict of Interest on a "split order" basis, or such combination as shall best serve the interests of the City unless otherwise For purposes of determining any possible conflict of specified. interest, all bidders must disclose if any City of Pompano Beach employee is also an owner, corporate 25. Interpretations officer, or employee of their business. Any questions concerning the conditions and Indicate either "Yes" (a City employee is also specifications contained in this bid should be submitted associated with your business), or "No". If ycs, give in writing and received by the Purchasing Division no ptrson(s) name(s) and position(s) with your business. later than five (5) working days prior to the bid opening. The City of Pompano Beach shall not be No _ Yes — Name & position responsible for oral interpretations given by any City personnel or representative or others. The issuance of a (Note: If answer is "Yes", you must file a statement written addendum is the only official method whereby with the Supervisor of Elections, pursuant to Florida interpretation, clarification or additional information Statutes 112.313.) can be given. 31, Public Entity Crimes 26. Failure to Respond (�d�[SLtitl„ with Florida Start Statult 251M f2Xa1; If you elect not to bid, please retum enclosed A person or affiliate who has been placed on the 'Statement of No Bid' card by the bid due date, and convicted vendor list following a conviction for a state your rcason(s) for not bidding_ Failure to respond, public entity crime may not submit a bid on a contract either by submitting a bid, or by submitting a to provide any goods or services to a public entity, may "Statement of No Bid" card, three (3) times, will result not submit a bid on a contract with a public entity for in your name being removed from our mailing list. the conmuction or repair of a public building or public work, may not submit bids on Ceases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not Bid H-14-00 Page 10 of 18 lrlitial 32, 33 transact business with any public entity in excess of the threshold amount provided s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list Governing Procedures This bid is governed by the applicable sections ofthe City's General Services Procedures Manual. A copy of the manual is available for review at the City Purchasing office. Identical Tie Bids In accordance with Section 287.087, State of Florida Statutes, preference shall be given to businesses with Drug -fret Workplace Programs. Whenever two or more bids which are equal with respect to price, quality, and service are received for the procurement of commodities or contracaW service, a bid received from a business that certifies that it has implemented a Drug - free Workplace Program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a Drug -free Workplace Program. In order to have a Drug -free Workplace Program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance program, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) in the statement specified in subsection (1), notify the employers that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendcrc to, any violation of Chapter 893 or of any controlled substance law of the United States of any State, for a violation occurring in the workplace no later than five (5) drys after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 34, 35 01 37 Bidder Name 6) Make a good faith effort to continue to maintain a drug -fret workplace through implementation of this section. If bidder's company has a Drug-frce Workplace Program, so certify below: AS THE PERSON AUTHORIZED TO SIGN THE STATENWNT, I CERTIFY THAT TH1S FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Bidder's Signature Invoicing/Payment All invoices should be sent to: City of Pompano Beach, Accounts Payable, P.O. Drawer 1300, Pompano Beach, Florida, 33061, In accordance with Florida Statutes, Chapter 218, payment will be made within 45 days after receipt of merchandise and a proper invoice. The City will attempt to pay within fewer days if bidder offers a payment discount. The City cannot make advance payments, make deposits in advance of receipt of goods, or pay C.O.D. Bidden should state any payment discount in space provided on Proposal form. Optional Contract Usage As provided in Section 287.G42(17), Florida Statutes, State of Florida agencies may purchase from a contract resulting from this solicitation, provided the Department of Management Services, Division of Purchasing, has certified its use to be cost effective and in the best interest of the State. Contractor(s) may sell such commodities or services certified by the Division to State of Florida agencies at the contractor's option Non Discrimination There shall be no discrimination as to race, color, religion, gender, national origin, enetstry, and physical or mental disability in the operations conducted under this tomrut. Included as applicable activities by the contractor under this section are the solicitation for, or purchase of, goods or services, or the subcontracting of work in performance of this contract. Nonce To Contractor The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. Bid H-14-00 Page 11 of 18 Initial Bidder Name SECTION III - PROPOSAL IMPORTANT! ! ! PAGE 18 MUST BE SIGNED FOR BID TO BE CONSIDERED, PER GENERAL CONDITIONS SECTION 3 (Note: The eleven -digit number in parentheses is the City's inventory number for each item.) GROUP I -- DISC METERS 5/8"-2" PRICING -- NEW METERS Item No. Quanti Descrition Unit Price Total 1. 1500 5/8" x 3/4" $ $ (890-044-32520) Mfg. and part number quoted: 2. 700 111 $ $ (890-044-32540) Mfg. and part number quoted: 3. 60 1-1 /2" $ $ (890-044-32560) Mfg. and part number quoted: 4. 30 2" $ $ (890-044-32570) Mfg. and part number quoted: 5. 100 5/8" x 3/4" with integrated $ $ double check backflow preventer Mfg. and part number quoted: Total, new meters $ For Group 1, new meters, state delivery time after receipt of order: days Bid H-14-00 Page 12 of 18 Initial Bidder Name GROUP 1— DISC METERS, 5/8"-2" PRICING -- TRADE-IN ALLOWANCE Item No. Quantity Docription Unit Price Total 6. 1500 5/8" x 3/4", used meter t$ > <$ > credit each 7. 700 1 ", used meter <S > < > credit each Total, trade-in allowance <$ NET TOTAL, GROUP I (total $_ new ureters, less total trade-in allowance) GROUP 2 -- COMPOUND METERS Item No. Quanti Description 1. 2 3" (890-044-32580) Mfg. and part number quoted: 2. 2 4" (890-044-32590) Mfg. and part number quoted: 3. 1 6" (890-044-32601) Mfg. and part number quoted: TOTAL, GROUP 2 For Group 2, state delivery time after receipt of order:, Unit Price Total days Bid H-14-00 Page 13 of 18 Initial i Bidder Name GROUP 3 — FIRE SERVICE METERS Item No. Ouanti Pescription Unit Price 1. 1 4" x 1" (890-044-32606) Mfg. and part number quoted: 2. 3 6" x 1-1/2" (890-044-32607) Mfg. and part number quoted: 3. 1 8" x 2" (890-044-32608) Mfg. and part number quoted: 4. 1 10" x 2" (890-044-32609) Mfg. and part number quoted: TOTAL, GROUP 3 For Group 3, state delivery time after receipt of order: Page 14 of 18 days Total Initial Bidder Name GROUP 4 -- FIRE SERVICE TURBINE METERS Item No. Quanti Description 1. 1 3" (890-044-32585) Mfg. and part number quoted: 2. 2 4#, (890-044-32589) Mfg. and part number quoted: 3. 3 6,1 (890-044-32600) Mfg. and part number quoted: 4. 2 811 (890-044-32610) Mfg. and part number quoted: 5. 1 10" Mfg. and part number quoted: TOTAL, GROUP 4 For Group 4, state delivery time after receipt of order: Unit Price Total $ $ $ $ $ $ days Bid H-14-00 Page 15 of 18 Initial � � r Bidder Name GROUP 5 -- TURBINE METERS Item No. Quanti Description Unit Price 1. 1 3" $ Mfg. and part number quoted: 2. I 4'" $ Mfg. and part number quoted: 3. 1 6" 1 $ Mfg. and part number quoted: 4. 1 8" $ Mfg. and part number quoted: TOTAL, GROUP 5 For Group 5, state delivery time after receipt of order: GROUP 6 -- STRAINERS Item No. Quantily Description Unit Price 1. 10 2" x 7" x 2-1 /8" $ Mfg. and part number quoted: 2. 10 3"x6"x3-3/4" $ Mfg. and part number quoted: 3. 10 4" x 7-1/2" x 4-1/2" $ Mfg. and part number quoted: 4. 10 6" x 9" x 5-1/2" $ Mfg. and partnumber quoted: 5. 10 8" x 10" x 6-3/4" $ Mfg. and part number quoted: TOTAL, GROUP 6 For Group 6, state delivery time after receipt of order: $ i days $ days Total Total Bid H-14-00 Page 16 of 18 Initial W Bidder Name CONTINGENT PRICING — METER PARTS Note: Pricing for meter parts will not be considered as a basis for bid award. Current published price list shall be furnished with your bid proposal and shall remain in effect for the period of the contract. Price List effective date: Discount allowed on published prices (from the above list) % Bidders shall submit the following with their bid proposal: 1.) Copy of complete manufacturer's warranty for all meters 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: (payment will be made within 45 days after receipt of merchandise and a proper invoice, unless payment 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? (Note -- Optional, agreement not required for contract award.) Yes No Bid H-14-00 Page 17 of 18 lnitial 6 Bidder Name Name & address of company submitting bid: .................................................................. zip ................. Federal Employer Identification # or Social Security #: Telephone number: .................................................................... "Fax" number:.........................................•----.............................. Acknowledgment of the followiny Addenda is noted: Addendum Number(s)Date(s) Issued Manualsignature of company officer: ................................................................................... MP RTANT!!! - 1 N IN BOX ABOVE 1, TYPE QR PRINT N ME BELOW + Signer's name (typed or printed): ............................................................................................... Titleof signer: ....................................... ---....................................................-----•...................... Bid H-14-00 Rage 18 of 18 Initial I ATTACHMENT'— BID H-14-00, WATER KET'ERS GENERAL SERVICES DEPARTMENT Purchasing Division 1190 NE 3 Avenuc PO Drawer 1300 Pompano Brach, FL 33061 City of Pompano Beach, Florida VOLUNTARY SBE PROGRAM Mom: (954) 786-4098 FAX: (954) 786.4168 The Pompano Beach City Commission has passed Resolution 98-18 that established a voluntary Small Business Enterprise (SBE) 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(l) 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 of not more than S3 million and an average net income after federal income taxes. Excluding any carryover losses, for the preceding 2 years of not more than $.2 million. As applicable to sole proprietorships, the $3 million net worth requirement shall include both personal and business investments. Tnr Cm d Po,," o Beim a An Eow' OvMe", Emyarr And DOW "Ddafnrde On Th* 8++�s p FWdcaFpad Sufis f i ;/ ATTACHMENT --- BID H-14-00, WATER METERS SBE GOAL 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 (Exhibits"C" and "D"). The recommended, voluntary goals for this bid are 3 % for Small Business Enterprises. sbe1.doc 0 1 m x ca --4 2 ro 0 c� c 3 CD m c CD T�T W C cr `DT�T Q 0 Mm P m cn c cn m z r- z a� CD 0 -., 9 CD T 0 M 0 CD tVTT z 0 w c n 3 Cr CD a m CD ) CD ° O CD x CL I3 I0 to c � 0 0 w h A N z w CD l f ao r- -n �c0 n Ln >MZ -� cn m zz Qm= m- �z m SS3j-qW S31VM `00-1 1-H QIQ -- .I,N314HHDVILY ATTACHMENT - BID H-14-00, WATER METERS LETTER OF INTENT TOP RFORM AS A SUBCONTRACTOR Bid Number H-14-00 .................... (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) YA SBE EXHIBIT "B" (Name of SBE Contractor) L' . ATTACHMENT --- BID H-14-00, WATER METERS SMALL BUSINESS ENTERPRISE (SBE) UNAVAILABILITY FORM BID # H-14-W (Name and Title) of , certify that on the day of I invited the following SBE 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 Materials/Labor Address Sought Labor OnLy, etc. Said SBE CONTRACTOR(s): Did not bid in response to the invitation Submitted a bid which was not the low responsible bid Other: Signature: Date: Note: Attached additional documents as available. SBE EXHIBIT "C" 4 m. 3 ATTACHMENT — HID H-14-M, HATER MEDERS GOOD FAI H EFFORT REPORT BID # H-14-00 1. What portions of the contract have you identified as SBE opportunities? 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, inclVding 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 SBEs in contracting with you ? 1 ATTACHMENT --- BID H-14-00, WATER METERS 7. List the SBEs you will utilize and subcontract amount. 8. Other comments: Note: Please attach the unavailability letters with this report. SBE EXHIBIT "ID" 2 r � r UU 1 1 ett [40'7.-78-2503 P.2 A EXHIBIT "B" NE:PrUP4 A Nc- R-CinNing....! T—sted Name To: Ms. Leets Haniin City of Pompom Beach Purchasing Division 1100 NE 37° Ave. Pompano Beach, Ff 33081 PAX; 854.785-418a From: Joe Bridges V- P. Sales Data: Dur,embar 7, 2001 Subjat; Name Change 1 ifective November 1, 2001, SchlumbMer RMS - Water Division has changed their name. Our new name is Neptune Technology Group, Inc, Our new }scone] ID# is 13-4192672. Please remit payments to the following address: Neptune Technology Group, Inc. Dept 3321 P_ O. Box 2153 Birmingham AL 35287-3321 Our physical address has not champed. It remains 1900 Alabama Hwy 2-29, Tallassee AL, 36078. All written correspondence should also go to this address. Please call me if you have any questions. Best Regards, J ,toe Bridges V. P. Sales JB/ss Nr,ptuoe Trehnology f rnnp Ine a 1(Ax) 1lnhama FTighw"y 229 " Tatlaaec AL 36078 v Phone (334) 283-6S55 • Fax (334) 283-7299 Z0 39vd HOand HOV39 ONVdWOd 891V-98L-b96 L5 : T T Z8@Z!6 T i Z© v � a SUNSTATE METER 3523325604 02/21 '02 08:,1 Np_410 02/02 GENERAL SBItvICEB DEPARTMENT Putd uenjr n:rjgepn EXHIBIT "C" 1190 NE 3 Awnue Po Drawee 13co Pompano Bcac1. FL 33061 ti Phone (954) 7$6-40; FAX- (954) U-416 City of Pompano Bach, Florida M December 18, J00I Terry D. Gullets, Client Services Manager Neptune Technology Crroup, inc. 4504 Bridgewat r Drive Orlando, FIoridli 32$17 Dear Mr. Gullett, This lerter is to 6onf rm the City of Pompano Beach is exercising the contract ranevral option with your comp4y for "Water Meters" issued pursuant to Bid #14-14-00. This renewal will be for one (1) year,'from February 22, 2002 to February 21, 2003. The prices, terms and conditions of the original bfC and contract period remain unchanged for this renewal period. Meters will be ordered as needed throughout the contract. I Thank you ,for ydur continued cooperation_ Very truly yours ecta Hardin Purchasing Supervisor PC: file Frankie Ghevere, Central Stores Mark Eddington., Water Distriburion Z0/Z0 :SOdd I HQ�Tld HQtT32 ONVdWQd 89Tb-9S4-096 SO=ZT ZOOZ/6T/7,2 3523325604 02/21 '02 08:51 NO-410 01/02 EXHIBIT V SUNSTATE METER & SUPPLY, INC. 14001 W. NEWBERRY AD. NEWBERRY, F'LpRIDA 32669-2710 February 21, 2002 Mr. Steve Beamsderfer Buyer City of Tamarac 7525 NW da"' Avenue Tamarac, FL 33321-2401 Subject: City of Pompano Beach Meter Bid # H-14-00 Dear Mr. Beamsderfer: Sunstate Meter and Supply, Inc. and Neptune Technologies Group, Inc. are in agreement to supply The City of Tamarac with the same prices as the City of Pompano Beach, FL. These prices are good through February 21, 2003. All terms and conditions shall remain the same. I have enclosed 8 copy Of their renewal letter for your records. Thank you for your Interest in our products. If I can answer any questions please feel free to Bail me anytime. Sincerely. Jay H. Meyers Safes In Florida Toll Free: 1-800-342�3409 • Local & Outside Florida (352) 332-7106 - Fax: (352) 332.5604 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 . Facsimile (954) 724-2454 Jeffrey L. Miller City Manager jeffm@tamarac.org October 10, 2002 Mr. Jay H. Meyers Sunstate Meter & Supply, Inc. 14001 W. Newberry Road Newberry, Florida 32669-2710 Dear Mr. Meyers: I am pleased to advise you that at its meeting on October 9, 2002, the Tamarac City Commission approved a resolution authorizing the appropriate City Officials to approve the purchase of Neptune Water Meters from 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 $110,000.00. Enclosed is a copy of the approved resolution for your records. Mr. Keith Wilder, Support Services Manager, will be your contact person with the City concerning this matter. Please feel free to contact him at (954) 724- 2421. However, if there should be any problems of a serious consequence, I expect you to advise me directly and immediately. The City of Tamarac looks forward to working with you on this project. Sincerely, Je "yL. iller City Manager KW/mg/s915 c: Raymond E. Gagnon, Director of Utilities Marion Swenson, City Clerk Keith Wilder, Support Services Manager Equal Opportunity Employer