Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-0261 Temp. Reso. #8503 January 5, 1999 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99 c* A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO PURCHASE SCHLUMBERGER NEPTUNE WATER METERS FROM SOUTHEASTERN MUNICIPAL SUPPLY COMPANY, (SEMSCO), UTILIZING CITY OF POMPANO BEACH BID NUMBER K-36-97 ENTITLED "WATER METERS" FOR A MAXIMUM COST OF $55,000.00; APPROVING FUNDING FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNTS; 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 WHEREAS, the City Commission has appropriated funding to address meter replacement, new meter installation, and meter relocations throughout the water distribution system; and Temp. Reso. #8503 January 5, 1999 Page 2 1 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 K-36-97 for purchase of water meters to Schlumberger Industries, Inc. from July 8, 1997 through July 7, 1998 (attached as Exhibit "A"); and WHEREAS, the City of Pompano Beach has exercised a one year extension of Bid Number K-26-97 for the purchase of water meters from Schlumberger Industries, Inc. from July 8, 1998 through July 7, 1999 (attached as Exhibit "B"); and WHEREAS, Schlumberger Industries, Inc., has agreed to offer an extension of Pompano Beach Bid Number K-36-97 to the City of Tamarac via their local distributor, Southeastern Municipal Supply Company (SEMSCO), (attached as Exhibit "C"); and WHEREAS, the Director of Utilities and Purchasing/Contracts Manager recommend that the City of Pompano Beach Bid Number K-36-97 be utilized for the purchase of water meters for an amount not to exceed $55,000.00; 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 f� Temp. Reso. #8503 January 5, 1999 Page 3 approve the purchase of Schlumberger Neptune Water Meters from Southeastern Municipal Supply Company, (SEMSCO) utilizing the City of Pompano Beach Bid Number K-36-97. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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: That the appropriate City officials are hereby authorized to purchase water meters from Schlumberger Industries, Inc. via their local distributor Southeastern Municipal Supply Company (SEMSCO) utilizing the City of Pompano Beach Bid Number K-36-97. SECTION 3: That $55,000.00 is approved to be funded from the appropriate Utilities Operational accounts. 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. LI 1 Temp. Reso. #8503 January 5, 1999 Page 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this z2 �Iday of 1999. ATTES CAROL OLD, CMC/AAE CITY CLERK I HEREBY CERTIFY that I have Utilities/kw/tk JOE SCHREIBER MAYOR RECORD OF COMMISSI MAYOR SCHREIBER. DIST 1: COMM. McKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SIJLTANOF DIST 4: COMM. ROBERTS EXHIBIT "A" Temp Reso No. 8503 Post4r• Fax Note 7671 1"" IMP, GENERAL SERVICES DEPA MIENT Fax 6 r vnon. Pwaming Divalon Fax e Z — Z O ere OD 1190 NE ] Avenuc Po 17nvm 1300 1'bapene Bksrelw !~l. ]]061 ,' • FAX 954) 77C 8 -4168 City of Pompano Beach, Florida July 8. 1997 I. Edmund Davalos, Regional Sales Manager Schlumberger industries. Inc. 1080 Holcomb Bridge Road, Suite 255, Building 200 Roswell, Georgia 30076 Dear Mr. Davalos, The City Commission, at their meeting todav, agenda item #(H)(9), awarded your company a contract for the following: Water Meters, Bid K-36-97 • The new contract period shall be one year, from July 8, 1997 through July 7, 1998. The City will place orders for water meters, and meter parts, as needed at the prices/discounts stated in your bid proposal, throughout the contract period. Contract renewal may be made as per the terms contained in the bid document. The prices/discounts, specifications, terms and conditions of the Bid shall remain firm for the initial contract period, and any renewal period. Please call me if you have any questions about this contract at (954) 786-4098. Thank you for your continued cooperation. Very truly yours, Lees Hardin, CPpB Purchasing Supervisor Ah Pc: Mark Eddington, Water Distribution Supervisor Frankic Chevere, Chief Material Handling Specialist file K-36-97 �J Meeting Date: ju!X 8 1997 nda Item 1 REQUESTED COMMISSION ACTION: X Consent Ordinance Resolution Consideration Workshop SHORT TiTLE Award Bid #K-36.97 WaterMeters, to the low responsive, responsible vendor OR MOTION: 5chiumber, ear, at unit np kes bid, for , an annual, open-end contract. Summary of Purpose and Why: Bid #K-36-97 was issued to establish an annual, open-end contract for the purchase of water meters to be used by the Utilities Department. Meters will be furnished at fixed unit prices bid, and meter parts will be purchased at discount levels stated in the bid, as needed throughout the contract period. The contract period will be for one year from date of award, with possible renewal for an additional one-year period as stated in the bid specifications. After reviewing the two (2) responses to Bid K-36-97, Water Meters, with the Udlldes Department, it is recommended that award be made In all groups to Schlumberger, Inc., for an annual open-end contract for water meters as needed, at unit prices bid. Schlumberger Is the low bidder on Groups 4 m 5, the single bidder on Groups 1 az 2 and the low responsive responsible bidder for Groups 3 a 6. The low bidder for Groups 3 8L 6, Water Specialties, Inc., did not meet the Group specifications, and therefore was deemed non -responsive In those groups. QUESTIONS TO BE ANSWERED BY ORIGINATING DEPARTMENT: (1) Origin of request for this action: Staff •(2) Primary staff contact: William Flaherty Ext. X4061 (3) Expiration of contract, if applicable: see above (4) Fiscal Impact and source of funding: Funding is available from Utilities Account #412.3330.533.64-65 Service installations DEPARTMENTAL COORDINATION General Services Udildes Finance Bud et DEPARTMENTAL DATE_ RECOMMENDATION 711197 Approved Advisory Board Planning and Growth Management Director _ Public Works Administrator X City Manager DEPARTMENTAL HEAD SIGNATURE CM A�+CHED MEMO NUMBER ACTION TAKEN BY COMMISSION: QLdbmtsc = BL1ui� C2nstde; atl�n Wgr g i st Reading Results: Results; 2nd Reading 6,c-13— 1-$97 3: 02PM F" POWANO PURCHASING 95A 786 4168 P. 2 .7 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 K 36-97 -- WATER METERS May 20, 1997 The City of Pompano Beach is currently soliciting bids for annual convact for the purchase of Water Meters. Bids will be received until 2:00 p.m. (local), Thursday, June 19, 1997 in the Purchasing office at 1190 North Fast 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 Jacqueline M. King, CPPB, Purchasing Agent, at (954) 786-4098. The intent of this bid is to establish an annual, open-end contract for the purchase of Water Meters, delivered, as and when needed. The initial contract period shall be one year, commencing upon award by the appropriate City officials. Bid K-36-97 Page 1 of 16 Initial Cr 1.3-1.997 ,3.05PM FROM POMPANO "CHASING 954 786 4168 P. 3 Bidder Name .7c_� L vM p*ct rot, riee 7'{. c' The contract shall be automatically renewed for two one-year period(s) 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. 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. $id 1 • Like items within this bid are grouped_ Bidders must submit bids on all groups. When 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 per group total. :. 4. All prices bid shall be P.O.B. destination/delivered to the City of Pompano Beach Central Stores Warehouse, 1190 N.E. 3rd Avenue, Building C or Utilities Department, 1201 N.E. 3rd Ave. 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. G. I2t�liyay Bidders are to state the number of calendar days after receipt of an order required for delivery. The City seeks a source of supply which 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 Bid K-36-97 Page 2 g of 16 Initial 67 13--11997 3; 07PM FROM POMPANO PIJRCMAS I NG 954 786 4168 P. 4 BidderName cancelled upon written notice. See Section II - General Conditions, (6) "DeIivery", and (10) "Default", for additional information. H: AAdsvAa 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 wfll 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 put of their Bid proposal. 1. All water meters and meter components, parts and including programmable encoder registers shall be manufactured and assembled in the United States of America. 2. Guarantee (Applicable to all type meters). Supplier shall guarantee materials and workmanship of all meters and meter parts to operate within the range of the test specifications for a 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 supplier 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 period of ten (10) years, ' 3. As part of the proposal, bidders shall furnish for each size and type of meter bid an accuracy chart showing loss of hand in P.S.I. at maximum flows. Operating and performance characteristics of the meters bid will be evaluated and considered in making any award. 4• Rryistratinns & Reglarration Tests-Tht 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. 5• JMde-ill Where indicated on the proposal fonn, bidders shall furnish trade-in allowance for old meters of same sire and type. Meters to be traded -in will be various brands, as required by the City, to be determined at time of order. The successful bidder will be responsible for pick-up of old meters from the City. Bidders must provide a trade-in allowance in their proposal. • Sid K-36.97 Page 3 of 16 Initial 6.-13-1997 3:11PM FROM POMPANO PURCHASING 954 786 A169 P.5 Bidder Name --r_V,L ii.A nr T •vt ( v STr i cy f'Z-AK':, J. _ Water meters shall conform to specifications set forth by the Americus 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 1" sizes. Register boxes shall have meter sealing screws drilled for sealwires or tamper -proof seal pins. Bottom caps on 518" 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 ease of disassembly. Anything less than #300 series is unacceptable. All 1 1/2" and 2" teeters 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 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. g: State Trade-in allowances for meter sizes as indicated on Proposal form. 3. 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. Bid K-36-97 Page 4 of 16 � Initial §-13-1997 3:14PM FROM POMPANO PURCHASING 954 786 4168 P. 6 • r-I LJ Bidder Name The meter assembly shall be notating disc type on low side and Class II turlsine 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 bronm. The main case must have chilled test plugs for field testing. Meter aiutll have a calibration vase so adjustments can be made in the field. Change gears we im acceptable. The meter registers shall be scWgbt 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. u ara 7 73 ►/ r 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 II 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 U.L 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 8" 2-400U GPM 10" 2-6500 GPM These flows are to be treasured at 100% + or -1.5% accuracy. • + T 72 r. n . u w Must be U.L. listed and FM approved. Measuring dement 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. Allmeters must be addaptable to programmable encoder registers. Minimum flow requirements for fire service turbine meters are as follows: Bid K-36-97 3" 5-450 GPM 4" 10-1200 GPM Page 5 of 16 0- Initial 6-4 3-1997 as 17PM FROM POMPANO PURCHASING 954 786 416a P. 7 Bidder Name: 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 register: must be encoder adaptable without service, interruption for a A matie or eeattral meter reading systems. Encoder registers shall not include batteries due to loss of power and causing inadequate meter readings. Meter shall have a class 11 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 interuption. Register shall read in U.S. gallons, meter serial number on meter maincase and register box cover. 7. 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 regidity 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 ANSI/AWWA 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. Cover bolts shall be made of 18-g 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/AW WA C701-78 or latest revision. All bidders are requested to submit price information regarding their entire line of meter repair parts. This pricing for meter parts will not be considered as a basis for bid award. The City will establish contracts based upon the parts pricing offered in this bid for the purchase of pare from all current vendors, and if applicable, from manufacturers which • Bid K-36-97 Page 6 of 16 (��a) Initial C-•13-1997 3:2ePM FROM POMPANO PURCHASING 954 796 d169 P. 8 ,7 • Bidder Name 1ac vy rit�':,..� are not current suppliers, but have supplied meters to the City in the past, MPhich are still in service. Discounts offered and accepted will remain in effect for entire contract ,period. Cu remt published price list shall be famished 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 daWedition/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 which will be allowed for City purchases of parts. Hid K-36-97 Page 7 of 16 Initial JAN-09798 FRI 12:25 i-lap_1998 12:07PM 8--1 Z-1 W-W 3 : 21 PM TAMARAC PURCHASING FAX NO. 954 724 2408 FROM POMPANO PURCHASING 95d 78G 41G8 FRC" POMP'4M F CN SING 954 7$6 416s P. 02 P, 2 P. 9 C 1. 5,rrbntisa;eou turd r<teraalpt ofl;ids I.I. $hiders'lawl ttac$te xutnbbed by lk,e City, t •� hxvittr eay ezttsettes nr rarrecvwa mast be initialed by the bidder in ink. Bid shall be typcwtt'ttoit or Tilled ht with pen and ink. Manual swatttre mug be in hih. It will be the sole responsibility of ate hldder to have their bid delivered to the Parchetirtg ogee before 1»e closing hart and dote shown for receipt afbids, 1.4. Hid envelopes are provided'vith the bid lbrxra. Y— bid sboufd be !created in the e i1'elope (with Vtc coma peatege dlbted if the bid is mc(led) a"d shoatd shew late tbllowinglDfo m atm; 1.4.1. Year raurn rdat'ling addrtss in the Npper IeR•1►ectd corner. 1.4.2• Bid%itr:trber - motile or erne the � bid "I tDber that 4v-t a on the ftrtrt page of&c bid form on the Gee for It au the Flom ofttte enreiope, 1.431 91d Items - write Of type the title orthe bid on line ^sealed bid for, r277. 1 s• If not using the City-providcd eavclopc to mail your bid, or !fusing a delivery Savior euta than the 1i,5- fort O:Mce, use She Mlowing addre,-; City of MForo Beach puroh"Ing D'nisi" 119013,E_ 3rd Avenue, Boildieg C Pompano Reach. FL 33%0 (or) P.O. Box 1300 Pompano Bach, Fir 330fl t-b Lea bids will nor be eonsidered and My71 be raftwWd mKot Cd. 1.7, Bids tranatltltteA by facsimile will not be acatpted. 2. Cornpiesion of Bid Forms E idder is to fill in ali Qf die blank tpsaes on the bid !!tens mid let-?% all numbcrQd pa`et:• Bidder should initial each Pete at ffie bo-u- to indieatc he has read and understands the prorisioni coerotitied oh that page. 3. Slgnaftm Required All bids must rhow the eerapmry meat and be signed by a Company officer or employee wteo has the authority to bind the _npany or rtm by %dir fit a d, S. 6. 0 1Ftir4 V-'AA.47 PRvr, R r%f 16 Bidder Name Si r1alvte. YR.1$IGNED SIDS WILL. n APPE I). An matval sipatares must be original • no rubber P• phatowpy. ac, Nees to be Piton Bidder xrtit drat pries:& tearer and o0111114003 in the bid w1A be btrn fuc eOVb=1br a paiod ofnittaty (M) flays from ate d9te of bid operritt; tmlcss vuteravlse t:�+cd t+ythts CSey, $ids stay not be tawq bt ne die expiration of ninety 190) 46vs. Nees Shan be ftam W im no esedaror clsasut cnless q-1 ied by the City. Did$ may ba +rithdrewn after ninety (M ttt0•s only upon W*tm notirl4vion W 04 Chy, ExtCwmV lfnitat is an tarn in exW!6jobs (nUghetnasioal 4W), onh prices win prevail, Drlivcry Ail ierrrw we to be bid r'O,ls• active with fre4 tt charges prepaid =d included, 0. designated a-ldm"a as apeclfred by the CW on it's pnrohase orda(S) or in lezter(s) ofanthorintion, 6.7. Bidder mwt etatE 9=1f)a number of calendar days rcquired for dellvery of cash iteta bid in appropriate Mae, on The! bid Pages for CORsider94011 of award of this bid 6.3. Dx1h-ery rime ail! be 7 factor for any orders placed a: a rw.svJt of phis Zid, i'tYs City NstNe$ tht rigbtio cancci such ordsr(s) or any part thrrtof, witbwt obligsaton, if WiYay i$ nvr made whhin the tiMt(S) speeifed herein and hold the vendor in default, (See 9ettron 10.) SiVed Sid Cemidanad an Other ThlSsigrted bid is eaasidemd aft ofl°er on the pert of Ole bidder, whieh O&r�ftl be considered scctpixd Upon 4 P►Oval by the City Cotnmissten of Ltte City of Fottrpaao ia<eaelt (lfreRUl ")- 2bc City of porrq=0 Beach will issut a purchase ardor or a letter of *Ull"14161W to the wcoe Ufitl bidder, as anthorizarion For dan'v of tar !terns *worded suNcet to roquitxtrt► "vNctuiled sltoeiIIea-iarts d those conulmd hea l!!. In ate 1-nt Of defattit On the VIct of the bidder after "t atetptance, the City rrr%Uke meh wjog as it d<etrts appropriate Fncladirtg iegal'aetion fO! damages vrspedFfc Performance. Quality ASMaerie toed Eor the manufacture or comimction of arty SnpPltes, -atmels or equiPment covered by this bid ahali be Row. The items bid rrtuat t e row, the iatest mo &at. 0171130 btst Mlity and highest grodc wOrkm-ghip —'— ottte; wriSe Sgeelfied in thiS bid by, the City. JAN-09798 FRI 12:25 TAMARAC PURCHASING FAX NO, 954 724 2408 P.03 1.109-1998 12 - 0 i Pht FROM POMPANO PURCHASING 954 786 A 1 GS P 3 6-•13"1997 Zt2@PM OrRM4 F0WANO PI_1RCHASIfyG 96d 786 - 4158 P, 10 • , Bidder Name Srl v,.� 9. (band NNW CitY of PMMo Heath will aWy % cry resuiti»g bid award. Whenever proprietary names are used, (whether oraet 16. Taxes ;Ib1lo"d by the wotds "or approved ssival"), the +vern(s) will be srtbjept to acceptact w3wor q rov4 by aaelbnrixed ci and said peraetwhi will ro Tlw City offbmpatto Beath is exen&pt fiona any texas ilvet o rx dtx5a& it their preragativC to eeteCt the itglt(S) fvhieh we imposed by the Starve and Fed►rai govarnment. ltnretat bid, hesa by ieert,, meefm8 �ifleasibm ftm the infoMOW 110MIthed b5 iha bidderroritb the bid hkenlp*n ce tilimors Will be vMkle4 Upon request. 1eNe saws tax exeam4ft eerflocate avftr sample irspection or testing of the iktA(s) 01649-1964$9 5dC And j cftna a Mptior tax ctiied fir berrin. 059-94-00UK appty and Appear on Oath purchase order. 10. Aehwriatovitions i7. C 11*%�iffievtaions in the event Of tbftalt by the bidder, the City ]taxives s<tPub to pea Wt the items) bid from tabu era hold the bhidertespoatsib iPa oon>ilct exlsrY ba%weeh Gent ral Cttetdiriores andOw fwbnc6m::meted homin. and the Speofic lbroxeces com incurred am a resaat A enrer.ctorwho dafavlta eri a CdndiriOM and bntmedom r»gWwd 1&ereirt. the 1pftifics:bel vm' CkY 06twOct mAy bt batrted Sven deitW business when g+t the City ibr a period of36 tuorrihstJrem tfte dm of Iktiefr. it. Exc efaiom to Speeificatkm IL Sa ipica For P"Tom ofrvxJtwtion, bidder must ittdiorc any exc%7ffll t to the SpeeiCeatiotK.'telft and/or Steripias, Ulm requested, must be fmtt abed at or oottditions. no. tetatler 1>aw triirtor. This idelodet at7,v trg bcftm. bid open , (=leg otherwise spo6fied), seed will be delivered at no a barge to the Cary. 1f sat used agnecmer t or ed toast forcers stappl led by the biddy thAf am Kgpirtbe siped by tau City. if biJde rejd yrd ie tetaing $aid stceple(s) will at biddet� tegdest, be netr<trted w�iddn rhJtty (3d) tleya exceptions Art: trot ststcJ by t iv biddet. In his bid, it will be, medctsrovtl the t1x ltrtn(s)�servicas fltJfy 6f bid awwd at biddses.expettse, if regvestad by the co -ply " ebf:petil{�etivns, terms and/or City. tarnples Vr7&0r itnpeerian of lika hears in a tb be need: mailable in the soutbemylorida "Dd der- speed by the City. ,Exceptions are tp be lfsred by the bidder on an at ath rrem incjvdcd with b,% Wx bid. The City will Doi determine exceptions based on to 12. Aeteptanee of Mursiels MKIW of any'annelyd Saieb or martut'aexurer-s fie. The material delivered as a rcrult of this bid jW 19. by tier mmein the pm-W of the seller ur til s physical in:peetlob end Acura! usage of the i"MO) is made and ihereeRer dextr&ed ueeepti!!hs Gs the eat faction of the the City of Pompaueo 33eacle will not accept trey City, i» atmtpliufee with the terms and specifscatioes rnm*h*d herehL diseisirrter prthe watrrarttiea ol'mem-MM ability and furless fpr a pwicular in the *Vane thee the itswb(s) supplied to the City lean !tweed se for the 1 oos�t W"� fy to be 4erceCfm or doestdo not "dit{8) " `ly s �y itiortsi tofffwm to spedlimsons, rite city r er t"*$ the A& to insa cxive mmaisls �h�v��A p esrncel the of vPan WPM not m to the Seller W4 � the name return the itelks) TOthe Z44hT*I the seller's fie, roanofAtaurars wwanty statement is to be ev -ith the bid, baeirad 13_ Manu�err*ets' Ccniticaior�s 20, k9fttiott erRxordt aed Right to Accrr.s Cfauav The City reserves the right to obtain sep2mle t�netlictvrer vwuiicadon or All smtettrnes made iri tha W bl The strccess11t1 bidder shall ptrsat,e and make The 3l sb&grecords, trier. ble all dull tvasuftcrt tecard%, and glen o� v do- , n'g pew crit la, CepYrights And Fat -At Right& to this contract fora period of hva (s) ytfts afMr Yenninatian of *h out 9=4 or ifam audit 11 W.. been Bidder narrates %bat there IM been tro riohdion oI hz%xW im4 altdii ftdbM ha"e not been resolved at vopyrights m psraat rtt{W in MwwfiwUwiw the end of lhar,+e eye (5) yes, the record, shall be prvdueirtf aetd/ar selli„s Mc itern(s) a►detedof ah4"d mc*wd UP"t nwiutioh ofterdit finding. ea A rMit of:his bid, axed awenf l b;d&w q$oc;s to mold dw clW haflnie:as Stem any and ell fiablluy, toss 21. Facilities ' e+cpCTtie tYV eery "ch vkgz&ion, The Cite reserves the right t6 inspe:i tAe hiddet�s l5. Laws wd A -'$show >beUlt�s aratty Ureter wimout prior notice. All apptieibia ltws and regultaions *fee Fedctaf gttvamment, the Setae of Florida, and otdinmtM of the 0 Bid K.3 G-97 Page 9 of 16 (�a Initial JAN-09-98 FRI 12:26 TAMARAC PURCHASING FAX N0, 954 724 2408 t—09-1998 12 08PM FROM PCMPANO PURCHAS I r4 95d 72,6 4168 FRO" NANO PURCHASING 95d 786 1169 P. 04 P. • • 22. An i-ftutnion STaTtrnrnt 13Y subf"df r drls bid, f -- bldda 2r-=$ that Ws bid is without previous ondmmdk% agteemm wfIneedun with any Pem„, butinese, or eerpotltson sob-mtting a bid t�r the sa m mrdettals, sapplirs, or ogiiprnenr, sod ribst this lid is in all respects flit, one trdthoot cliosim or fraud. 23, rude mMtesgga Com mw mve mft mid alms rasa is wlli indemtrlfy and hold hwmtm tit, City and ail offbs Cities officers, aseeta, aced employees from slay dahn, lcsx, dttrllage, *wt& Chase ar,=% em wbiing out Q(,Stly SOL * iom $+_sleet or omission by CoMaaor dwft the perfotm3noe of rlrt contract, whether direct, or Wheck aid whether to Amy nrraon orpropety m which the Or ofsaid p&*s!nay be subjM txtiept that noillm Ole ta7ttYaictor nor my of its sob. connam" will be Roble under this metloa Tax damtrgrs arising out aPWtvy dr d $0 tW0fl5 Or pmperty dtreedy C-sed or rasulfntg ft m the; soft negl ipenee of city or any of its orm!k agents, er employees. 24, R`a%MWiwn for RcjccVVM mod Award The City near' is the sight to aeoept or reje-_r wly Of at bids w parts of bids, to waive ima r lees and TecmimWift. and IQ lavmYt re-bffds. Tao City thy reserves tine tight to ward the eema me on Lath liana the City doer$ will best —rve the mterrsts of the City, The City filrther re3crv02 the right to award the oontmt on a "split ordW basis, or such tethbinetion as shall bass serve the iptemm of the City z*x otherwist specified, 25• ihterpretatictrs Arty questiorae coia4wrWmg the cenditionr aced sptCtfltatiohS co>ttained in this bid slroaid bt submitted [It w'ritirrg and reeatved try the Pachating Division no later titan five ($) 'Vorki+tg days prior to the bid opening. Thf Ckt_Y of Pespsno lieaeh shall not !+e—powible for eraI kompmmionr giveh by my y txrsonnal CK retsraaRa+tative or othMS. The 7ssutmm of a carmen addm ttm is the only official teethed wheeraby mMry atirn, clarifleation or addteionai lnforttmt000 am be given. 7b. Failure to Respond If you 'felt not to bid, please :spun elteloeed "s=*TftmT of N0 Bid' catd by t" bed due date, and state ynra mason(s) fag not bidding Fmwft b real"d, either by sabTnittlag a bid, or by sabnsivt�rg A w5trmenrcm of No $id" card, three (ii)tynms, will resell in your Attie being 2—oved 16m aTr mt okS list. 27. Bid Tabulations Biidder t ,who wish to recore a cop) of the bid !abolition should rcpvmt h by gnetosing it stxvped, self add"Wd et:velope wltb Lh-:ir Md. or by rtgetestins a tabiri■t'ru be sent to their tier mocking. Did rollout will snot be given out by telephone, The Bidder Name .SCE, t Lim W-F F{ City does and notify awag�dS, umucamdd biddem pf corrtraci 29. AsslBrnKirt I-oftemm bidder entry hot agdip or trawler this mm-at, ktwtwte or part+ M'ithout prior written 201= A of the City of Pompano Hooch. 29, Tvmirratjvc for Ct4mYeaieaea of City Up m seven ('l) eaieridrr dews wr'wn rtoticc ddrvered by csetp&od mall, rct=rm Iteapt requested. to the --Emferl bldde , lire Chi may without terse and rvidtoat pndpdforto raV' other Might or retteedy, . tetrttinate the urmtriam for the Ciot ODIrYettiente wh--- ih@ City de"mines that faith I*-nivation is at *C best fittorest ofitte Caty, whein the rgreement if teflnitm d for the eorrwentepcc of the City the nodrt of woe m The sneetuftit bidder mutt stab Thal the" Is beytg telrhittaeed for the—menicnce of the City r akr ilic ti=rt<tioa tl»rse and the extent of � ntAeharion. Upon rec,lpt of such rtot(ee the cots s mt sltWt pm tptly dlsnorttinue all wont ai the time and"dte em; t itydt`oated on the notice of termiset on, teminata all ovista diog snb"oontractors and p ordeal w the extent that they +date *o lire terWriated punter, ofthe amat ld mW raftin from pte-Z A"Oef orders and-bconmiem ate tear as they may be necessary; and rmrt*tm say oontinW' d portions ofthe welt. 30• Cordlia of Itsletest Forpmrom Ofderemiining any possible conflict of h mmst- SH bidden mass disclose if =7 City of i'orrllow 0 smh envloy" is also in owrmr oorporxre e'lrtar, or trlfployte Ofrheirtu3inesa, l"Citte e3fier "Ycs" (a City traprrvee is also awocimed with your businegr), or -No If pas. give p"m(s) —7e(s) and por'tion(s) with you butkness. No ,>(Yes �Narre position (Note. Ifines`w is —Yee. you must file a state-nent w1th site S r -*Sor Of FkC0Q=, plumant To Florida titatupes 172,313J I. Public &nlit), Crbr� a; A pemn or affiliate who has been p =d on the comiettd T"dor list mlawing a ay..i tim far o public enttty crime mid' tmg srrbmix a bld m a cor mu. to provide tort' gyve+ or a+e: Yjoes ve a public W113r, YMY not subrak d bid On a eormaas with a public errrity Sd-dSe opj--;on -rapalr *fa publf= b:rildine or Public work. m%Y.not tetsWt bids on Icarez of real Vrp"1y eo a pt:btlg enetty, may not to awaadcd of poefbrm W"k as a eottrraetor, avp'piitt, mbcontmcroor or consvltmr tinder it conttact with tiny public enTity. and cony not trascsaet business with any public <Attity in excess of die thmshald arnoTart provrdrrrt s. 2$y,o17 for C4ib00RY TWO for a period of 36 months from the dart of being pltoyd oft the convieaed vendor lint 0 Bid K-36-97 Page 10 of 16 (z�71aitial JAN-09-98 FRI 12:27 1-09-1998 12:09PM , 6-13�1997 $mom TAMARAC PURCHASING FAX NO, 954 724 2408 FROM POMPANO PURCHASING 954 736 41E8 F � P"F'ANO PURCHA$ I NG dyad 786 41 Be P. 05 P. 5 P. 12 • a2 Go�err,ingPneeedttres this bid is Vvetrltrd by the Vpt14-Wv sezi;oas of the Cky's Orobemal Servios PrMdUM biattad_ A w" of the rntaual it avadlsW If reviewat the City Ii'ractgrFlrrt ofr"ree. 33. 1'darrkal Tk Bids In aocardatrco tvirh Section 287.087, sumac of Florida Stattmtes, PM*Mee shall be givep is businesses With L"S Workplace hvvzmS. Whenever two or more bids which are eqW Y41h respeet to priee, qu RY- tttld service arc reveived for fhc pmearement of *MffWditias or ootrttadtusi service, a bid reeefved ft m ■ business tho OOrt3fm that it has hgpieraahPtd a Pry ka t>ta award p�,rgs3hali bw given ESIMbItOcd Progo6orer, Itx Croeesshts tie bid, wfu be fo k—rd iroone of *a tied veA4br g have a iXag *M 'ttle+ltpf ear Ptogratrm. fn order M hire a lhug-Eee Wetvim Prostate. a busimesg shall: 1) Publish aAa mentnoSfying omplox-ees 4W ale tmteWMI caamfWtare, diSt,Mbafiort, diaparalnz rnvW5io0, or rrsa of a controlled substance is prohibited ;o Are workplace and specifying the setions tbtt will be taken against phpioyece for Ylolarlu— of such pmbiwon. 2) lWbnn aprp)oygft at'm the d,,ZM of "Me *bm in the the basuress" peTicy of tnalnwoing a dravfroe Workplaec, rvey *+nilaw"cotanxlutg tahab1D=V" tatd "10)" W$itbm', Pr03rn+s, and the penalties That rgap be hrtposed upon emlrloyees for drag alb= vloladviz, 3) 4ive each emgtoyee cly g-a in prov3dieS IM evmmodities or ceahae m t+e aim tkst an: underbida anpi• ofthesterar,em specified inst+ season (1). 4) 14 tits ata—W spvci£red in sttbsection (1), not* tht employees that, w it rendition of amkiog on the oomotodities or contracnral services firm ate tinder bid, tM employee will abide by the terms efdre V*c1ment old will notify tht cmployor of nary CpnriClioa Of, or plc, of Ltrilty or nob cone ndere to, *V Violation Orch par tt43 or of imy controlled sabstarree law of*, United States Of &W 89ate, for a viulAdon oceutthV in the wvrkpsaee ro later than firm (5) days atlu suoA evnvietion. S) lmpare a ~ion on, or regnit, do satlat4o107 perticipaeotr in a drag aboae w0stwer or rehoWinaden proms ifsueh h avAilable in the employee's wnintunity, by or> employee vrhe is so O toieted. 34. 35, 36. Bid K-36-97 Page I I of 16 Bidder Name d w�, 0ti Makes S"d mul of d to continue roe Pi on amis semi". Ifbiddet"s ooatpaW ha$ a ika);.>IVC Workplace Prctrera, so certify below. AS TIES PnSON AL7WA= To SION Tim STA'tf]ulF, a- I CEitTOY THAT THIS Ent COWLW FULLY WrM TIM ABOVE Bjdder's Sim luvvj4{gp&?WMerd All hrvoiow Should be wart ra. Liry fpompano Stick Actxmaau Pay*k p,0. Drawer xccor1300, Pompano beach Plorida, 33061. r» dwsce.vlr2r MO"SWAM Chapter 219, peyment W hi be made +ys triter ieecipt Of trnrrtrandise and s Pro"- Invoke. 7?W City wits rmempt to PW within hw a days if Nmor offers a pagmemt disco= , The City cannot t ken attvaetoe Mawr#-". wimkc dcpasits in adrahpe of receipt of goodt, or pay C.O.D. 9144er d20018 state arnp payment discount in spoft provided Orr hop"" %. optio" Contract Clsage As provided in Section.. 7.ft7.o42(17) FlOr dat Statubc, Star leploridt agencies many yvrthwe sum a canvAM resultiog from this sniiciton pmovjded rho IV0401afofMa gwhew&—ieeu,Divisionof Pur&-in& has ler&16d it, use 14 be cost eflreolt" and is the beat interest aft)re Scars, Coatractor(s) may 5eil sank 0M.Oditjes orm-.icet r4nificd by Ole Division TO Sebte of riodda4tnees ar the txti ttaGto s vptloh. Non 17iterhnjaatioa These shell br no disenintatation as to race, ct>ier, relwob, gender, vationg Origin, meway, and p";,:sl ar mentar di%abilitX is the Optaationg c6odueted nrgr, raids canny - incindcd as applicable sermilies by the contractor cmderthis teMiorr 4Rt the solivjtygoh fvr, or pc+eimso oir geods or ser4oes, or the Sabdo,"egng Of wetk is perfom=a c of this coramaet. 0LInitial -13-1,997 3:36W FROM POMPANO PURCHASING 95d 786 4168 P. 13 • 3 60 4 36 5 Bidder Name rat Q1.— �,,,� ImPOLI. lffm THIS LAST PAGE MUST BE SIGNED FOR BID TO BE CONSIDERED, PER GENERAL CONDITIONS SECTION 3 rtEIPI1i a n 1 t. PRICING - NEW METERS Item No. Quantity Description Manufacwm Unit Price Total c�v`k"76` 1 1000 - - - 5/8" x 3/i a _.. ,.. ,. 3.75 S Xa ` 75e) . ov Mfg/Catalog Number s /u"hCx pE ►t 2 400 1„ n/q r $ � , aoo . c> 0 Mfg/Catalog Number 5t4/-Inz,E-9eG 1 1 /2" 2" Mfg/Catalog Number 1Vkprh e- 7--ID Mfg/Catalog Number .2,;t 7 ov SE, l '70?, ov 100 518" X 3/4" w/integrated double check Back Plow Preventer %+Av-iL Air 4,C0Jc *ram /y s c f 95 s Mfg/Catalog Number GROUP 1 TOTAL S 7 Z 05760 TRADS-IN ALLOWANCE 01) EAkwad n---Ii 4pliRllink Ed" ....r Ted Zdas 6 1000 5/8" x 3/4'• s 3. So : 3, Seno .06 7 400 1^ s7. 00 s `7 7 0 5 7. o p TOTAL NEW METERS 3°O TRADX-IN ALLOWANCE s 7D 75-7. po NET TOTAL GROUP t 0. Bid K-36-97 Page 12 of 16 0— Initial r HUM FIUMHANU f'UK<UHA51 NU ��4 / 0b 4 1 Mt5 k Bidder Name S(*. IL, `M G(-)C- r 1t1,- GROUP 2 - COMPOUND METERS Item No. Quantity Description anufacturer Unit Price Total 1 5 3" Tiv P&- S 4 oG S Syoo . o c Mfg/Cstalog Number 2 S 4„ V"- - �La $ Aoa S 700 . oa Mfg/Catalog Number Mfg/Catalog Number GROUP 2 TOTAL SERVICE Item No. Quantity Description anufacttffa►Unit Price Total • 1 l 4" X 1" oa .o�y �; �2oa .a�, Mfg/Catalog Number 2 6 6" X I t /2" ��� Ls j-2Z7 S fG+O, oo S� Mfg/Catalog Number 3 3 8" X 2" P,-, 7�..%r5 zE S. O • vo S Mfg/Catalog Number 4 1 1 V x 2" �a %��.,s ..[7 S 7,400,10 Mfg/Catalog Number GROUP 3 TOTAL oO 51 . Bid K-36-97 Page 13 of 16 Inicia] E•-13-1997 3:38PM FROM POMPANO PURCHASING 954 786 d168 P.ig Bidder Name IC Item No. Quantity Description Manufacturer Unit Price Total NV0?1r-vNE H. P ARC Xwwfc4r 1 3 $/ .40 S N3 da Mfg/Catalog Number NeAvil-we 2 3 4" e�wE _ S496V.ec S„ S 950,00 Mt/Catalog Number 3 4 6++ n t&,vE_ Spa S l /4 k00-00 Mfg/Catalog Number Mfg/Catalog Number i► ,...F W-0 19r—AW Se otV cw- S 1 1 V $; eV .041 ' 5a e, Mfg/Catalog Number GROUP 4 TOTAL $ 417, c! 13 . a D LJ Item No. Quantity Description Manufacturer Unit Price Total 1 5 3" s 3• ap /r, 7 .004, Mfg/Catalog Number 2 5 V s 73Y 06 s 3& %o • 0 C bWCatalog Number Mfg/Catalog Number 4 5 s" $ 2014. do S_ I o, oSb .00 Mfg/Catalog Number GROUPS TOTAL s a?•? (v7S. o0 0 Bid K-36-97 Page 14 of 16 a— Initial r -I L • 6-13-1.997 3!39PM FROM POMPANO PURCHASING 954 786 4168 P.16 Bidder Name JA, vJTr�ty 7 ` i GROUP 6 - STRAINERS Item No. Quantity Description Manufacturer Unit Price Total 1 10 2"X7"X2 1/8" 573/20 - 60o $ //a Mfg/Cstalog Number 2 10 3"X6"X33/4" �3/0?-000 S J.ca S ,5`10•ao Mfg%Catalog Number 3 10 4" X 7 l /2" X 4 1/2" / o -/oo S 3 , oo $ 3� �i&+� °o Mfg/Catalog Number 4 10 6"X9"X5/l/2" 5-RV06 - / S 7T 7 P;?0.00 Mfg/Catalog Number 5 10 8" X 10" X 6 3/4'' a7 oeo - 3p,2 $ a % 07 S 9, 0 70. 06 Mfg/Catalog Number GROUP 6 TOTALS ,�? 3 A copy of the complete manufacturer's warranty statement is to be submitted with the bid. 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. �4,cF c.f!`-f-o, u{.76 ra Price List effective date: 99 7 Discounts allowed on PubNshed prices (ftom the above list) _ / :5, J® % State location for obtaining parts and service during and after the warranty period: Company: Address: Phone: Contact: Delivery time after receipt of Bid K-36-97 Page 15 of 16 r, C:-,b M� fv-13—�997 3:41PM FROM POMPANO PURCHASING 954 786 4168 P. 17 Bidder Namer— • Prompt Payment Discount: _ Ng ! .,,2o „ ____ (payment will be made within aS days after receipt of merchandise and a proper invoice, unless payment discount is offered.) 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 If awarded the contract resulting from this bid, will your company agree to sell additional items at the awarded contract price? Yes No r State the time period applicable for such additional purchases: 09S j ,..1E dT 9a v7`"Z7"' Name & address of company submitting bid: ...SC �? ­ ................... ' ..... Dv t'7,cirs � ivG �p.......�.....f[o-.... ?...., • /.. Scv F//.........�................... zip .3e07(,P Federal Employer Identification # or Social Security #: ........� �......:^. aa4..............�o...J.�...................................... Telephone number: 7a�.. s ..... .3/ ZZ.? .................. "Fax" number: .....�.� 7Q� � `� �d 3.................................................... Addendum No. Dated; Addendum No. Dated: /1 Manual signature of company offieer: Signature (typed or primed)). ....................... ........................................... , ........................... Title of signer . .............•/.t• J �°•`;� ...... ......r�!l ................... 0 Bid K-36-97 Page 16 0 a6 f 16 6�lnitial EXHIBIT "B" Temp Reso No. 8503 TO -d 4'lti101- VL.V LL V I �/Vli V l• w / N lt/`ZS sl 1;;2T 04U4 SSx yau+ wam a an NOhh ARVfk's 1. emugo 64Y4lat AIpwo Sam M-sw November 25, 1997 City of T=ww 6W I Knob HM Tamarac, Florida 33321 Auavi a: Mf. hfid ad Wvsla Director of Vaiisi s Re: &MR900 fum dfl -9r3 $es T wata Dw W. Wotlm' Sehb=ba W intiumits, Enc. is pimse+d to oft on =twdoa o!prfdng *,th Abe ware teas and co xg6oas far Bid Numbs K-36-97, Wa= Moms for City of Pompano Basch vis our 14xd disttibvaor. Somm, Isom 1011/97 to 9131198. Schlut+bapr regards the City of Tvm rsc as a valued cusaxw and a*r*dz= 1*c* able to • Supply waw fact - If tliis oft is acceptable to you. Dim siP bdOw and MM =fiMVtcn cfYcu atcrptlmc vHt f k% at tom. If you have any gtestiom, pleW fleet f= m ON04 aye. slac=iy, 1. Ed mind Darulos ®/Ms cc: Terry Gulica. Tammy MEA&W ACCEPTANCE DAT£ avao AGIMmb &W00 p044 • Suft 7ft luo^o mwxw M aa+urOL CA0asmo �.MPGrr: (M ssa•ss9a ' h•' t"M sw4r a TO'd 3Irba 00SW3S tS:£T L66Y-. Z-03Q 01/95/1999 13:57 954-786-4168 POMPANO BEACH PUPCH PAGE 91/01 05/06/98 18:09 05/01/08 14:48 FA aoI 38 4364 1pr7toasz a03 RRY D GULLETT eluubaVrtGB9 ANU 01 VA'i T110i s-Pl�wlsi�8 1 _3APM FRW PQMPFNIQ "CHASING 954 706 d168 EXHIBIT "C" TEMP. RESO. NO. 8503 vERF tAL sEwtvicas D>i ^ATbfT1+1T (w�cl+wil� C]i�ia+nn t�vo Ne 3 Awnue ('ry tk.».�r �� �, t't�k I1y11 7Mwow! t>e!+peea aaorlti PL 33MI FAX (991) 794-41N1 City of Pompano Beach, Modda May 1, 1999 Mr- Te"y D. t'3utlett. Territory Manager SCM,t]MBERGER, 2NO. 1080 Holcomb Bridge Roa4 Mite 25.5, Building 200 Roswell.Oemgia 330076 I)ew Tern'. The City of Pompano Beach, Florida is exercising the one year exteasivn of Bid Kr36-97, WRter Meters with Schlu mberberger, Jud., at unit Prices bid The bid ag ites on 7/7M. and the n—v coatrart period wiA be from 7/9198 thro"gh 7/7/99. If your cornpaay agreft to the oat year extentiaA, pletse fax tins letter back to me at (954-786-410). If you We any questions regarding the extetssion, Plawc feel free to cell aw nt (954) 786-4098_ Sincerely, hpa .qu ine K King, C rc -t Agent bid file k-36.97 Yes, Schlt�tatlaer8ec, Ind., will e-X—xtend the snit prices bid eta bid K-36-97, Water Meters for ' an addidon one yew period, effective 7/"S tbrouth W199. Year at this time. bexger, U&, cat)rxot extend. the bid prices for an additanal y Signed: Date N eat Me Pi 10/28,198 ItT-D 10: 20 F.kX 15618487001 SE31SC0 C I002 10/27/98 10:17 RAA 4076782503 TERRY D GULLETT ' �01 EXHIBIT "D" TEMP. RESO. NO. 8503 'iA" rwtiY l:`I'K: �"i,f.. vMJ lfi ;fA.", p" J•'SU JC'e ., ,� . ?�• crr. "� vk JL .� t �mr F w: r•.+, •,�.i.a,.!..alm c' ..,'t�:..c.,4r�.,., d.+� �{,�,.,�!i<.., .,. �;.�m��"�`G,.::ri;:��;r'."w October 27, 1998 Mr. Danny Nelson Selnsco 3697 Interstate Park Rd. South Riviera 13each, FL 33404 FAX (561)848-7001 Dear Danny, Schlumberger RMS would like to extend the pricing for the City of pompano Beach to the City of Tamarac through September 30, 1999. The City of Tamarac can continue to purchase Meters through Semsco's Davie Branch. If you or the City of Tamarac have any questions, please do not hesitate in contacting me, I can be reached at (800)448-2941 ext. 540. Schlumberger thanks you and the City of Tamarac for your business in the past and looks forward to serving you both in the future. Sincerely, Terry I3. Gullett Territory Manager 9453 East Jahn® Cramming, Sub 260 - DUItIth, GA 30097 - Tel{ 77o-aid-30o0 - FAX: 770-8143055 Schlu mhnrnmr RMS CITY OF TAMARAC INTEROFFICE MEMORANDUM UTILITIES DEPARTMENT • TO: City Manager DATE: January 7, 1999 FROM: Director of Utilities RE: Purchase of Water Meters Tem . Reso. # 8503 Recommendation: The Commission authorized the Utilities Department to purchase Schlumberger Neptune Water Meters from Southeastern Municipal Supply Company, utilizing the City of Pompano Beach Bid No. K-36-97. Issue: To provide for the purchase of new water meters for the Meter and Yoke Relocation Program, Galvanized Service Lines Replacement Program and New Meter Replacement and Maintenance Program approved by the City Commission for FY99. Background: Since February 1991, the Utility has carried out a Water Meter Exchange Program which replaces old and defective meters with new, more accurate ones following American Water Ovorks Association (AWWA) guidelines. In FY99, the City Commission appropriated funding for three programs: the Meter/Yoke Relocation Program, the Galvanized Service Line Replacement Program and the Meter/Meter Box Replacement and Maintenance Program. The Meter/Yoke Relocation Program removes meters located on the resident's home to the City Utility Easement and raises the service yoke enabling easier accessibility for water turn-off during emergencies. The Galvanized Service Line Replacement Program replaces substandard polyethylene and galvanized lines under the roadways and replaces them with copper or PVC and moves the meters from houses to the easement. The Meter/Meter Box Replacement and Maintenance Program replaces old meters with new, accurate meters and provides meters for new construction. The Director of Utilities recommends the City Commission authorize the purchase of water meters utilizing the City of Pompano Beach Bid No. K-36-97 for Schlumberger Neptune Water Meters from Southeastern Municipal Supply Company, as authorized under City of Tamarac Code Section 6-155 for a maximum cost of $55,000. *Miichlel�LWoika 4W/krw