Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-006Temp. Reso.8093 December 23, 1997 1 Revision No. 1, January 6, 1998 [old WITNI RESOLUTION NO. R-98 — (; 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 $56,195 PURSUANT TO SECTION 6- 155 OF THE CODE OF ORDINANCES OF THE CITY OF TAMARAC, FLORIDA; APPROVING FUNDING FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; 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 WHEREAS, City Code Section 6-155 allows the Purchasing Officer the authority Temp. Reso.8093 December 23, 1997 2 Revision No. 1, January 6, 1998 to utilize contract prices from other South Florida Utilities; and WHEREAS, the City of Pompano Beach Bid Number K-36-97 for purchase of Schlumberger Neptune Water Meters was awarded to Southeastern Municipal Supply Company, (SEMSCO), from July 8, 1997 through July 7, 1998 (Attached as Exhibit A); 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), from October 1, 1997 through September 30, 1998 (Attached as Exhibit B); and WHEREAS, the Director of Utilities and the 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 $56,195; and WHEREAS, The City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the purchase of Schlumberger Neptune Water Meters from Southeastern Municipal Supply Company, (SEMSCO). NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 1 FJ Temp. Reso.8093 December 23, 1997 3 Revision No. 1, January 6, 1998 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 Neptune Water Meters utilizing the City of Pompano Beach Bid Number K-36-97 to Southeastern Municipal Supply Company, (SEMSCO), pursuant to Section 6-155 of the code of Ordinances of the City of Tamarac. SECTION 3: That $56,195 is approved to be funded from the appropriate budgeted 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. 1-1 P 1 SECTION 6: passage and adoption. Temp. Reso.8093 December 23, 1997 4 Revision No. 1, January 6, 1998 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this /4 day of 1998. R JOE SCHREIBER MAYOR ASSISTANT CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as Utilitiesnw:nb RECORD OF COMMISSION VOTE MAYOR __SCHREIBER . u.C1 _ ___ DIST 1: COMM. McKAYE ff DIST 2: WM MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS EXHIBIT "A Temporary Reso #8093 GENERAL SERVICES DEPARTMENT Pumhwing Division 1190 NE 3 Avcnuc PO Dmwer 1300 Post-iP Fax Note 7671 oWe 7Pao, ► To 6�:E From Al /e TO Co./Dept. Cu r 0 f A" 'A /S Phone M Phone ■ Fax A Z40e— G Fax N Pompano Beach. FL 33061 � Phone: (974) 796.4o9B FAX' (954)786.4169 City of Pornpano Beach, Florida July S. 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 today, 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, Leeta Hardin, CPPB Purchasing Supervisor Ah PC- Mark Eddington, Water Distribution Supervisor Frankie Chevere, Chief Material Handling Specialist file K-36-97 ' C, Meeting Date: ul 8 1997 A nda Item 4—f — 1 REQUESTED COMMISSION ACTION: X Consent Ordinance Resolution Consideration Workshop SHORT TITLE Award Bid #K-36.97 Water Meters, to the low responsive, responsible vendor OR MOTION: Schlumber, er at unit Prices 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 pare 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 Utilities 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. Schiumberger Is the low bidder on Groups 4 ez 5, the Single bidder on Groups 1 8z 2 and the low responsive responsible bidder for Groups- 3 8z 6. The low bidder for Groups 3 8z 6, Water Specialties, Inc., did not meet the Group specifications, and therefore war deemed non -responsive In those groups. QUESTIONS TO BE ANSWERED BY ORIGINATING DEPARTMENT: �0) 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 Installadons DEPARTMENTAL COORDINATION General Services Utilities Finance Budget DEPARTMENTAL DATE_ RECOMMENDATION 711197� Approved Advisory Board Planning and Growth Management Director Public Works Adminiscr ator X City Manager DEPARTM> -NTAL HEAD SIGNATURE CR AITACHEfl MEMO NUMBER ACTION TAKEN BY COMMISSION: st a cad�n �n Y 8 1 st Reading Results; 1 nd Reading ors 6--1.3-1997 3 : 02PM FROM POMPANO PURCHASING 9S4 786 4168 P, 2 r� Bidder Name ik� -='V"*1 r-7Wt 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 amual contract 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 East 3rd Averme, 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) 796-4099. A. JA= The intent of this bid is to establish an annual, open-end contract for the purchase of Water Meters, delivered, as and when needed. B. The initial contract period shall be one year, commencing upon award by the appropriate City officials. is 5:;� Bid K-36-97 Page 1 of 16 Jnitial 6-13-1997 3,05PM FROM POMPANO PURCHASING 954 786 A168 P. 3 Bidder Name SC vN+ G�c2 rK 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. C. QtiO4{its 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. la. 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. All prices bid shall be F.O.B. destination/delivered to the City of Pompano Beach Central Stores Warehouse, 1190 N.E. 3rd Avenue, Building C or 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. I2G11YG>4! 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 bidders) fail at any time to meet the requirements herein, including the delivery requirements, then the contract may be Bid K-36-97 Page 2 of 16 e_ Initial 6- 13--1 g97 3 : 07PM FROM POMPANO PURCHASING 94 786 4168 P. d Bidder Name cancelled upon written notice. See Section II - General Conditions, (6) "Delivery", and 00) "Default", for additional 'information. The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given. If any addenda are issued to this Bid solicitation the City will attempt to notify all known prospective Bidders, however, it shall be the responsibility of each Bidder, prior to submitting their bid, to contact the City Purchasing Office at (954) 786-4098 to determine if addenda were issued and to make such addenda a part 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 rcpaircd 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 lass of head 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 -The City of Pompano Beach reserves the right to test each meter, and any meter which does not register accurately, according to the specifications provided, shall be rejected. Each meter rejected shall be repaired or replaced with another ureter 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 l 0% of any order fails to pass the test(s), the City reserves the right to reject the entire order. 5. Trad-ius-Where indicated on the proposal form, bidders shall furnish trade-in allowance for old meters of same size and type. Meters to be traded -in will be various brands, as required by the City, to be determined at time of order. The successful bidder will be responsible for pick-up of old meters from the City. Bidders must provide a • trade-in allowance in their proposal. Bid K-36.97 Page 3 of 16 Initial 6-13-1997 3:11PM FROM POMPANO PURCHASING 954 786 4166 P.5 Bidder Name J. :s t12 1, ►.M,k. r' Water meters shell conform to specifications set forth by the American Water Works Association (A.W.W.A) C700-77 or latest revision thereof, Meters bid must have been in production for at least five (5) years for all sizes. In addition, all meters must be available in a complete product line for 518" 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 l" sizes. Register boxes shall have meter scaling screws drilled for sealwires or tamper -proof seal pins. Bottom caps on 5/8" x 3/4" meters are to be made of synthetic polymer. One inch (I ") 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 l 1 /2" and 2" meters shall be of a top load design, split case flange type. Mini mum 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 teeters must have test tag results attached to meter. 2 : State Trade-in allowances for meter sizes as indicated on Proposal form. 3. Group 2. CeM..oe�d M ,.4.. 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- Bi'd K-36.97 Page 4 of 16 Initial 6-13-1997 371APM FROM PUMPANO PURCHASING 9S4 786 4168 P. 6 Bidder Name Sc•.�, u,+.r (��r-r�t 1A+ The meter assembly shall be nutating disc type on low side and Class II turbine on high side. Chambers shall be bronze or plastic. Meter shall be equipped with two (2) register assemblies_ The measuring elements 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 arc to be blronee. The main case must have drilled test plugs for field testing. Meter shall have a calibration vane so adjustments can be made in the field. Change gears are not acceptable. The meter registers shall be straight reading U.S. gallons. All registers ere 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 r Must be U.L. listed and FM approved. Shall meet A.W.W.A. standards C703-96 or latest revision. Fire service side to be Class I1 turbine, and domestic side shall be a disc meter. The measuring element must come equipped with a calibration vatic for in -lint testing. All meters must be furnished with U.L and FM approved strainers. Additionally, all JO meters roust 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. r� u Minimum flow requirements for fire service meters are as follows: 4" 3/4-1200 GPM 6" 1-12-3000 GPM 8" 2-4000 GPM 10" 2-6500 GPM These flows are to be measured at 100% + or - 1.5% accuracy. a 7 ITS V n 173 ►, Must be U.L. listed and FM approved. Measuring element must be a Class II turbine and be cquipped with calibration vane. All meters are to be furnished with U.L. and FM approved strainers. Allmete, must be adapptable to programmable encoder registers. Minimum flow requirements for fire service turbine meters are as follows: 3" 5450 GPM 4" 10-1200 GPM Bid X-36-97 Page 5 of 16 �&— Initial 6-43-1 597 3 s 17PM FROM POMPANO PURCHASING 55d 786 4168 p 7 • Bidder Name Sc �.L�M r �•,� rf 6" 20-3000 GPM 8" 354000 GPM 10" 50-6500 GPM These flows are to be measured at 100%+ or -1.5% accuracy. Additionally, all meter registers must be encoder adaptable without service interruption for automatic or eermal meter reading systems. Encoder registers shell not include batteries due to loss of power and causing inadequate meter readings. .�. Meter shall have a class II turbine, cast bronze maincase, interchangeable measuring element for in -line service, roll sealed register, direct coupling of gear train to rotor, calibration vane, and programmable encoder adaptable without service interuption. Register shall read in U.S. gallons, meter serial number on meter maincase and register box cover. 7. 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 $" 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 18-8 stainless steel. Strainer cover castings shall be equipped with a vent screw to remove trapped air at installation. Head loss through the strainer shall not exceed 3.0 psi at maxi -mum meter flow rates specified in ANSI/AWWA C701-79 or latest revision. 8. mgwrer PaK12 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. 10 The City will establish contracts based upon the pans pricing offered in this bid for the purchase of parts from all current vendors, and if applicable, from manufacturers which Bid K-36-97 Page 6 of 16 � Initial 6 13-1997 3:20PM FROM POMPANO PURCHASING 954 786 d168 P. 8 �J • • Bidder Name S r-�,L t' j are not current suppliers, but have supplied meters to the City in the past, which are still in service. Discounts offered and accepted will remain in effect for entire contract period. Current published price list shall be furnished with your bid proposal and shall remain in effect for the period of the contract. Discounts proportional parts shall be included as pan of this contract. In their proposal, bidders must specify the dateledition/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. Bid K-36-97 Page 7 of 16 Initial 1-09-1998 12:07Pt1 6--13-1927 3:21PM FROM POt1PANO PURCHASING 99,1 786 1168 FROM POMPANO PURCHASING 954 766 4166 P 2 F. 9 Bidder Name 6er,yer- r►es IIZZ'- signature. UNSIGNED BIDS WiLL BE REJECTED. All manual signatures must be original • no rubber 1 • Submission and Receipt of Bids gyp. photocopy, etc—I.I. Bidders Must me the toxin furnished by tbt City' Bidder eettifies that prices fens and conditions in the 1.2. Bids having eery erasures or corrections bid will be firm for ac ceptretcc for a period of nittery (90) days from The date of bid opening unless mast be Initialed by the bidder in ink. Bid otherwise speed by the City. Bids may not be shall be typewritten or filled in with pen withdrawn befote the expiretion of Mocty (90) days. and ink. Manual siSruature must be in ink. Prices shall be film, with no escalator clauses unless 1.3. It will be the sole responsibility of the specified by the City. Bids tray be withdrawn after ninety (90) days only upon written notification to the bidder to have their bid delivered to the city, Purchasing office before the closing hour and date shown for receipt of bids, 5. Extensions 1.4. Bid etav"es we provided with the bid If there is an errot in extensions (rruthematical forms. Your bid should be rerunwed in the calculations), unit pricer will prevail. envelope (with the convet postage affixed if the bid is mailed) and should show the 6. Delivery following information: 1.4.1. Your return mailing address in 611. All items are to be bid F.O.B. delivered with freight charges prepaid and included, the upper loft-hrrd comer. to designated addresses as specified by the 1.4.2. Bid Number - Write or type the City en it's purchase order(s) or in latter(s) of authorization. bid number that appears on the first page oftbe bid form on the 6.2, Bidder must state specific number of lino for it on the from of the calendar days required for delivery of each envelope. item bid in appropriate space tan the bid 1.4.3. Bid Items -write or type the title Paget for consideration of award of this bid. of the bid on line "Sealed bid far' A3L F7 6.3. Delivery time will be a factor for any orders placed as a result of this bid. The Citv 1.5. If not using the City -provided envelope to reserves the right to canect such order(:) or any pen thereof, without obligation, if mail your bid, or if using a delivery service delivery is not made within the time(s) Other than the U.S. Post Office, use the specified herein and hold the vendor in following address- default. (See Section 10.) City of Pompano Beach Purchasing Division 7. Signed Bid Considered an Offer 1190 N.E. 3td Avenue. Building C Pompano Beach, FL 33060 This signed bid is considered an offer on the part of the (or) P.O. Box 1300 bidder, which offer shill be considered accepted upon Pompano Beach, FL 33061 approval by the City Commission of the City of Pompano Beach (if required), The City of Pompano 1.6, Lau bids will not be considered and will be Beach will issue it purchase order or a letter of authorization to the successful bidder, as authorization returned uno pene:4 for delivery of the items awarded subjett ro 1.7. Bids ttmsmined by facsimile will not be requirements of detailed specifications and those contained herein. accepted. 2. Completion of Bid Forms in the event of default on the part of the bidder nRer such acceptance, the City may take such action as it Bidder is to fill In all of the black spaces on the bid deems appropriate including legal action for damages or specific performance. forms and return all numbered pages. Bidder should initial each page at the bottom to indicate ha has read and understands the provisions contained on that page. 3. Signature Required All materials used for the manufarturr or rnnstructien of any supplies, materials Or equipment covered by this All bids must show the company nazne and be signed bid shalt i+e new. The items bid must be new, the laust mods, of the bat quality and highest grade by a company officer or employee who has the authority to hind the company or fim.. by their Workmatnship unless otherwise specified in this bi,1 by the City i�iri K.1F._47 Pavr R of IA ��L ni(ial 1-09-1998 12 1©PH 6--13- 7 997 3 : 36PM FROG 1 POMPANO PURCHAS I RIG 9Sd 786 1168 FROM POMPANO PURCHASING 95a 786 4168 P. 13 0' E Bidder Name SGkLt'm 6c (, ar- 111 THIS LAST PAGE MUST BE SIGNED FOR BID TO BE CONSIDERED, PER GENERAL CONDITIONS SECTION 3 PRICING -NEW METERS Item No. Quantity Description Manufacturer Unit Price Total c+h/v"6"7"- 1 1000 5/8" x 3/4+ C7 / a $ a?3 7.5 $ a 3, 75a. od Mfg/Catalog Number .5cf� 2 400 1" Al&r .- —T .,D $ !�7 Sa $ ,0,0 . CC) Mfg/Catalog Number 51i4/11.7hi �&Y� 3 60 1 1 /2" N 7 =, a $ /. oa $_ _ S �d oG Mfg/Catalog Number 4 36 z„ Nerinye- r /4 $ ;?a 7 Ov $ �� l 7o?.00) Mfg/Catalog Number 5 100 5/8" X 3/4" w/integrated double check Back Flow Preventer ---A/­76 ex- e CA(rel'I 4'567 y /as 9.5- $ /o/ Mfg/Catalog Number GROUP 1 TOTAL s 7 7, 05700 TRAnE+1N ALLOWANCE CJ&-� unit Pfireal Plis� 6 1000 S/d" r 3/4" S SO s 3, 5- . �d 7 400 I" S _7 s�s�. 06 s 7, o ., 7. 6 c TOTAL NEW METERS $ _ (P, 3(:�c - Oy ._ _ TRADE-IN ALLOWANCE s 70 ,„ 757. Ov NET TOTAL GROUP I Bid K-36-97 Page 12 of 16 Initial r 1- UM NUMHANU HUK<UH451 NU y54 / 06 u 1 nO Bidder Name�,w1Y��c^.�F.t•-- GROUP 2 - COMPOUND METERS Item No. Quantity Description Manufacturer Unit Price Total 1 S 307 %tv - lam $• p0 S Mfg/Catalog Number Mfg/Catalog Number Mfg/Catalog Number GROUP 2 TOTAL S 34, 37ko ap SERVICE Item No. Quantity Description Manufacturer Unit Price Total 1 1 4" X 1" 447Zrr-� S .Zoo .pp S j 2Q-'3 .0G Mfg/Catalog Number 2 6 6" X 1 1 /2" Mfg/Catalog Number 3 3 S" X 2" Jere %�+%✓� S(�p,So . oo S _ �', I:? _� Mfg/Catalog Number 4 1 10" X 2" r� %7��5171 S 9300.00 $ Mfg/Catalog Number GROUP 3 TOTAL S—.�QQ�a �� 00 Hid K-36-97 Page 13 of 16 01nitial E 6--13-1997 3:38PM FROM POMPANO PURCHASING 954 786 a188 P,15 Bidder Name Item No. Quantity Description Manufacturer Unit Price Total Ne�o7`�rrE f/ ,,er -[vice' 1 3 3 S/ 400 $ 7 3 oD Mfg/Ca#alog Number OY P. O%tF "P'M&1.CA-- 2 3 a" :Z�, r _ Sjj6V-& Mfg/CaWog Number W oO F.,ee Cw..,,c4r Mfg/Catalog Number rv0;0,6,..er f%�o PC,-,Cr Y[vl4i 4 $ 8„ vo S jo, A57, d7 v Mfg/Catalog Number /or --'F W r0 VrAW Sevwier 5 1 1o" l4�4 ;.,er- S 5 b Mfg/Catalog Number GROUP 4 TOTAL S. 171 9 L13 • c O Item No. Quantity Description Manufacturer Unit Price Total 1 5 3" 2 5 4" 3 5 4 5 Bid K-36-97 6" gt$ Mfg/Catalog Number 1vi,? fi rr 7t44PA..g- Mfg/Catalog Number ive�ffr..-�' H• �Ct �.�,rbi�r Mfg/Catalog Number MfglCatalog Number GRbUPSTOTAL Page 14 of 16 3f- ab s 3 b7o.00 s / 317X cA s T -70. 0v S .2010. do S 101 O S72). 0o aInitial C-13-1997 3:39PM FROM POMPANO PURCHASING 954 786 4168 p 16 Bidder Name • Item No. Quantity Description Manufacturer Unit Price Total 1 10 2"X7"X2 1/8" //a .00 r, /moo. 00 Mfg/Catalog Number 2 10 3"X6"X33/4" 53/07W-000 S SY.-"G $ �� ro•06 Mf9/CaW09 Number 3 10 4" X 7 12" X 4 1/2" /a --/oo Mfg/Catalog Number 4 10 6" X 9" X 5/l/2" 5',3000 -,, 2LO) 7, &,20-00 Mfg/Catalog Number 5 10 8"X 1011X63/4" Wg/Catalog Number GROUP 6 TOTAL$,7� 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 protosal and shall remain in effect for the period of the contract. � Cr e- i�7,'-o.l+r, U ,�-76 Price List effective date: / /. / 99 7 _ Discounts allowed on published prices (from the above list) / 5, �J % State location for obtaining parts and service during and after the warranty period: Company: Address: Phone: Contact: /lduo 452 _ 7lie 14; o!L /-Pod- /-4R" 109 Delivery time after receipt of order 0 0 calendar days. 0 Bid K-36-97 Page 15 of 16 0 nitial 6--13-1997 3.41 PM FROM POMPANO PURCHASING 954 786 A 168 P. 17 Bidder Name !�c- l.Lum P"-j yet — T,, r•yT�'�t� �tC Prompt Payment Discount: (payment will be made within 45 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 State the time period applicable for such additional purchases: Name & address of company submitting bid: LV .....•. D... ..Y- IF ......... ....... '! ............ zip .3e07s� Federal Employer Identification # or Social Security #: .......Via....... aao_ . `' �� S Telephone number: 2) ..55a - ,- ` ................... „Fax, number: ......��... S5... ` ...................... Addendum No. Dated: Addendum No. Dated: Manual sigeratu><^e of company oificer: .....:...L .... �_. .....:�1�...... .................. Signature (typed or printed)). ..................... .......'1lJrv� �,c�v .......................... Title of signer: .............. ......r.......?!'..��................... Bid K-36-97 Page 16 of 16 Initial EXHIBIT "B" Temporary Reso #8093 T0'd -la101 V LV L� V I t wn V l- � V • 14 11/25/97 L2:27 -&494 S5z Nava wuu ► Ws NoM unrri�+ I. ec+auNn GAVALOS R"tam SW" M""411 November 25, 1997 City of Tattla = 6001 Knob Hull Tamarac. Florida 33321 Attention: Mr. Michael Woiks Director of VUiitics Re- LgSMion r f m 1d1 7 - 9/3115+8 Brach B' 7 Water t Dear Mr. Wodm' Schb=berger Wu=ies, bw, is pleased to offer an extension of pricing with the same teams and =xg4oas for Bid N wabar K-36-97, Wara Maers for City of Pnmpxtso Bard vis our local djsu-Amtor. 'Sftnw, rate 1011/97 w 91308. Sci►lutelberg'er re:gar ds the City of Tamarac as a valua3 customer atld *reciatcs being able to supply water reeters. if this offer is acceptable to You. please sign below and tit= COUB matian of you acceptame ysa &% or mail. if you have,ay questions, please feel five m comact me_ sin�ely, 1. Edmund Dayalos lED/ms cc; Terry "Cu, Territory Manager ACCEPTANCE DATE logo oacomb &edge Pald •Suits 259 WOa` N 200A CW9' Yee: (770) U2.3192 - FQjV �) 55� 9]DJ Te •d 3tnda aasw3s VG :2T L66T—ZZ--03Q 1 —09-1 998 1 2 : 07PH FRO11 P011P4N0 PURCHASING 9Sd 7 9E 1162 6--13-1997 3 : 2APM FROM POMPANO PURCHASING SSA 786 41138 P. 3 P. 10 Bidder Name 9. Brand Names City of Pompano Beach will apply to any resulting bid award Whenever proprietary names arc used, (whether or not 16. Taxes followed by the words "err approved equal"). the item(s) will be subject to acceptance and/or approval The City of Pompano Beach is exempt from any taxes by auTheirized City Personnel, and said personnel will imposed by the State and Federal government, deem it their prerogative to select the item(s) which are Exemption certificates will be provided upon request. I** est bid, ham by item, mortina speaiticatioais from $tau Was tax exemption certificate tale information Ambled by the bidder with the bid 016-09-196489-54C and Federal exemption tax sodlor sample inspection or testing of the itcm(s) 959-74-0093K apply and appear on each purchase called for heroin. order. 10. Default Provisions 17, Caedlict of ittstruetiams In the event of default by the bidder, the City reserves 1f a conflict exists between the General Conditions and the right to procure the imm(s) bid from other seuroea inspections emained herein, and the Speeifm and hold the bidder responsible for excess costs Cdnditiems and buitruaions Wmained herein, the incurred as a result A caratactot who defaults on a speeifles shall govern. Cky contract miry be banned from doing business with the City for a period of 36 months ftem the date of is. Cateapeiema to Speeidiieatior s default. 11. Samples For purposes ofevaluation, bidder must indicate any exception io the specifications, ticns, and/or Sampks, when tequiesteed, must be furnished at, or conditions, no matter how miner. This includes anv agmernent Of contract forms supplied by the bidder before, bid opening. (Hatless otherwise specified), and that ate required to be signed by the City, if will be delivered at no charge to the City. If not used exceptions are not stated by the biddct, in his bid. it and/or destroyed in testing, said sample(s) will, at will be understood that the item(sYservices fully bidders request; be returned within thirty (30) days of comply with the specifications, terms and/or bid award at bidders expense. if requested by the conditions stated by the City. F%ceptions are to be City, samples and/or inspection of litre items are to be listed by the bidder on an attachment included with his mule available in the southeast Florida area. bid. The City will not determine exceptions based on it 12. Aceeptariee of Materials review of any attached sales or manufacturer's literature. The material delivered as a result of this bid shall 19_ warranties remain the property of the seller until a physical inspection and actual usage of the ilem(s) is made and The City of pompano Beach will not accept any thereafter deemed acceptable to the satucfaction of the disclaimer of tine warranties of merchantability and City, in compliance with the terms and specifications fitness fvr a particular propose for the product s) camtained herein. In the event that the iteWS) supplied offered. Proposals will cicwiy state arty additional TO the Cin• Were tbund to be defective, or does/do not warranties and parwatees against defective mstenzls confbrm to speai6caricnns, the City reserves the right to and workmanship. A copy of the complete, cancel the order upon written notice to the seller and mamdaetum's warranty statement is to be Submitted return the item(s) to the seller at the seller's expense, with the bid, 13. Manufsaumrs' Certifications 20. Retention of Records and Right to Access Clause The City reserves the right to obtain separate The successful bidder shall preserve and make manufacturer Certification of all Statements made in the available all financial records, supporting documents, bid. statistical records, and any other documents pertinent 14. and Phaetn Rights Copyrights Ri u to this conga for a period of five (5) years after termination of this contraey or if an audit has been initiated and audil findings firm not been resolved at Bidder•rarraecs that there has been too violation of the end of these five (5) years, the records shall be copyrights or patent rights in manufacturing, retained until resolution of audit finding. producing and/or selling the item(:) ordered Or shipped as a result of this bid, and sunrmssMI bidder n$rees to 21_ Facilities hold the City harmless from any and all liability, loss of expense by any such violation, The CiW reserves the right to inspect the bidder's 15. Laws and Regulations faclihits at an time, without prior notice. All applicable laws and regulatiom of the Federal government, the State of Florida, and ordinances of the Bid K-36-97 Page 9 of 16 �jnitial 1 —09-1 998 1 2 : 08P11 FROi 1 POi iPAPJO PURCHASING 9SA 786 1168 P. a 6-• 13--1997 3 : 28PM FROM POMPANO PURCHASING 95d 766 4168 P, 1 1 22. Anti -collusion Statement By submitting this bid, the bidder afshins that this bid is without previous understanding, agreement, or connection with any person, business, or corporation submitting a bid far the same materials, supplies, or equiprnem send that this bid is in all respects fair, and without collation or fraud. 23. Indemnification C011metor eovenwt it and agrees that it will indemnify and hold harmim she City and all ofthe City's officers, agents, and employees from tmv claim, loss, damage, wane, charge or expense arising out of any act, action, neglect or omission Iry contractor during the performance of the contract, whether direct, or indirect, and whether to any prison or property w which the City of said parties may be subject, except that neither the contactor nor may of its sub- contractors will be liable under this section for damages arising out of injury or damaf;a to persons or property directly eatued or resulting ftam the sole negligence of City or any of its oircer, agents, or employees. 24. Reservuion for Rejections and Award The Ciry reserves the right to accept or reject my or all bits OF parts of bids, to waive irteeniarities and technicalities. and to request m-bids. The City also reserves the light to award the contract on such items the City donne will best serve the interests of the City, The City further reserves the right to award the contract en a "split order" basis, or such combination as shall best sea the interests of the Ciry unkn otherwise specified, 25. interpretations Any questions ooncerninK the conditions and specifications contained in this bid should be submitted in writing and received by the purchasing Division no later than five (5) working days prior to the bid opening. The City of pompano Beach shall not be responsible for oral inteepnetatinns given by any City persmmnel of representative or others The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given. 26. Failure to Respond If you elect not to bid, pleat return enclosed 'Statement of No ,Bid" card by the bid due date, and state your reason(s) for not bidding Failure to respond, either by submitting a bid, or by submitting a "Statement of No Bid" card, three (3) times, will result in your name beinrt removed atom our mailing list, 27. Bid Tabulations Bidders who wish to receive a copy ofthe bid tabulation should request it by enclosing a stamped, se ues.ting eel enveiope with their bid. fax m requesting a rabulalion be sent to their fax machine. Bid results will not be given Out by telephone. The Bidder Name Sol L v,, Ae, F �.I— ..L� Sir-iets,J3 t�C' . City does out nWfy unsuccessful bidden of contract awards. 21. Assignment: Successful bidder may not assign or transfer this contract, in while or part, without prior written approval of the City of Panpatto Beach. 29. Termination for Convenience of City Upon seven (7) caleodv days written notice delivered by CerdW mail, Mum receipt requested. to the successful bidder, the City may without cause and without prejudice to tiny other right or remedy, tetmtoate the agrum m for the Cityt convenience whenever the City dererrtsirnes that such termination is in to best interest ofthe City. Where the agreement is terminated for the eotrvenieace of the City the notice of xrntfrtarion to t♦te successful bidder must state that the contract is beittg terminated for the convenience of the City under the termination clause and the extent of the termination. Upon receipt of such notice, the contractor ah+JI pttarnptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase order to the extent that they relate to the terminated portion of the contract and refrain from Placing further orders and subcontracts except as they MY be rteeessarY, and complete arty continued portions ofthe work. 30, ConflictafInterest For purposes ofderermining any possible conflict of interest, all bidden must disclose if any City of Pompano Beach employee is also an owner_ corporate VIEW, or employee of their business. Indicate either "Yes" (a Ciry employee is also associated with your business), or "No". Ifves, give person(t) narne(s) and positions) with your business, No,ZYes Name & position (None if answer is "Yes", you must file a statement with the Supervisor Of Elections, pursuant to Florida Statutes 112.313.) 31. Public Entity Cranes a_91atA Statute 2S7 133 MUL A person or affiliate who has been placed on the convicted vendor list following a conviction for a Public entity crime may not submit a bid on a contract to provide any roods or se -vices w a public etttiry, retry not submit a bid on a earnract with a public entity far the eomttncrion or repair of a public building or public work. may not submit bids on leases of real property a apublic emity, rrtay 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 remount provided s. 297.017 for CATEGORY TWO for a period of 36 months from the date of being placed on she convicted vendor list. Bid K-36-97 Page 10 of 16 Initial l 1 --09-1 998 1 2 : 09P1 i FP011 PCt 1P41.10 PURCHASING 9541 786 41 68 6-13-1997 3:32PM FROM POMPANO PURCHASING 954 786 d168 N. 5 P. 12 32, Governing Procedures This bid it governed by the applicable sections of the City's General Services Procedures Monos). A copy of the tr anal is avadwe for review at the City purehesing office. 33. Identical Tire Bids In accordance with Section 287.087. State of Florida Statutes, preference shall be given w businesses with Dreg -tuna Wor imc Programs. Whenever two Of more bids which are equal whit respeet to price, quality, and service are received for the procurement of commodities or contractual smite, a bid received from a business that certifies that it has implemented a Drug -free Workplace Program shall be given preference in the award process. Established pmeedores far processhtg tie bids will be followed if none of the tied vendors have a Drug-ftve Workplace Program. In rider to have a Drug -free Workplace Program. a business shelf: I) Publish a statement notifyin3 employees that the unlawful manufaetutit. distribution, dispensing, possession. or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Z) Infbfm employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -fret workplace, any available drug counseling, rehabilitation, and empioyee assisftnce programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee cngailcd in providing the commodities or cotrrectual services that are under bid a er py of the statement specified in subsection (I). 4) In the statcmcnt specified in !ubseetion (1), notify the employees that, as a condidon of working on the commodities or cenuactuai 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 nelo conteadere to, any violation of Chapter 943 or of any controlled substance law of the United States of any State, for a violation acc urring in the warkpleee no later than five (5) days After such conviction. 5) Impose a aanetion on, or requite 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, Bidder Name. 6) Make a good faith eflfon to continue to maintain a drarr-im workpieae thtvugh implementation of this section. If biddefos eo npany ties a Drug -free Workplace Plogrerrr, so oemfy below: AS THE YER.SOW AUT}liORiZED TO SIGN THE STATEmErir, I cERTIFY THAT Ti s FIRM COMPLIES FULLY WffH nM ABOVE REQUIREMENTS. (**133F% -, � - e �A' Z � � z". - —0-� Bidders Signature 34. Invoidag/psyment 35. 36. All invoices should be scat to: City of Pompano Beach. Aeoovms PaYabK P.O. Drawer 1300, Ponspeeto Desch, Floride, 33061. In accordance with Florida Statutes. Chapter 218, payment will be made within 43 days after receipt of merchandise and a proper involve. The City will attempt to pay within fewer days if bidder offers a payment discount. The City cannot make advance payments, make deposits in advance of receipt of goods, or pry C.O.D. Bidders should state any payment discount in space provided on Proposal limmt. Optional Contract Usage As provided in Section 287.0420 7), Florida Statutes, Stage of Florida agencies may purchase from a contract resuhing from this solicitation, provided the Department of Management Services. Division of Purcharsing, has certified its use w be cost effective and in the best interest of the State. Contractors) may sell such commodities or services certil ed by the 01%,ision to State of Florida agencies at the cornmwr s option. Non Discrimination Thera shall be no discrimination as to race. color, religion, gender, national Orion. ancestry, and physical or mental disability in the operaticns conducted under this camrret. Included ar applicable activities by the oennector under this section are the solicitation for, or purchase M; goods or services, or the subcontracting of work in performance of this corrract. Bid K-36.97 Page 1 1 Of 16 Q Initial