Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-264Temp. Reso. #8764, September 13, 1999 1 J CITY OF TAMARAC, FLORIDA RESOLUTION # R-99- A6 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID #99-30B ENTITLED "8-INCH PROPELLER -TYPE RAW WATER WELL METERS" TO WATER SPECIALTIES CORP., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, IN THE AMOUNT OF $39,000.00 PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the South Florida Water Management District has placed limiting conditions on the Renewed Water Use Permit No. 06-00071-W for Public Water Supply for the City of Tamarac; and WHEREAS, the City of Tamarac owns and operates a Water Treatment Facility to provide a safe and high quality water supply to the citizens of the City; and WHEREAS, water well meters and accountability play an integral role in the overall supply and distribution system; and 1 Temp. Reso. #8764, September 13, 1999 2 WHEREAS, the City of Tamarac publicly advertised in the Sun Sentinel on August 22, 1999 and August 29, 1999, Bid #99-30B for the purchase of twenty (20) 8-inch propeller -type raw water well meters (attached hereto as Exhibit "A"); and WHEREAS, Water Specialties Corp. submitted the lowest responsive and responsible bid as per the copy of the bid; and and WHEREAS, sufficient funds are available in the Utilities Operating Fund; WHEREAS, the Director of Utilities and the Purchasing/Contracts Manager recommend that Bid #99-30B be awarded to Water Specialties Corp., the lowest responsive and responsible bidder listed in the bid tabulation; 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 authorize the award of Bid #99-3013 entitled "8-inch Propeller Raw Water Well Meters" to Water Specialties Corp. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Temp. Reso. #8764, September 13, 1999 3 1 SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of the Resolution. SECTION 2: The award of Bid #99-30B for the purchase of twenty (20) 8-inch propeller -type raw water well meters is hereby approved. Section 3: Funding for this purchase will be from the appropriate Utilities Operational Account No. 425-6020-533-6305 entitled "Meters and Meter Boxes SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. 1 Temp. Reso. #8764, September 13, 1999 4 �I 1 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. e PASSED, ADOPTED AND APPROVED this-� day ofAA;4M999' ATTEST: CAROL G • LD, CMC CITY CLERK I HEREBY CERTIFY that I have acQroved this RESOLUTION as J H/tk MITCHELL S. KRA CITY ATTORNEY JOE SCHREIBER MAYOR WORD OF COMMISSION MAYOR._ SCHREIBER y DISTI: COMM. PORT ER DIST 2: V/M MISHKIN DIST & COMM. SULTANOF DIST 4: COMM. ROBERTS % EXHIBIT A -0 REQUEST FOR BID E BID # 99-30B 8" PROPELLER -TYPE RAW WATER WELL METERS FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 0 • INVITATION TO BID BID NO. 99-30B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until, September 8, at 2:00 p.m., at which time bids will be publicly opened and announced for: 8" PROPELLER -TYPE RAW WATER WELL METERS All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. One original and two copies (2) of the bid shall be submitted on an official bid form • furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 99-30B, 8" PROPELLER TYPE RAW WATER WELL METERS opening, September 8,1999 at 2:00 p.m. on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact John Harvey at (954) 724-2430. Steven J. Beamsderfer Buyer E mail: Stevenb@tamarac.org Publish Sun Sentinel: Sunday, 8/ 22 /99 Sunday, 8/ 29 /99 L� 1 INSTRUCTIONS TO BIDDERS • BID NO. 99-30B s It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: September 8, 1999, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT: Each Offeror shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Offeror to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any • resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm. Payment will be made only after equipment has been received, accepted and properly invoiced. Invoices must bear the bid number and purchase order number. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves 3 is the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. APPROVED EQUAL is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the 4 contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. . 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction • and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21.OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are • 5 • applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will 0 maintain the necessary coverages throughout the term of this Agreement. 0 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or wilful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Technical Specifications outlined in this bid, the Special Conditions and/or the Technical specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting r-I LJ VA a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 27. Y2K PROCEDURES: CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall • survive the expiration or termination of this Agreement. CONTRACTOR agrees to indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. C, TECHNICAL SPECIFICATIONS 8" PROPELLER -TYPE RAW WATER WELL METERS (BID NUMBER 99-30B) SCOPE: The City of Tamarac intends to purchase twenty (20) 8" propeller -type meters for flow measurement of each raw water well according to the following specifications and in the quantities, sizes and standards specified herein. The scope also includes the removal and installation of nineteen (19) meters with one (1) being a spare unit. SPECIFICATIONS All meters shall be of the flow tube design conforming to the requirements of ANSI/AWWA standard C704-92 Section 2.2. Each meter shall be a steel flanged (ANSI Class 125 Drilling) tube meter and each meter head assembly shall be equipped with a digital indicator -totalizer and a 4-20MA-output signal. . All meter tubes shall be furnished with flow straightening vanes and shall conform to ANSI/AWWA Standard C704-94 Section 2.7. The meter size shall be 8" and meters supplied under this standard shall operate without leakage or damage to any part at a working pressure of 150 psi. The maximum overall length of the meter face-to-face dimension of the flanges shall not be greater than 24 inches. Meter width and height shall not exceed those listed in Table 2 of ANSI/AWWA Standard C704-92 Section 3.3. The propellers, shafts/spindles and spindle bearings and bushings shall conform to ANSI/AWWA Standard C704-92 Section 2 (2.4; 2.5; 2.6). The meter shall meet or exceed the following requirements for accuracy with test water at a temperature less than 1000 F (38 ° C). At any rate of flow within the normal limits, the meter shall register not less than 98 percent nor more than 102 percent of the water actually passed through the meter. Each meter head shall have a cover or bonnet to overlap the register -box to protect the • M • ,7 lens. All register -box compartments of meters having a stuffing box exposed to the atmosphere shall be provided with a drain hole 1/8 inch in diameter. The meter head shall be capable of being removed and repaired without disturbing the tube body in the pipeline. All external meter head and flange bolts, nuts, screws, studs and washers shall be stainless steel and designed for easy removal after long service. Minimum Flows: Minimum flows for the 8" propeller meters at the City of Tamarac shall be 200 gpm (gallons per minute). Maximum Flows: Maximum flows for the 8" propeller meters at the City of Tamarac shall be 1100 gpm (gallons per minute). Manufacturer shall include a five-year guarantee on each meter. 10 WATER (ZS 191 W. POPLAR AVENUE ■ PORTEaViLLE, CALIFORNIA 93257.5311 U.S.A. PHONE 559-784-3544 C 4 � FAX 559-784-1787 7$7 R P o R A t 1 p N www.waterspeclalties.com a P404 FIaWTechnologies Company THE LARGE METER EXPERTS VIA FACSIMILE (954) 724-2408 September 16, 1999 Mr. Steve Beamsderfer City of Tamarac Purchasing Office 7525 NW 88T' Avenue Tamarac, FL. 33321-2401 Subject: Bid No. 99-30B ♦ 8" Propeller -Type Raw Water Well Meters Bid Date: September 8, 1999 Dear Steve: This letter is a confirmation that Shaun Hines, Inside Sales, is an employee of Water Specialties Corporation and is duly authorized in this capacity to submit and sign bid documents for Water Specialties, If we may be of any further assistance, please do not hesitate to call. Best rerpards, 'gieven 1-1. Huth President SHH:cjl • 0 WATER 7 bPECIALTIES C O R P O R A T 1 0 N p�i[i Flow technologle9 Company THE LARGE METER EXPERTS VIA UPS RED 191 W. POPLAR AVENUE PORTERVILLE. CALIFORNIA 93257-531 1 U.S.A. PHONE 559-784-3544 FAX 559-784-1787 www.waterspecialties.com September 10, 1999 Mr. Steve BeamsderFer City of Tamarac Purchasing Office 7525 NW 881 Avenue Tamarac, FL. 33321-2401 Subject: Bid No. 99-30B ♦ 8" Propeller -Type Raw Water Well Meters Bid Date: September 8, 1999 Dear Steve: It was a pleasure speaking with you this morning. To confirm our conversation regarding the above reference bid proposal, Water Specialties agrees to have meters shipped F.O.B. destination, City of Tamarac. The meter model that will be used will be MI04D-08 with a TR28-1 transmitter, which will provide the 4-20mA signal. If I can be of further assistance, please feel free to call. We look forward to working with you on this project. SH:cjl 0 Sincerely, Shaun Hines Inside Sales • --- . � r • aa4ua•/4 i:LV 3L1L1 LLI V Vl\1 � V V , WATER SPECIALTIES WATER191 W. POPLAR AVE.,, PORTERVILLE, CALIFORNIA 93257 USA jPECIALTIESPHONE 559-784-3544 • USA FAX 800-800-8804 INTERNATIONAL FAX 559-784-1787 E-MAIL shines@waterspecialtlas.cam C O R F p R A Y 1 O N FAX COVER SHEET' DATE: September 16, 1999 COMPANY: City of Tamarac AT FAX NUMBER: 954-724-2408 ATTENTION: Steve Beamsderfer NO. OF PAGES (INCLUDING COVER SHEET): 2 FROM: Shaun Hines, Inside Sales SUBJECT: Regarding our conversation, here is the letter you were asking for. C] 0 )AJAT " O C O R P O R A T 1 O N *040, FlowTeahnologies company THE LARGE METER EXPERTS Purchasing and Contracts Manager City of Tamarac, Broward County, Florida Purchasing Office 7525 NW 88th Avenue Tamarac, FL 33321-2401 191 W. POPLAR AVENUE PORTERVILLE, CALIFORNIA 93257-5311 U.S.A. PHONE 559-784-3544 FAX 559-784-1787 www.waterspecialties.com August 30, 1999 Subject: Invitation to Bid Bid No. 99-30B ♦ 8" Propeller -Type Raw Water Well Meters Bid Date: September 8, 1999, at 2:00 PM Dear Sir/Madam: Thank you for inviting Water Specialties to offer a competitive bid on the above referenced contract. We are very proud of the quality materials and workmanship that go into every item we manufacture and look forward to fulfilling the needs of this contract. We have included the following documentation with our bid packet. One Original (Colored) Bid Proposal Packet Two Photocopies Bid Proposal Packet One Self Addressed Stamped Envelope for Bid Results 5 Year Warranty Exhibit 1 Thank you for the opportunity to offer a competitive proposal for this contract. If we can answer any questions or be of any further assistance please do not hesitate to call. Sincerely, Shaun Hines Inside Sales SH:pm Enclosures ---NOTICE--- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU. ..,.-�. �,' :. T^t.:,.. ';C ', x - ' 1 .. 2y•� Carefully ''read. the SPECIFICATIONS and ,'. gyp, W .; then properly , fill rk �, i ' ". ^,' out the BID FORM r (Attachment "A"). x I Fill out'and sign' the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly, :. notarized.Y ' x 3. Sign the CERTIFICATION PAGE (Attachment "Cl. Failure to do so will result in your Bid being deemed non -responsive. � x 4. Fill out BIDDERS QUALIFICATION STATEMENT, (Attachment "D"). x 5. Fill out the REFERENCES PAGE (Attachment "E"). x 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") x 7. Include WARRANTY Information, if required. x 8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. _ x 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. — 11, Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. N/A 12. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 11 11 ATTACHMENT `A' BID NUMBER 99-13B < r s� �tir.f T rr BID FORM TYPE RAW WATER WELL METERS 8" PROPELLER f To: The Purchasing and Contracts Manager of the City of Tamarac te .. �, .; _: ...• •.- .r ` C. '. t `+@', � w fit. Y..� l�W+1 �C � �:.. We propose to furnish the following in conformity with the specifications and at the lbelow`«`;•. bid prices. The bid pnces quoted have been checked and certified to tie correctr" Quantity UOM Description $/unit "Extension a. Li n L� 20 EA. 8" Pro eller Meter p 1EA. $ �9,600 "o?o We do 'nc t provide I his service 19 EA. Removal and Installation of Meter N/A/EA. $ No BID ' :y - GRAND TOTAL $ 1391e00.00 The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully'ry fulfill the terms of this bid together with all guarantees and warranties thereto. The ' undersigned bidding firm further certifies the product and/or equipment meets or exceeds. ' the specification as stated in the bid package; and also agrees that products and/or, equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Water Specialties Corp. Company Name 191 W. Poplar Ave. Address Porterville, CA 93257-5311 City, State, ZIP II/A Contractor's License Number 12 s Authorized Signature Shaun Hines Typed/Printed Name 800-800-3544/800-800-8804 Telephone & Fax Number Federal Tax ID# 19 � r �ATTfi Bldders Name Water Specialtie NOTE: Bid submittals without the mane N shall be deemed non` responsive and it TERMS 100 % DAYS Net 30 ryS '3 yx is s itj a h ' 7 �r"�•: '° � .�.: h eti•: r "..� .. ;•.• .: r ,•' ry p t z" •y t R t e ay �r. eipt of PurchaseOrder � Delive /com letion 30 calendar da s after ec ^w, {�� � � ,S V"r+ u.t,' ti �r �"i 7 7'Y%��'it,'�'spv�'i•�' i t y �i >, W : "` k; �, {°: � y' +. . , L`t � , NOTE: To be considered eligible for award, one (1) ORIGINAL•AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reasons) why a Bid Proposal is not being 'submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 13 • f'l z � /' * ffY � f Pt nn 1. r of ea7`. �•�. 4. rz:• i l 1 Y•..•f � +. 7 V+•. y 1+�.4 p .q �i �)) 7• 1 ! .f , Y �'�4 � �'.,`\i( ACHMEN 7�•it, ''N 1. 1''r . r� r AT"T A �, v •+: rbrir) a s+'� �f' r a'Alh�t a a1 + ti.. Y,rlr a B t, '� t7Ylf^(-r,� .+., •� nrwr y� a� dwi UWy �,� ��r" .,'x '"continued 'm '. s r a.{y ��'a kv .�"�.yn : , -i r ,'+� p +r•,4^.,�':l sL v. i r j! v.'�rL�� i r, z r x Bidder's Name " ,; ' ?Water specialties Carp,®r ,, ,mil , r�a `� ,e �~ �, , t ��'� k a 1rr lW .�' r r r eit�•t�µ �S S t '- 7 yt r• '' M •• V«t• ' '' W INVO, .,, y, 1V ,�� `~T x�r����a�� �s"r;�!���r.t� �.M 4NY r¢ ., ke ��, r� S tkp�M A'�f'�'.� � .� h• rM A���J,r. ,i • ty,r�1c.. �r r ,, Va nations �;�, � ��.� w ��l�N. � ,n(� r r �£µ �iG. ,�� r��� �f y��r ��• FX4v _2�d}���fK �r h.r •".. �!'� ,� av a.. y. �d' Aq 'r r�. rx4 NW ''t.:1".:xFi�'ty fir. �iy.11`!4. ;�.,,p �...w� �rtl•r• jy♦ �r. a""f 3.� ,gTV{�� K .x• q' + .Nr rY m s i�" rk1 •'f`t �. �t i•tw. ' ' a �:,.•:. l st ;!^' °'ai1 y+" y"a'�1yw(..... nriW�'�J ��„J.; .- r !d -..a.ti �,r % fit. 'I n R 70 r XeY7 r 7' ,a S q t t The�Bidder,shall identify all variations and exceptions WVI-e,a ken torthe^�Instnac�tions�to = {; {, Bidders the Special Conditions and any Technical Specifications in, mVid6d, however; that such variations{'aye note ` 'ressf r o iibited • r �., •s > pewP YK'r"`" k�.9 i p vial Mgr! g { x' y.. r •Iz v�u r e" ti, p,.E rr, ri+.1.. vy"ns.il Syr^ cxp nrww.y�++b a he bid documents For each variation listed, reference the applicable section of t, the hid. document '; 'If no'vanations are listed here;' it is understood that the Bidders p � r;�-=� `a E � V t,t....•a.r,.'RJY;^�A':tar.�.:;r.f.rsr.w,posal fully com_..✓,•w7i' .:l, &.e..:�rw.v. .. ':.. ... -. .._. �.,,.s i_„ _ ,• r,...r.z.,. ,,,,.,;�,. q i�a.s�k.+t'�tly�[:` H.s' Proplies with all terms and conditions It is further understood that, .,� Ra,r'..k� ibl14 s such variations may be cause for` determinin. g that the Bid Proposal is non r -�, rt, {:N N �k+vf, YF"ss r � „ z a.r . .v. w >rr r •{.:�. Jy 9w Sri .u, F a a'. r � r „t a X.L.ria'CY7�1 ,'1. r.• 9�' 1. �. responsive and inelige for award r �.�' Section +'8 Variance 4 F.O.B. is Porterville, FCA My 1.w. { Section M. Variance 3 ,k F Section Variance Section Variance Attach additional sheets if necessary. 14 � ; 1 If. • 1 ATTACHMENT " B" NON -COLLUSIVE AFFIDAVIT xj,4 w M z ti State of California �► ) ss,p u County of Tulare Shaun Hines being firstdulysworn, deposes and says that:.'r _ ; x (1) He/she is the employee'(Owner, Partner Officer, Representative or Agent) of water S ecialties `Core Bidder that has submitted the attached Bid; ; 1 (2) He/ is fully informed respecting the preparation and contents of the attached Bid (3) (4) and of all pertinent circumstances respecting such Bid:ur� rk Such Bid is genuine and is not a collusive or sham Bid; Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to•refrain from bidding in r connection with such work; or have in any manner, direct) or indirectly, sought b Y Y g Y ... person to fix the price or prices in the attached Bid or of any other Bidder, or.to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawfui agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this afFant. Signed, sealed and delivered in the presence of: ess Witness Shaun Hines (Printed Name) Inside Sales (Title) 15 • �J -- !n f i' A , M. .rl L 'wr. r,-l1tKr,{r .u.s ni 4 i �•r � A,y 'S4 l�� � Y < ,h, r ATTACHMENT "B w� �. e r+ �,�,yaaF•� .,. �x r r r�i'�caF Tr, � ... r a f ", 1 ". S ) P .�ri' T ., p.^ � ' ; � h; ( N1k,� AA1,, � T M 1°, ,,� F Y ,`Ir ". r1 /rr� 'r •1 M ' d{ Ai / S Y' I 'r� r t Y >, a )w� �i P t � r F 1r"•r�"tf� i� Ckr� !�! t � �l�r �y '1i k ' �� • �! '!'' NON -COLLUSIVE AFFIDAVI'� 7 � ' iF � �y� 7 5 !r-r,� ray. T• .� (�Hb•+R,. . s• ' sx �4.; f •91� �' �W ji a?!�r a�w �`r� atr sr^f �' 4� ���� � '" �:.'. � :' f _3k•w p,,k � at'.:.. }f?-.6 lk.a� .r r� �! ' n, tr �e �.ey r ' r ACKNOWLEDGMENTS; Xv.� �vtwr �-� t,M• a r tK ,�rw �! cF+ � ; i�R �f r' ri tiro '�,ra�lt�"��� �{ 'S�f'r�,:ra vriM hY? `r } �� rr � .IFS � y 1 rvy^«ta� :. r f ? State of California ) Y.� , t e.;r ,� � � j yi,v! � t+r• � � i.7 pr � � j:�t '.�,;y ! ��" ,,,/..•. .. r ,., r'. c r � � :� �.* { � ,,tits^ .�LA 4�'f r 4�k��y p , �C..r•.�yx � r. 3 � e � Y' •; :... County of Tulare lrw�rr . .i-61:y�,. a.,i ,i 1: " ". -..:" fF..:• 5 t !. r. ',,,f•. .kr W h 7sf . y�^Y e-.r 4• r•r f BEFORE ME, the undersigned authority, personally appeared Shaun 13ines , r and who exe = �, �, #o me well known and known' by mesto' be the person described herein cuted' the foregoing Affidavit and acknowledged to and before me that !r , he executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this 36th day of August egg 9 11-01 r Ca of J. Lockwood U Comm. #1083384 D NOTARY PUBLIC ~ Q NOTARY PUBLIC CALIFORNIA r TULARG COUNTY . n "« Comm. Exp. Jan.18, 2000 Carol .T. Lockwood (Signature of Notary Public: Print, Stamp, or Type as Commissioned) ( x) Personally known to me or ( ) Produced identification _ N/A Type of I.D. Produced ( X) DID M take an oath, or ( ) DID NOT take an oath. it; � f . ATTACHMENT «C„ • .F +hN. 9 . Y 1�•y � FN Y� r; C < .,r 4� d �. E C . +7 •i 4y CERTIFICATION 14 t { �} ti j F•cc r +� ,f f i .� a:^ JL '+ t �� G..'.:� s 1X a� y �v 1 ?�V�..',+y�y�. sywi; i t �:r... '+L. .: ..4 f A., tl�l,�' f M:•i H.p; �-I��n.�y ��;k yt� rr THIS DOC�tMENT MUST BE SUBMITTED WITH THE BID � .r +/[" 4 .:y �ltyY 0.�d, d'r t? k °'1'y 'a y�.r°•� SM'v'r'r;w• 9 y ti ��'• 'ac`� , � r r M� cr • � ' ;w iv� � 'r� , We(I), the undersignec'," hereby agree 'to` furnish the items)/service(s) ?described in the ti ; Invitation to Bid We(I) certify that we(I) have read the entire m docuent, including theme" P 4 S. ecification , q pp A' l4i" en#s, Instructions to y p s Additional ReM uirements, Su lementai „m 4 � Y to Bidde'rs,`Terms and Conditions, and�any"addenda issued We agree to comply with all o1 the requirements of the entire Invitation To Bid. Indicate which h type of organization below: INDIVIDUALO PARTNERSHIP ❑ CORPORATION U OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: Shaun Hines AUTHORIZED SIGNATURE PRINTED OR TYPED Inside Sales TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 94-2364266 COMPANY NAME: Water Specialties Corp. ADDRESS: 191 West Poplar Ave. CITY: Porterville c. TELEPHONE NO.: 800-800-3544 CONTACT PERSON: Shaun Hines STATE: CA ZIP: `tl FAX NO.: 800-800-8804 93257-5311 0 T ATTACHMENT'"D" BIDDERS QUALIFICATION STATEMENT ' .0. :, � >The undersigned certifies under oath the truth_ and correctness of all statements and all answers to questions made hereinafter: r �� Name of Company:. Water S ecia' i ies to'r,p. . . lip 9-5Po tar Ave PorteviCA 3257Address: 191 W311`. r r, Street City T,R State Zip 'N ; r - '.r i+, fit. yr. Telephone No. 80 800-3544 Fax No. y � {` p 800 800 8$04 ' ,How many years has your ' organization been in business under its present names 27 years +�� If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: N/A r Under what former names has your business operated? N/A... At what address was that business located? N/A . y q Are you Certified? Yes ❑ No ® If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes ❑ No U If Yes, ATTACH A COPY OF LICENSE?' • Has your company or you personally ever declared bankruptcy? Yes ❑ No U If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer X3 of the commodities/services bid upon? • Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No If yes, explain (date, service/project, bid title, etc) Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No (3 If yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No U If yes, explain: iu. LE a ! C. q'r ( / h , .'• 7 2 !�J',`r',"�y. A y ! 1"1� ~ '! a TJ, t N •M R k .rw• < . q Y Y ` C 1 'mow. •{wuMA 1. �v 4 ti 4 a ;•^C w �} Pjr r tr w. ''' r y 'w *r uTe t, f Syr �K: r Y, ATTACHMENT "E" ' aY"MASrY�rY Y) �T t.• ti q^ <���7�i��31 '' 1 y{, rp„ r 1 i : ca B' t t ", k r:•x q...� .. 1. AUl4 , A,,-/ � t+;R v i �, r ,� �'�� i :. r � �4,,}�� Na y. �.� r +- � � #,qA� � apt w !..ri�,y1 � b..Y T: �1, ('•ara.M }f�„a� * .�'tir�}SY' �r,� REFERENCES�.1� '`� 1� � � . "►re ,jri;an '� M1 dot"� 5 1 f ��r. z .'::n-rta{ u: y.R �� Please list name of government agency or private firms) with whom you have done n ^ ,! 7.. t+�•�r r f'�4 '�}' a tFFti i" !�'d` businessAll 4 1 within the past five years �� � 1,� ,� tip17rny r+ 1 y i>. Agency/Firm Name: , q 1 r" yyN , .. � Agency/Firm Name Y 7 SEE ATTACHED 'Address .� , r � d , ..... " r, �! < Address x` � .'K A ' f :�, t ".r.'. " >, q >'ct��rSnY�irS:�r" ..,y ��:'t :'ti�'a . �, , ..,�yi' e•' ji;.. t"f; k�Y��.� i'��', City/State/Zip b City/State/Zip"' Phone: Fax: Phone-'�"`r',,,-�>Fax Contact ,.Contact V{'fig} Agency/Firm Name: Agency/Firm Names t" Address Address City/State/Zip - City/State/Zip Phone: Fax: Phone. Fax: Contact .., .. Contact: Agency/Firm Name: Agency/Firm Name Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address Address: City/State/Zip Phone: Fax: Contact City/State/Zip Phone: Fax: Contact: YOUR COMPANY NAME Water Specialties Cor . ADDRESS 191 W. Poplar Ave. Porterville CA 93257-5311 PHONE: 800-800-3544 19 FAX: 800-800-8804 • � A C O R P O R A T 1 O N a PCc Flow Technologies Company THE LARGE METER EXPERTS 191 W. POPLAR AVENUE PORTERVILLE, CALIFORNIA 93257-531 1 U.S.A. PHONE 559-784-3544 FAX 559-784-1787 www.waterspecialties.com CUSTOMER REFERENCE LIST Winston-Salem/Forsyth County Utility Commission Contact: Daniel Ratledge Manson Meads Facility Phone: 910-765-0130 2799 Griffith Road Winston Salem, NC 27106-6417 City of Savannah Contact: Harry Shearouse 208 Agonic Road Phone: 912-351-3434 Savannah, GA 31406 Hiwassee Utility Commission Contact: Dale Wright 3973 Cattatta Valley Road Phone: 423-336-2862 Charleston, TN 37310 Del -Co Water Company Contact: P. Kent Tudor 6773 Olentangy River Road Phone: 614-548-7746 Delaware, OH 43015 City of Phoenix - Water Production Department Contact: Steve Schebler 5204 East Thomas Road Phone: 602-262-7454 Phoenix, AZ 85018 Salt River Project Contact: Lee Ester PO Box 29066 Phone: 602-236-5592 Phoenix, AZ 85038 City of Porterville Contact: Tom Webb PO Box 432 Phone: 559-782-7451 Porterville, CA 93258-0432 Orange Cove Irrigation District Contact: Jim Chandler PO Box 308 Phone: 209-626-4461 Orange Cove, CA 93646 Prop References U3.dae 0899 FE ATTACHMENT "IF VENDOR DRUG -FREE WORKPLACE ,Preference may be given to vendors submitting a certification with their bid/proposal certifying they ti have a drug -free workplace in accordance with Section 287.087, Florida Statutes. " ` 'wwis .. . is ♦1 .•NYJ�:. requirement effects all public entities of the State and becomes effective­Janua.5,ry.,1, 1991 nThe.: special condition is as follows: " """ P IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace a programs. Whenever two or more bids which are equal with respect to"price , quality, and service are received by the State or by any political subdivision for the procurement of commodities oraa" • ••yiLt" i contractual services, a bid received from a business that certifies that it has implemented a drug. *t 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 R 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 programs, and the penalties that may be imposed upon employees for drug abuse violations, r e 3. Give each employee en a engaged in providing the commodities or contractual services that are g g P 9 under bid a copy of the statement specified in subsection (1). ^" 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section 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. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Water Specialties Corp. Authorized Signature Company Name - Is EXHIBIT 1 i ne meters shall be tree from defects in material and workmanship when installed, serviced and oper- ated, according to Water Specialties instructions. Water Specialties will repair or replace at their option any meter shown to be defective, provided we receive a prompt written notice of the problem in question. 11