PASCO COUNTY BOARD OF COUNTY COMMISSIONERS

PURCHASING DEPARTMENT

8919 GOVERNMENT DRIVE

NEW PORT RICHEY, FLORIDA 34654

TELEPHONE:  (727) 847‑8194

FACSIMILE:  (727) 847‑8065

pascocountyfl.net

 

INVITATION FOR BIDS

BID NO. 07-103

 

FURNISHING AN AUTOMATIC WATER METER READING SYSTEM AND DISPLACEMENT TYPE WATER METERS

 

SUMMARY OF WORK

The Pasco County Board of County Commissioners is soliciting sealed bids for the furnishing of an Automatic [Water] Meter Reading (AMR) System and displacement-type water meters.  Work includes furnishing all equipment, computer programming, material, services, etc., necessary for providing and successfully implementing an AMR System as well as providing 5/8” x 3/4" thru 2” displacement water meters for the AMR System.

 

The Pasco County Purchasing Department will receive sealed bids until 3:30 p.m., local time (our clock), on May 4, 2007, in the Pasco County Purchasing Department, 8919 Govern­ment Drive, New Port Richey, Florida.  Bids received after this time will not be accepted.  Bids will be publicly opened and read at the above-stated time and date.  All interested parties are invited to attend.  Bidders shall submit one (1) original bid form.

 

Insurance coverage is required for this project; please refer to the Special Provisions.

 

Bid and performance surety are required for this work; please refer to the Special Provisions.

 

Please immediately advise of address changes or if you wish to have your firm removed from the vendor list.  Vendors receiving this notice must submit either a bid/proposal or "NO BID" to remain on our vendor list for the specified commodity or service.  A "NO BID" is provided on Page 2 for your convenience.

 

This cover is only intended to inform vendors of a pending Invitation for Bid or Request for Proposal.  For complete details, please refer to the complete bid/proposal package.

 

Bid documents may be downloaded by visiting www.PascoCountyFL.net or by requesting copies from the Purchasing Department at no cost.  Pasco County is not responsible for expenses incurred prior to award by the Board of County Commissioners (BCC).

 

 


PASCO COUNTY BOARD OF COUNTY COMMISSIONERS

PURCHASING DEPARTMENT

8919 GOVERNMENT DRIVE

NEW PORT RICHEY, FLORIDA 34654

 

 

 

 

 

STATEMENT OF NO BID

 

We, the undersigned, have declined to submit a bid response to Invitation for Bid No. 07-103 for the following reason(s):

 

Please check all that apply.

 

1.                          Opening date does not allow sufficient time to complete bid response.

 

2.                          We do not offer the commodities or services requested.

 

3.                          Our schedule would not permit us to perform.

 

4.                          We are unable to meet the issued specification.

 

5.                          Specifications are restrictive (please explain below).

 

6.                          We are unable to meet the surety requirements.

 

7.                          Other:  __________________________________________________________

 

Explanations:  __________________________________________________________

 

______________________________________________________________________

 

______________________________________________________________________

 

We understand that if a "NO BID" is not returned, our firm will be removed from the bidders' list for the subject commodity.

 

Name:

 

 

 

Signature:

 

 

Company:

 

 

 

 

Address:

 

 

 

 

City/State/Zip:

 

 

 

 

Telephone:

 

 

 

 

Facsimile:

 

 

 

 

Fed. ID No.:

 


IMPORTANT!—PLEASE READ CAREFULLY BEFORE MAKING BID

 

GENERAL PROVISIONS

 

These general terms and conditions of the bid quotation and acceptance apply in like force to this inquiry and to any subsequent contract resulting therefrom.

 

ACKNOWLEDGMENT OF AMENDMENTS

Bidders shall acknowledge receipt of any amendment to the solicitation by identifying the amendment number in the space provided for this purpose on the bid form, by letter, or by returning a copy of the issued amendment with the submitted bid.  The acknowledgment must be received by Pasco County by the time and at the place specified for the receipt of bids.  Failure to acknowledge an issued amendment may result in bid rejection and disqualification.

 

ADDITIONAL INFORMATION

Questions concerning the contract or technical portions of the bid document must be submitted in writing to Scott P. Stromer, Purchasing Director, Pasco County Purchasing Department; 8919 Government Drive; New Port Richey, Florida 34654; facsimile (fax) machine number (727) 847‑8065.  Bidders are cautioned that any statements made by individuals, or employees of Pasco County, that materially change any portion of the bid document shall not be relied upon unless subsequently ratified by a formal written amendment to the bid document.  No contractual or technical questions will be accepted after ten (10) days prior to the date set for bid opening.

 

ALTERNATIVE BIDS

The bidder WILL NOT be allowed to offer more than one (1) price (for the goods or services specified).  If the said bidder should submit more than one (1) price on any item (or service), ALL prices will be rejected for that item.  The bidders offering service delivery methods other than those permitted by the scope of work or specifications may submit a separate envelope clearly marked "Alternative Bid."  Alternative bids will be deemed nonresponsive and will not be considered for award.  All such responses will, however, be examined prior to award.  Such examination may result in cancellation of all bids received to permit rewriting the scope of work or specifications to include the alternative method, or the alternative method may be considered for future requirements of Pasco County.

 

ANTITRUST

By entering into a contract, the contractor conveys, sells, assigns, and transfers to Pasco County all rights, titles, and interest it may now have or hereafter acquire under the antitrust laws of the United States and the State of Florida that relate to the particular goods or services purchased or acquired by Pasco County under the said contract.

 

APPLICABLE LAW

The contract shall be governed in all respects by the laws of the State of Florida, and any litigation with respect thereto shall be brought in the courts of Pasco County, Florida.  The contractor shall comply with all applicable Federal, State, and local laws and regulations.  Lack of knowledge by the bidder will in no way be a cause for relief from responsibility.

 

ASSIGNMENT

The contractor shall not assign, transfer, convey, sublet, or otherwise dispose of any award or any or all of its rights, title, or interest therein, or delegate the duties hereunder without the prior written consent of Pasco County.

 

AWARD

Consideration for award will be by proximity to specifications given, costs, and time of delivery.  All purchases, leases, or contracts that are based on competitive bids will be awarded to the lowest, responsive, and responsible bidder.  Complete and accurate responses to all items are necessary for the complete and fair evaluation of bids.  Bid award, in addition to the above stated, will be based on compliance with the specified requirements as well as the "total-cost" or "life-cycle costing" concept, including the following:  1) Cost:  A cost analysis will be conducted and will include all identifiable costs associated with acquisition, installation, maintenance, and operation of the bidder's offered equipment.  The analysis will be based upon the bidder's proposal data and other costs which, in the judgment of the evaluators, will be incurred by Pasco County resulting from acceptance of the bidder's proposal; 2) Equipment:  Evaluation of equipment will be based on compliance with the specifications, expected life of equipment, output, maintenance, consumption, disposal value, warranty, complexity of operation, required training, and other factors that may contribute to the overall cost of the specified item; and 3) Bidder's Reputation and Experience:  Evaluation of the bidder's reputation, past performance, and experience shall be based on the nature and extent of company data furnished, references and financial responsibility of the bidder.  Pasco County reserves the right to award by item, group of items, or overall lowest total, whichever is deemed to be in Pasco County's best interest.

 

BID ACCEPTANCE PERIOD

Any bid submitted as a result of the solicitation shall be binding on the bidder for a minimum of ninety (90) calendar days following the bid opening date.  Any bid for which the bidder specifies a shorter acceptance period may be rejected.

 

BID CLARIFICATIONS

If any party contemplating the submission of a bid on this invitation is in doubt as to the true meaning of any part of the plans, specifications, or other documents, he should submit a written request for an interpretation thereof to the Purchasing Director.  The bidder's concerns, regarding clarification of specifications and/or discrepancies and/or omissions and/or changes to the attached specifications shall be made in writing and received by Pasco County no later than ten (10) calendar days prior to the bid opening date.  The letter from the bidder shall state clearly, and in detail, the basis for such concern(s) or request(s).  The letter shall be addressed to the Purchasing Director, and marked "PREBID QUESTION" on the face of the envelope.  The Purchasing Director will respond in writing.  An interpretation of the bid invitation document will be made only by addendum duly issued to each party receiving a bid invitation.  All such addenda shall become part of the contract documents.  Pasco County shall not be responsible for explanations or interpretations of bid invitation documents except as issued in accordance herewith.  No oral interpretations will be made as to the meaning of specifications or any other contract documents.  Failure to comply with this provision will result in the bidder waiving his/her right to dispute the bid specification.

 

BIDDER CERTIFICATION

The bidder agrees that submission of a signed bid form is certification that the bidder will accept an award made to it as a result of the submission.

 

BIDDER INVESTIGATIONS

Before submitting a bid, each bidder shall make all investigations and examinations necessary to ascertain all site conditions and requirements affecting the full performance of the contract and to verify any representations made by Pasco County upon which the bidder will rely.  If the bidder receives an award as a result of its bid submission, failure to have made such investigations and examinations will in no way relieve the bidder from its obligation to comply in every detail with all provisions and requirements of the contract documents, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim whatsoever by the contractor for additional compensation.

 

BIDDERS' LIST

Failure to submit a bid for the item(s) specified will result in removal from the bidders' list for such (an) item(s).  If a bid is not submitted, a "NO BID" response must be submitted to remain on the Pasco County's bidders' list for such items.  A form for submitting a "NO BID" is provided on Page 2 for your convenience.

 

BID ENVELOPES

Envelopes containing bids must be sealed and marked in the lower left-hand corner with the invitation number, commodity, and date and hour of opening of bids.  Failure to do so may cause bid not to be considered.  Express Company or Express Mail envelopes containing a sealed bid shall also be sealed and marked in the lower left-hand corner with the invitation number, commodity, and date and hour of opening of bids.

 

BID FORM SUBMISSION

Bids shall be submitted on the attached forms.  Bids concerning separate bid invitations must not be combined on the same form or placed in the same envelope.  Bids submitted in violation of this provision shall not be considered.  All bids must be signed, in ink, in order to be considered.  Erasures are not acceptable on bids; if necessary to make a change, strike out or draw a line through incorrect item and type the correction above, and initial the correction in ink.  If the bidder is a firm or corporation, the bidder must show the title of the individual executing the bid, and if the individual is not an officer of the firm or corporation, the bidder must submit proof that the individual has the authority to obligate the firm or corporation.  BIDS MAY NOT BE ALTERED OR AMENDED AFTER THE BID CLOSING.

 

BID RECEIPT AND OPENING

Pasco County will receive sealed bid proposals until date and time indicated on bid cover.  Bids must be delivered, by hand or mail, to the Pasco County Purchasing Department, located at 8919 Government Drive, New Port Richey, Florida, where they will be opened at the stated time.  Bids must be time stamped in the Purchasing Department before or on the hour and date indicated on the cover sheet (Invitation for Bid) for the bid opening.  Bids received after the date and time of the bid opening will be received, date stamped, and returned to the bidder unopened.  It is the responsibility of the bidder to ensure that bids arrive at the designated opening place on time.  Late or nondelivery due to mail or express delivery company failure will not be considered adequate reason for consideration of late bids.  FAXED BIDS WILL NOT BE ACCEPTED AND SHALL NOT BE CONSIDERED FOR EVALUATION OR AWARD.  Notes may be taken at the public reading of the bid(s) at the specified time and date of the opening or a personal inspection may be made of the bid(s) after award has been made and documents are placed in central and public files.

 

BID WITHDRAWAL

Bids may not be changed after the bid closing time.

 

To withdraw a bid that includes a clerical error after bid opening, the bidder must give notice in writing to Pasco County of claim or right to withdraw a bid.  Within two (2) business days after the bid opening, the bidder requesting withdrawal must provide to Pasco County all original work papers, documents, and other materials used in the preparation of the bid.  A bidder may also withdraw a bid prior to the time set for the opening of bids by simply making a request in writing to Pasco County; no explanation is required.  No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to or perform any subcontract or other work for the person to whom the contract is awarded or otherwise benefit from the contract.  No partial withdrawals of a bid are permitted after the time and date set for the bid opening; only complete withdrawals are permitted.  The decision to allow or disallow bid withdrawal remains solely with Pasco County.

 

BRAND NAMES

Any catalog, brand name, or manufacturer's reference used in the specifications is intended to be descriptive and not restrictive, and is used only to indicate type and quality desired.  Any article, equipment, or material, which shall conform to the standards and excellence, so established, and is of equal merit, strength, durability, and appearance to perform the desired function, is deemed eligible for offer as a substitute.  The qualifications of the offering shall be judged as to their conformance with these specifications.  Any equipment offered other than herein specified shall be subject to a competitive demonstration and evaluation by Pasco County.  The determination as to whether any alternate product or service is or is not equal shall be made by Pasco County, and such determination(s) shall be final and binding upon all bidders.

 

CANCELLATION

Pasco County reserves the right to cancel a resulting contract, without cause, by giving thirty (30) days' prior written notice to the contractor of the intention to cancel, or with cause if at any time the contractor fails to fulfill or abide by any of the terms or conditions specified.  Failure of the contractor to comply with any of the provisions of a resulting contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the sole discretion of Pasco County.  In addition to all other legal remedies available to Pasco County, Pasco County reserves the right to cancel and obtain from another source, any services which have not been provided within the required period of time or, if no such time is stated, within a reasonable period of time from the date of order or request, as determined by Pasco County.

 

CERTIFICATION OF INDEPENDENT PRICE DETERMINATION

The bidder certifies that the prices submitted in response to the solicitation have been arrived at independently and without—for the purpose of restricting competition—any consultation, communication, or agreement with any other bidder or competitor relating to those prices, the intention to submit a bid, or the methods or factors used to calculate the prices bid.

 

CHANGE IN SCOPE OF WORK

Pasco County may order changes in the work consisting of additions, deletions, or other revisions within the general scope of the contract.  No claims may be made by the contractor that the scope of the project or of the contractor's services has been changed, requiring changes to the amount of compensation to the contractor or other adjustments to the contract, unless such changes or adjustments have been made by written amendment to the contract or purchase order signed by Purchasing Director.  If the contractor believes that any particular work is not within the scope of the project, is a material change, or will otherwise require more compensation to the contractor, the contractor must immediately notify Pasco County in writing of this belief.  If Pasco County believes that the particular work is within the scope of the contract as written, the contractor will be ordered to and shall continue with the work as changed and at the cost stated for the work within the scope.

 

COLLUSION AMONG BIDDERS

Each bidder, by submitting a bid, certifies that it is not a party to any collusive action or any action that may be in violation of the Sherman Antitrust Act.  Any or all bids shall be rejected if there is any reason for believing that collusion exists among the bidders.  Pasco County may or may not, at its discretion, accept future bids for the same work from participants in such collusion.  More than one (1) bid from an individual, firm, partnership, cooperation, or association under the same or different names may be rejected.  Reasonable grounds for believing that a bidder has interest in more than one (1) bid for the work being bid may result in rejection of all bids in which the bidder is believed to have interest.  Nothing in this clause shall preclude a firm acting as a subcontractor to be included as a subcontractor for two (2) or more primary contractors submitting a bid for the work.

 

CONFLICT OF INTEREST

The contractor, by submission of its proposal, certifies that to the best of his/her knowledge or belief, no elected/appointed official or employee of Pasco County is financially interested, directly or indirectly, in the offer of goods or services specified in this invitation.

 

DEBARMENT

By submitting a bid, the bidder certifies that it is not currently debarred from submitting bids for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting bids for contracts issued by any subdivision or agency of the State of Florida.

 

ERRORS IN EXTENSIONS

If the unit price and the extension price are at variance, the unit price shall prevail.

 

ETHICS IN PUBLIC PROCUREMENT

The contract shall incorporate by reference, but shall not be limited to, the provisions of law contained in Chapter 112, Florida Statutes.  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 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 or real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list.  The bidder certifies that its bid was made without collusion or fraud; that it has not offered or received any kickbacks or inducements from any other bidder, supplier, manufacturer, or subcontractor in connection with this bid; and that it has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services, or anything of value.

 

EXCEPTIONS

Bidders taking exception to any part or section of the solicitation shall indicate such exceptions on the bid form or appendix.  Failure to indicate any exception will be interpreted as the bidder's intent to comply fully with the requirements as written.  Conditional or qualified bids, unless specifically allowed, shall be subject to rejection in whole or in part.

 

EXPENSES INCURRED IN PREPARING BID

Pasco County accepts no responsibility for any expense incurred by the bidder in the preparation and presentation of a bid.  Such expenses shall be borne exclusively by the bidder.

 

FAILURE TO DELIVER

In the event of failure of the contractor to deliver the goods and services in accordance with the contract terms and conditions, Pasco County may procure the goods and services from other sources and hold the contractor responsible for any resulting additional costs.  A failure to deliver will result in immediate termination of a resulting contract, and immediate disqualification and debarment from submitting bids to Pasco County for a maximum of three (3) years.  These remedies shall be in addition to any other remedies that Pasco County may have available.

 

FAILURE TO ENFORCE

Failure by Pasco County at any time to enforce the provisions of the contract shall not be construed as a waiver of any such provisions.  Such failure to enforce shall not affect the validity of the contract or any part thereof or the right of Pasco County to enforce any provision at any time in accordance with its terms.

 

FAIR LABOR STANDARDS

By submission of a bid, the bidder certifies that the contractor(s) and/or subcontractor(s) providing product(s) or service(s) shall, in the execution or performance of such a contract, maintain fair labor standards as defined in applicable State and Federal regulations.

 

FORCE MAJEURE

The contractor shall not be held responsible for failure to perform the duties and responsibilities imposed by the contract due to legal strikes, fires, riots, rebellions, and acts of God beyond the control of the contractor, unless otherwise specified in the contract.

 

IDENTICAL BIDS

Identical bids or bids which otherwise appear suspicious will be reported to the County Attorney for investigation.

 

INDEMNIFICATION

In consideration of the sum of Fifteen and 00/100 Dollars ($15.00), the receipt and sufficiency of which is acknowledged by the contractor to be included and paid for in the contract price, the contractor shall indemnify, defend, and hold harmless Pasco County and its agents and employees from and against all liabilities, claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of the work, provided that any such liability, claim, damage, loss, or expense:  1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself), including the loss of use resulting therefrom; and 2) is caused in whole or in part by any negligent act or omission of the contractor and subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, except for those caused by the negligent act or omission of Pasco County.

 

In any and all claims against Pasco County or any of its agents or employees by any employee of the contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation, or benefits payable by or for the contractor or any subcontractor under Workers' Compensation Acts, disability benefit acts, or other employee benefit acts.

 

INDEPENDENT CONTRACTOR

The contractor shall be legally considered an independent contractor and neither the contractor nor its employees shall, under any circumstances, be considered servants or agents of Pasco County; and Pasco County shall be at no time legally responsible for any negligence or other wrongdoing by the contractor, its servants, or agents.  Pasco County shall not withhold from the contractor any Federal or State unemployment taxes, Federal or State income taxes, Social Security tax, or any other amounts for benefits to the contractor.  Further, Pasco County shall not provide to the contractor any insurance coverage or other benefits, including workers' compensation, normally provided by Pasco County for its employees.

 

INFORMALITIES AND IRREGULARITIES

Pasco County has the right to waive minor defects or variations of a bid from the exact requirements of the specifications that do not affect the price, quality, quantity, delivery, or performance time of the services being procured.  If insufficient information is submitted by a bidder with the bid for Pasco County to properly evaluate the bid, Pasco County has the right to require such additional information as it may deem necessary after the time set for receipt of bids, provided that the information requested does not change the price, quality, quantity, delivery, or performance time of the services being procured.  The BCC reserves the right to reject any or all bids in whole or in part; to award by any item, group(s) of items, total bid, or accept the bid that is most advantageous and in the best interest of Pasco County.

 

LIMITATION OF COST

The contractor agrees to perform the work specified and complete all obligations under the contract within the stated amounts.

 

NONAPPROPRIATION

All funds for payment by Pasco County under this contract are subject to the availability of an annual appropriation for this purpose by Pasco County.  In the event of nonappropriation of funds by Pasco County for the services provided under the contract, Pasco County will terminate the contract, without termination charge or other liability, on the last day of the then-current fiscal year or when the appropriation made for the then-current year for the services covered by this contract is spent, whichever event occurs first.  If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the contractor on thirty (30) days' prior written notice, but failure to give such notice shall be of no effect, and Pasco County shall not be obligated under this contract beyond the date of termination.

 

NONCONFORMING TERMS AND CONDITIONS

A bid response that includes terms and conditions that do not conform to the terms and conditions in the bid document is subject to rejection as nonresponsive.  Pasco County reserves the right to permit the bidder to withdraw nonconforming terms and conditions from its bid response prior to a determination by Pasco County of nonresponsiveness based on the submission of nonconforming terms and conditions.

 

NONDISCRIMINATION

By submission of bid, the bidder certifies that the contractor(s) and/or subcontractor(s) providing product(s) or service(s) shall not discriminate against any employee or applicant for employment, to be employed in the performance of such contract, with respect to his/her hire, tenure, terms, conditions, or privileges of employment, because of his/her race, color, religion, sex, disability, or national origin, as outlined in applicable State and Federal regulations.

 

ORAL STATEMENTS

No oral statement of any person shall modify or otherwise affect the terms, conditions, or specifications stated in this contract.  All modifications to the contract or purchase order must be made in writing by Pasco County.

 

PATENTS AND ROYALTIES

The contractor covenants to save, defend, keep harmless, and indemnify Pasco County and all of its officers, departments, agencies, agents, and employees from and against all claims, loss, damage, injury, fines, penalties, and cost—including court costs and attorney's fees, charges, liability, and exposure, however caused—for or on account of any copyright or patented or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by Pasco County.  If the contractor uses any design, device, or materials covered by patent or copyright, it is mutually agreed and understood without exception that the contract price includes all royalties or costs arising from the use of such design, device, or materials in any way in the work.

 

PAYMENT PROCEDURES

The BCC has adopted Resolution No. 95‑70, incorporating its Invoice Payment Procedures Policy in order to help ensure that vendors providing goods and/or services to the BCC receive payment in a timely manner and in accordance with Chapter 218, Part VII, Florida Statutes (The Florida Prompt Payment Act).  A copy of Resolution No. 95‑70 (which includes the policy) is available for viewing during normal business hours at the Office of the Pasco County Clerk of the Circuit Court; 38053 Live Oak Avenue; Department of Secretarial Services, Room 205; Dade City, Florida 33525.  Copies of the Resolution may be obtained at a cost of One and 20/100 Dollars ($1.20).  Please make your check payable to Jed Pittman, Clerk of the Circuit Court, and forward payment to the Department of Secretarial Services at the address noted above.  For further information, please call (352) 521‑4347.

 

Several payment options are available to successful vendor, upon receipt of a correct invoice:

 

1.                  Check may be mailed to the remit address on the invoice.  The check is sent to the Post Office the day after BCC approval.

2.                  Check may be picked up in Dade City.  The vendor must pick up the check the day after BCC approval.  The successful bidder or contractor must call (352) 521‑4599 for detailed instructions.

3.                  Payment may be wire-transferred to the vendor's bank account.  The vendor must call (352) 521‑4599 for detailed instructions.

 

PAYMENT TERMS AND DISCOUNTS

Unless otherwise indicated in the bid documents, payment terms will be net forty-five (45) days.  Terms not consistent with this provision are not acceptable and may be cause for rejection.  Pasco County will pay the contractor within forty-five (45) days after the receipt of a correct invoice for reasonable work allocable to the contract or after the date of acceptance of work that meets contract requirements, whichever event occurs later.  Payment(s) are considered effective on the date payment is mailed.

 

Discounts for prompt payment requiring payment by Pasco County within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by Pasco County of a correct invoice describing reasonable work allocable to the contract or after the date of acceptance of work that meets contract requirements, whichever event occurs later.  Discounts for payment in less than forty-five (45) days will not be considered during evaluation for award, but may be taken if applicable after award.

 

Payment for construction services will be in accordance with Chapter 218, Part VII, Florida Statutes (The Florida Prompt Payment Act).

 

PUBLIC INFORMATION

Upon public opening of all bids or proposals presented to Pasco County as a result of this solicitation, any and all information contained therein is considered public and may be reviewed by any persons interested in doing so.

 

PURCHASE ORDER REQUIREMENT

Purchases of Pasco County are authorized only if a signed purchase order issued in advance of the transaction, showing that the ordering agency has sufficient funds available to pay for the service.  Contractors providing services without a signed purchase order do so at their own risk.  Pasco County will not be liable for payment for any services provided under the contract unless a valid purchase order has been issued to the contractor.

 

QUALIFICATIONS OF BIDDERS

The bidder may be required before the award of any contract to show to the complete satisfaction of Pasco County that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner.  The bidder may also be required to give a past history and references in order to satisfy Pasco County in regard to the bidder's qualifications.  Pasco County may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to Pasco County all information for this purpose that may be requested.  Pasco County reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy Pasco County that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein.  Evaluation of the bidder's qualifications shall include:

 

1.                  The ability, capacity, skill, and financial resources to perform the work or provide the service required.

2.                  The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference.

3.                  The character, integrity, reputation, judgment, experience, and efficiency of the bidder.

4.                  The quality of performance of previous contracts or services.

 

QUALITY OF GOODS

All goods shall be new, in first class condition, and of the manufacturer's latest design of the model presently in production.  All materials, supplies, and equipment furnished or services performed under the terms of this purchase order or contractual agreement shall comply with the requirements and standards specified in the Williams-Steiger Occupational Safety and Health Act of 1970 (Public Law 91‑596), as well as other applicable Federal, State, and local codes.  Equipment and materials furnished by the bidder having serious defects, corrosion, or scratches which tend to present an "other than new" appearance shall be promptly replaced or such defects promptly corrected by the bidder at no cost to Pasco County.  Any existing Material Safety Data Sheets (MSDS) for the products, materials, supplies, or equipment being bid must be submitted with the bid.  No product containing asbestos, lead paint, or polychlorinated biphenyl (PCB) in any form will be considered for award by Pasco County.

 

RIGHT TO AUDIT

The contractor shall maintain such financial records and other records as they relate to the purchase of goods and/or services by Pasco County from the subject vendor.  The contractor shall retain these records for a period of three (3) years after final payment, or until they are audited by Pasco County, whichever event occurs first.  These records shall be made available during the term of the contract and the subsequent three (3) year period for examination, transcription, and audit by Pasco County, its designees, or other authorized bodies.

 

RISK OF LOSS

Pasco County shall be relieved from all risks of loss or damage to goods during periods of transportation, manufacture, and the entire time the goods are in the possession of Pasco County prior to acceptance by Pasco County.  At such time, the risk of loss or damage for goods shall pass to Pasco County.  The bidder/contractor shall not be responsible for damage to the goods occasioned by negligence of Pasco County or its employees.

 

TAXES

All bids shall be submitted exclusive of direct Federal, State, and local taxes; however, if the bidder believes certain taxes are properly payable, he/she may list such taxes separately in each case directly below the respective item bid price.  Prices quoted must be in units specified, and shall not include the cost of any such taxes, including those on any material, supplies, or equipment used or installed in the work.  Pasco County does not pay Federal Excise and Sales Taxes on direct purchases of tangible personal property.  See Exemption Number on face of the resulting purchase order.  This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for improvement of County-owned real property.  Please refer to Chapter 192, Florida Statutes.

 

UNSATISFACTORY WORK

If, at any time during the contract term, the service performed or work done by the contractor is considered by Pasco County to create a condition that threatens the health, safety, or welfare of the community, the contractor shall, on being notified by Pasco County, immediately correct such deficient service or work.  In the event the contractor fails, after notice, to correct the deficient service or work immediately, Pasco County shall have the right to order the correction of the deficiency by separate contract or with its own resources at the expense of the contractor.  Notwithstanding the above, Pasco County reserves the right to cancel a resulting contract, without cause, by giving thirty (30) days' prior written notice to the contractor of the intention to cancel.

 

 

END OF GENERAL PROVISIONS


SPECIAL PROVISIONS

 

 

In addition to the General Provisions of this solicitation, these Special Provisions, along with the specifications that follow, apply in like force to this solicitation and to any subsequent contract resulting therefrom.

 

AWARD TERM

The initial award period shall be six (6) years, contingent upon BCC approval, beginning on the date of such approval.

 

INSURANCE REQUIREMENTS

The insurance required must be written by an insurer authorized to do business in the State of Florida and also have an "A" policyholder's rating and a financial rating of at least Class VIII in accordance with the most current Best's Key Rating Guide.  Prior to the time the contractor is entitled to commence any part of the project, work, or services under this contract, the contractor shall procure, pay for, and maintain at least the following insurance coverages and limits.  The said insurance shall be evidenced by delivery to Pasco County of 1) Certificates of Insurance executed by the insurers listing coverages and limits, expiration dates and terms of policies and all endorsements whether or not required by Pasco County, and listing all carriers issuing the said policies; and 2) upon request, a certified copy of each policy, including all endorsements.  The insurance requirements shall remain in effect throughout the term of this contract.

 

1.                  Workers' Compensation in at least the limits as required by law; Employers' Liability Insurance of not less than One Hundred Thousand and 00/100 Dollars ($100,000.00) for each accident.  The contractor agrees to waive its right of subrogation as part of this coverage.

 

2.                  Comprehensive General Liability Insurance including, but not limited to, Independent, Contractor, Contractual, Premises/Operations, Products/Completed Operation and Personal Injury covering the liability assumed under indemnification provisions of this contract, with limits of liability for personal injury and/or bodily injury, including death, of not less than Two Million and 00/100 Dollars ($2,000,000.00), each occurrence; and property damage of not less than One Million and 00/100 Dollars ($1,000,000.00), each occurrence.  (Combined single limits of not less than Two Million and 00/100 Dollars [$2,000,000.00], each occurrence, will be acceptable unless otherwise stated.)  Coverage shall be on an "occurrence" basis, and the policy shall include Broad Form Property Damage coverage and Fire Legal Liability of not less than Fifty Thousand and 00/100 Dollars ($50,000.00) per occurrence, unless otherwise stated by exception herein.

 

3.                  Comprehensive Automobile and Truck liability covering owned, hired, and nonowned vehicles with combined single limits of not less than One Million and 00/100 Dollars ($1,000,000.00), each occurrence.  Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards.

 

 

Each insurance policy shall include the following conditions by endorsement to the policy:

 

1.                  Each policy shall require that thirty (30) days prior to expiration, cancellation, nonrenewal, or any material change in coverages or limits, a notice thereof shall be given to Pasco County by certified mail to:  Pasco County Purchasing Department, 8919 Government Drive, New Port Richey, Florida 34654.  The contractor shall also notify Pasco County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal, or material change in coverage received by the said contractor from its insurer; and nothing contained herein shall absolve the contractor of this requirement to provide notice.

 

2.                  Companies issuing the insurance policy, or policies, shall have no recourse against Pasco County for payment of premiums or assessments for any deductibles that all are at the sole responsibility and risk of the contractor.

 

3.                  The term "County" or "Pasco County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments, and Offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pasco County.

 

4.                  Pasco County BCC shall be endorsed to the required policy or policies as an additional named insured.

 

5.                  The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by Pasco County to any such future coverage, or to Pasco County's self-insured retentions of whatever nature.

 

Pasco County hereby waives subrogation rights for loss or damage against Pasco County.

 

PRICE ADJUSTMENTS BASED ON THE PRODUCER PRICE INDEX (PPI)

4.21.Pasco County will allow a price escalation provision within this award.

The original bid prices shall be firm for a 1-year minimum period. A price escalation/de-escalation will be allowed 1 year after the beginning of the award period and at 1-year intervals thereafter, provided the Awardee notifies Pasco County, in writing, of the pending price escalation /de-escalation a minimum of 60 days prior to the effective date of the price escalation/de-escalation. In the case of a price escalation, said notification shall consist of the manufacturer’s proof of increase and shall include each individual item and the amount of the price escalation. The price escalation percentage change shall not exceed the previous 1-year’s percentage change of the Producer Price Index (PPI) published by the United States Bureau of Labor Statistics. Failure to comply with these instructions shall be ground for disallowance of a price escalation as allowed herein. The base PPI from which escalation/de-escalation prices are calculated shall be the PPI published for March 2007.

If, at the point of exercising the price escalation provision, market media indicators show that the prices have decreased, and that the Awardee has not passed the decrease on to Pasco County, Pasco County reserves the right to place the Awardee in default, cancel the award, and remove the Awardee from Pasco County’s Bidders List for a period of time deemed suitable by the County. In the event of this occurrence, Pasco County further reserves the right to utilize and any and/or all as stated herein.

REQUIREMENTS CONTRACT

During the period of the contract, the contractor shall provide all the services described in the contract.  The contractor understands and agrees this is a requirements contract and Pasco County shall have no obligation to the contractor if no services are required.  Any quantities that are included in the scope of work reflect the current expectations of Pasco County for the period of the contract.  The amount is only an estimate and the contractor understands and agrees Pasco County is under no obligation to the contractor to buy any amount of the services as a result of having provided this estimate or of having any typical or measurable requirement in the past.  The contractor further understands and agrees Pasco County may require services in an amount less than or in excess of the estimated annual contract amount, and the quantity actually used, whether in excess of the estimate or less than the estimate, shall not give rise to any claim for compensation other than the total of the unit prices in the contract for the quantity actually used.

 

SURETY REQUIRED

1.                  Bid Surety:  A Bid Bond, cashier's check, or certified check, in the amount of five (5) percent of the total of Division A and Division B (Bid Form), made payable to Pasco County shall accompany each bid.  The bid surety of all bidders shall be retained until after the award of the contract is made.  The bid surety of the successful bidder shall be retained until the posting of a Performance Bond.  The failure of the bidder to accept an award and file acceptable Performance and/or Payment Bonds within fifteen (15) days after award shall be just cause for cancellation of the award and the forfeiture of the bid surety to Pasco County as liquidated damages.  Award may then be made to the next lowest, responsive, and responsible bidder.  The bond shall be a Corporate Surety Bond issued by a surety company authorized to do business in the State of Florida.

 

2.                  Performance Surety:  A Performance Bond, in the amount of 100 percent of the total of Division A and Division B (Bid Form), shall be required of the successful bidder to ensure satisfactory completion of the work.  The bond shall be a Corporate Surety Bond issued by a surety company authorized to do business in the State of Florida.  The Attorney in Fact, who signs the bond, must file with the bond, a certificate and effective dated copy of a Power of Attorney.  The surety company shall have a current, valid Certificate of Authority issued by the State of Florida.  The surety company shall have current, valid Certificate of Authority issued by the United States Treasury Department under Sections 9304 to 9308 of Title 31 of the U.S. Code.  The surety company shall be in full compliance with the provisions of the Florida Insurance Administrative Code, and shall have at least twice the minimum surplus and capital required by the same at the time the Invitation for Bid is issued.

 

3.                  Alternative Surety:  A certified check for cash escrow deposit, in the face amount of the contract, such as a Personal Bond, Property Bond, or a bank or savings and loan association Letter of Credit may be tendered in lieu of a Bid, Payment, or Performance Bond subject to approval by Pasco County.

 

TRANSPORTATION AND PACKING

Prices quoted shall be net, including transportation and delivery charges fully prepaid by the seller, f.o.b. New Port Richey, Florida.  No additional charges will be allowed for packing, packages, or partial delivery costs.  By submitting their bids, all bidders certify and warrant that the price offered for f.o.b. destination includes only the actual freight rate costs at the lowest and best rate and is based upon actual weight of the goods to be shipped.  Standard commercial packaging, packing, and shipping containers shall be used, except as otherwise specified herein.

 

FURNISHING BID ITEMS

Division “A” items shall be furnished and delivered within 30 days of Award and subsequent Purchase Order.  Division “B” and “C” items shall be furnished and delivered on an “as needed, when needed basis” during the life of the award, with an initial delivery within 30 days of Award and subsequent Purchase Order. Initial order quantity will be determined at a later date.

 

RADIO LICENSES

4.4.The AMR System shall not require licensure by the FCC or other similar regulatory agencies. System shall meet FCC-type acceptance.

 

BACKORDERS

Any backordered materials shall be made available to PCUD within 15 working days of the time of backorder (original date of receipt). If the backorder cannot be filled within the time frame of this section, then Pasco County is to be notified, in writing, thus permitting the PCUD to obtain the required materials and/or exercise its options.

 

 

END OF SPECIAL PROVISIONS

 


 TECHNICAL SPECIFICATIONS

 

(AMR) TECHNICAL SPECIFICATIONS

5.1             AMR SYSTEM GENERAL

5.1.1       The County requires (a) radio-based AMR system(s), which is(are) understood to consist of:

A.      Meters with AMR-compatible registers capable of output that can be captured by reading devices;

B.     Meter interface units (MIU’s) capable of receiving the information from the meter registers, and transmitting this and other relevant information via radio signal to a receiving device;

C.     In the case of a mobile radio system, mobile and/or handheld data collection units (DCU’s) capable of capturing the signals from the MIU’s;

D.     A secure communication or data transfer system infrastructure capable of transferring the data from the data collection units to a meter reading system control computer located at the PCUD offices;

E.     Meter reading system laptops and desktop computer into which the AMR system may be uploaded, downloaded and stored;

F.      For each computer, the software necessary to operate the system and communicate meter reading data to the PCUD’s customer information system (CIS);

G.    Inclusion of an electronic file with every shipment containing meter data (ie: serial number) in a format that can be imported in to PCUD’s CIS Inventory system.

H.      The system shall have the ability to capture “actual” hourly customer usage data outside the normal meter reading intervals, and maintain a database of meter reading data, and the software to operate the database;

I.        Installation of the system is required, including communicating with county staff and scheduling appointments when necessary.

J.      Ongoing support of the system hardware and software, and ongoing user support;

K.     Documentation adequately describing the operation and maintenance of the system and its components, including data management and back-up, for use by County employees or agents in carrying out such operation and maintenance;

L.      Training sufficient to enable PCUD personnel to adequately operate and maintain the system, manage and back up data, and install AMR units as needed:

L.1    Provide two classroom-based training sessions for users. Focus of classroom training shall be on the operation of the supporting software system. All appropriate training materials shall be provided for up to twenty (20) users.

L.2    Provide two field-based training sessions for users. Focus of field training shall be on the operation and use of field equipment for obtaining meter data as well as recognition of potential problems with data acquisition. Training shall cover the use of the mobile data collection units and shall include all appropriate materials for twenty (20) users.

L.3    Provide one workshop-based training session. Focus of workshop training shall be on the maintenance and bench top repair of the AMR hardware and field units. Provide appropriate materials for ten (10) users.

M.    Ongoing software licenses, which cover patches and upgrades to ensure that the system and its software continue to perform to design criteria; and

N.     Ongoing maintenance and service contracts for the certain system components, including data collection units, handheld devices, etc.

The County recognizes that AMR system features, characteristics and performance result from the interaction of Components, and are to be addressed in this section. Component requirements and characteristics specific to individual components are to be addressed in response to appropriate sections following.

All questions and requests for specificity must be answered. All specifications incorporating “shall,” “must,” etc., are required features.  Simply taking exception to a requirement without providing a written explanation, and where appropriate an alternative, shall be deemed non-responsive, and may result in rejection of the bid. 

O.    The AMR system must be guaranteed by the manufacturer to transmit readings matching those found on the encoder register dial.

P.     The AMR system must have capability to identify leaks, tampering, transmit data from pits and vaults, meter read failures.

Q.    Meters for measuring reuse water shall include encoder register and/or integrated meter interface units which are clearly colored PANTONE 522C on the register, meter face or other approved designation with the word “RECLAIMED” clearly printed on the register face. 

R.     Stored data system integrity and security. The system must ensure data integrity (so that the readings from the meters, ID numbers, and other data are always associated with the correct meter and customer) and data security (so data cannot be accessed by unauthorized parties). The system must ensure against loss of data.

S.     Tamper detection. The system must contain tamper detection capability which, when the meter, MIU or any wiring between components has been tampered (cut wire, tampering of meter, etc.) with, shall cause a tamper message to be indicated when the MIU transmits its data.

T.     The system should give an indication of unauthorized usage; that is, when the customer has been shut off, the system will flag and specifically report any unauthorized usage.

U.     Leak detection. The system shall monitor water consumption through the meter and specifically indicate if there is an atypical increase or decrease in water consumption.

V.      No flow detection. The system shall indicate when there is an extended period of no flow through the meter.  All components of the AMR System shall be produced, supplied and warranted by the same manufacturer, i.e. meter, encoder register, meter interface unit, integrated meter interface unit, hand held data collector, and mobile data collector less laptop computer.

5.2             AMR SOFTWARE

5.2.1       All AMR computer software and hardware shall interface and be compatible with Pasco County Utilities Department’s Customer Information System from Cogsdale Corporation. This system may be implemented by November 2007and is referred to as the “Customer Care and Billing System” (CCBS). Interim operation of the system prior to CCBS implementation will require the capability for AMR system data to be transferred to the County’s existing electronic billing system.

5.2.2       The vendor shall provide all labor and materials necessary to furnish and install the new software system on the hardware provided under Section 5.3.1 (below) at the PCUD Customer Services Division office.

5.2.3       Software supplied with the system shall be updated and maintained by the vendor for a period of not less than five (5) years from the date of system installation acceptance. Annual service agreements will be made available and include hardware and software system updates after the initial five (5) year period.

5.2.4       The software shall transfer meter information to and from the CCBS software and the “route information” module shall allow for at least five (5) user-defined fields to be incorporated into the reading device for the purpose of reading meters.

5.2.5       The software shall have the ability to report and send alarms as necessary, including tampering, backflow, unread meters, and at least a thirty (30) day history of potential leaks. 

5.2.6       Route management software shall be managed through the meter reading software residing on a P.C. and reports shall include meter reading, exceptions, leak, and tamper backflow status for the past thirty (30) days and productivity information along with standard and customized reporting features.  


5.2.6 

5.3             DESKTOP CUSTOMER SERVICE COMPUTER

5.3.1       Vendor shall furnish a desktop personal computer system for use by the Customer Service Department. System shall be complete and shall be the latest, current model under standard production at the time the order is written. The desktop computer shall be equipped as regularly advertised and manufactured, complete and ready for satisfactory operation. If the manufacturer has a standard item that exceeds Pasco County’s minimum laptop requirements, then that standard item shall be furnished or if Pasco County changes the standard then the Vendor will accommodate the change.

5.3.1.1            System

a.      Processor – Pentium 4 operating at 3.2 GHz with hyperthreading capability, 2 MB cache and 800 MHz FSB.

b.     Operating System – Windows XP Professional, Service Pack 2

c.      Memory – 512 mb, DDR2 (one module)

d.     Video – Integrated, GMA 950

e.      Network Adapter – Ethernet, gigabit transfer speed capable, 10/100/1000

f.        I/O Ports – eight (8) USB2.0, 1 ethernet, 1 9-pin serial, 1 parallel, 1 VGA out, line-in, microphone-in

5.3.1.2            Chassis

a.      Type – Minitower

b.     Maximum Dimensions – 17” x 8” x 18”

5.3.1.3            Storage Device

a.      Floppy – 3.25”

b.     Hard Drive – 40 GB SATA II, 7200 rpm

c.      DVD/CD – 48x32 CDRW/DVD Combo

5.3.1.4            Peripherals

a.      Monitor – 19” flat panel

b.     Keyboard – USB, standard size/layout, no hot keys

c.      Mouse – USB, two-button w/scroll wheel

d.     Speakers – Integrated

5.3.1.5            Service and Support

a.      Base – next business day parts and labor, on-site

b.     Extended – next business day parts and labor, on-site, three-year term

5.4             DATA COLLECTION UNITS (DCU)

5.4.1       MOBILE DATA COLLECTION UNITS

5.4.1.1            A mobile DCU may be either a portable DCU designed to operate from within a vehicle, or a separate device mounted in a vehicle. The unit shall be capable of being moved to and reinstalled in a different vehicle without difficulty. The mobile DCU shall be powered from the vehicle battery through power sources located within the vehicle. Requirements for making a connection to the vehicles battery are not acceptable. There must be a back-up battery to preserve internal memory.  

5.4.1.2            Computers provided for use as part of mobile DCUs shall be mobile/laptop type computers specifically enabled and configured for rugged handling as defined for compliance with MIL-STD-810F. Provided laptops shall be complete and shall be the latest, current model under standard production at the time the order is written. The laptops shall be equipped as regularly advertised and manufactured, complete and ready for satisfactory operation. If the manufacturer has a standard item that exceeds Pasco County’s minimum laptop requirements, then that standard item shall be furnished or if Pasco County changes the standard then the Vendor will accommodate the change.

a.      Durability/Shock Resistance

1.      Moisture and dust resistant monitor, keyboard and touchpad.

2.      Sealed port and connector covers

3.      Shock-mounted HDD

4.      Vibration and drop-shock resistant

5.      Pre-installed screen protector

b.     System

1.      Processor – Pentium M operating at 1.2 gHz, 2 MB cache, 400 MHz FSB

2.      Operating System – Microsoft XP Professional, Service Pack 2

3.      Memory – 1024 MB SDRAM, DDR2

4.      Video – Touchscreen PC compatible, 10.4” 1024x768 (XGA) transmissive, daylight-readable TFT Active Matrix Color LCD.

5.      Network Adapter – Intel PRO/Wireless 2915ABG network connection 802.11a/b/g

6.      I/O Ports – External video, headphones/speaker, Microphone/Line-in, 100-pin Port replicator, Serial port, USB2.0 (2), 10/100 Ethernet, 56K V.92 modem

7.      External USB CDRW/DVD Drive (with enabling software).

c.      Service and Support

1.      Base – next business day parts and labor, on-site

2.      Extended – next business day parts and labor, on-site, three-year term

5.4.1.3            The mobile data collector must be capable of reading the MIU’s in random order. When following a route, the mobile data collector must be able to keep readings acquired from MIU’s not in the route separate.

5.4.1.4            The system must be capable of merging data collected from the mobile data collector together with data collected from handheld reading units into files to be uploaded to the PCUD’s Customer Care and Billing System. The mobile DCU shall be capable of capturing up to 100,000 meter readings. It shall not limit or restrict the amount of reads required daily. 

5.4.1.5            The mobile DCU shall include reading screens that display the customer list or mapped meter locations or both and include user friendly view-read progress that features icon colors, audible tones and symbols that change as meters are read. Meters added into the routes not previously mapped will automatically be mapped and displayed to the meter reader during the reading process. 

5.4.1.6            The mobile DCU must provide signals such as audible tones to the driver during the reading of a route so that the driver will not have to take his or her eyes off the road.

5.4.1.7            Mobile DCUs must visual and audible alerts to advise reader when a reading could not be obtained from its location.

5.4.1.8            Integration with GIS/GPS. The AMR system and mobile DCU shall incorporate or interface with a geo-positioning system to enable the driver to see his/her position in relation to meters to be read and shall interface with Environmental Systems Research Institute (ESRI) mapping or equivalent system.


 

5.4.2       HAND HELD DATA COLLECTION UNIT

5.4.2.1            The PCUD requires handheld DCUs, cradle/data transfer units, control computer, software, etc., to read meters equipped with MIU’s as well as capture manual meter readings. The handheld device must present to the meter reader unambiguous and appropriate information needed to locate water meter. It must also inform the meter reader of the next meter to read, any upcoming hazard (e.g., dog), special routing information, and special instructions (including the presence of an AMR-equipped meter, which is not manually read).

5.4.2.2            The handheld DCU must automatically time stamp each meter reading with unalterable date and time of read.

5.4.2.3            The handheld DCU must allow for searching and viewing of data within the handheld DCU device, by several fields, through either key input or touch screen, including meter location address, meter number, unread account, sequence number and manually-entered flag, tag, bookmark, or note.

5.4.2.4            The handheld DCU must visually and audibly warn the meter reader of a meter reading entry that is out of range, including no consumption for an active account, or of an inactive account that has consumption since the previous reading. The device must allow the meter reader to override an out-of-range warning, to enter an unusual reading, or skip a reading and make a notation of the fact, if a meter has been removed from service.

5.4.2.5            Data displayed. The handheld DCU must be capable of displaying the following attributes with a minimum of five being displayed concurrently on the primary screen:

a.      Route number

b.     Meter reading sequence number

c.      Account or premises identification number

d.     Meter serial number

e.      Meter encoder ID number

f.        Meter AMR-equipped/MIU ID number

g.     Premises address

h.     Meter location or “mapping”, access notes, hazard descriptions, additional special instructions.

i.        Previous unable-to-read code

j.        Account status code

k.      Meter status code

l.        Assigned amount of time for next reading

m.   Current date and time

5.4.2.6            Display options. The system shall enable the system operator to select or customize the fields (such as previous unable-to-read code) that appear.

5.4.2.7            Data entry by meter reader. The handheld DCU must allow for field entry of data, including meter readings, and information on meters that are out of sequence. The handheld device must allow the meter reader to modify or correct certain fields, including meter access notes, hazard, and special instructions to update the associated billing system data. The system must provide a capability for review and approval of any changed data by a supervisor before these changes may be applied to the meter reading database in the handheld control computer or the PCUD’s CCBS.

5.4.2.8            The handheld device must allow for entering an unable-to-read code, at least one additional special reporting code, and comments for each meter reading record.

5.4.2.9            The handheld meter DCU must automatically be configured, and programs and data uploaded, whenever the state of the handheld meter reading device changes, such as when a memory card is removed and/or installed.

5.4.2.10        The handheld meter DCU shall be capable of alerting (if necessary) and receiving the signals from MIU’s. The handheld meter reading device should be capable of downloading consumption profile data and have the capacity to be utilized as a service order tool.

5.4.2.11        The maximum distance at which a portable interrogator will reliably receive the complete meter reading signal from an MIU shall be not less than 1200 ft. 

5.4.2.12        Mobile DCUs must visual and audible alerts to advise reader when a reading could not be obtained from its location.

5.4.2.13        The handheld meter DCU shall have the capability to plot GPS    coordinates of the installed meter base.

5.4.2.14        The handheld meter DCU shall be capable of having new addresses manually entered if necessary.

5.4.3       Handheld Physical and Environmental Characteristics

5.4.3.1            A single handed, ergonomic device; weight of the unit including batteries shall not exceed 38 ounces.

5.4.3.2            The handheld unit must be able to withstand an impact of a five-foot drop onto a concrete surface without breaking or losing data.

5.4.3.3            Must have a multi-line alpha/numeric display, large enough for easy reading of route data, readable in normal daylight, and have an internal display light for reading the display under low-light conditions.

5.4.3.4            The handheld DCU must be capable of operating between 0° F and 130°F and a Humidity of 100%. The unit must be waterproof up to 3 feet (1 meter).  

5.4.3.5            The handheld device must be able to be carried by hand (left or right hand equally) and secured by a hand strap or supported by a belt and/or shoulder strap, to free up both hands when device is not in use.

5.4.3.6            The handheld device must have alpha/numeric/special function keys that allow a meter reader to easily enter data correctly while wearing gloves.

5.4.3.7            Batteries. The handheld DCU’s primary batteries must be rechargeable. The unit must have provisions to retain all data while the primary batteries are being replaced. The handheld DCU’s batteries must be able to be fully recharged in eight (8) hours and the charging unit must allow the batteries to be fully discharged prior to the start of the recharging process and should be able to be recharged from a twelve (12) volt vehicle system. 

5.4.3.8            The minimum capacity of the handheld device, in terms of the number of meter readings that may be captured under normal circumstances shall be not less than  3000` readings.

5.4.3.9            Data Fields. The handheld DCU must keep the following data internally, for use in calculations and validations:

1.      Time and date of readings

2.      Handheld meter reading device identification code

3.      Meter reader identification code

4.      High reading limit(s)

5.      Low reading limit(s)

6.      Table of utility-defined codes, with associated code descriptions

5.4.3.10        Must operate on Windows CE to receive service orders from CCBS Service.

5.4.4       Handheld DCU/Control Computer Data Transfer

5.4.4.1            Memory cards, data cradle, communication port, may be used to transfer data between the handheld DCU and the control computer.

5.4.4.2            The handheld DCU must not automatically delete its meter reading data after transfer to the control computer, so that the transfer can be reinitiated if problems occur. Data sent to the handheld DCU must overwrite existing data, with proper warning and the opportunity to cancel the action before the transfer begins, so as not to allow the accidental erasure of un-transferred meter reading data. The handheld DCU device must display a message or other indications when data transfer is taking place and when the transfer is complete.

5.4.4.3            Device ID synchronization. The data transfer method must synchronize the meter reading data with the associated handheld DCU, through identification validation, so that the handheld meter reading device has the appropriate route data for its assigned meter reader.

5.5             METER INTERFACE UNITS (MIU) AND INTEGRATED METER INTERFACE UNIT (IMIU)

5.5.1       GENERAL

5.5.1.1            The MIU shall be mounted away from the encoder register . The IMIU shall be integrated with the meter’s encoder register as one piece. The radio transmitter must be affixed to the (5/8” - 2”) register/encoder with no visible wiring.

5.5.1.2            Both MIU and IMIU shall be capable of transmitting a signal both from under the lid and with minor modification through the lid.

5.5.1.3            The reliable data transmission distance under normal conditions with no external signal boosters, for under the lid MIU antennas shall be not less than 1200 ft. “Reliable data transmission” is the DCU receiving correctly not less than 99% of the data transmitted “Normal Condition” is defined as transmission through a subdivision containing single family homes and areas free from high rise steel structures or other terrain conditions which could reduce the transmission distance.

5.5.1.4            The AMR system must provide a warning signal in advance of battery failure. Batteries shall be warranted for up to 20 years. Batteries must be protected from any moisture intrusion through use of potting materials.

5.5.1.5             Each MIU shall have a unique, permanent ID number that is transmitted with the meter readings and shall be able to be initialized or programmed during or prior to field installation.

5.5.1.6            Each MIU shall be tamper proof and capable of operating at temperatures from 0º F to 130º F and humidity up to 100%. 

5.5.1.7            MIU’s shall be protected against static discharge without loss of data per International Electrotechnical Commission (IEC) 801-2, issue 2 requirements.

5.5.1.8            All antennas shall have a water proof connection at the MIU

5.5.2       METER INTERFACE UNITS (MIU)

5.5.2.1            MIUs shall be capable of receiving and interpreting signals from a minimum of three manufacturers’ water meters existing within the County’s service area.

5.5.2.2            Cable connections between the encoder register and MIU shall be factory potted at the encoder register and factory potted or connected by special environment proof connection of the MIU.

5.5.3       INTEGRATED METER INTERFACE UNITS (IMIU)

5.5.3.1            The IMIU shall be integrated with the encoder register into a single waterproof enclosure which contains an integrated or water proof external antenna.

5.5.3.2            The circuit board and battery shall be protected by a potting material.

5.5.4       ENCODER REGISTER UNIT

5.5.4.1            The encoder register shall read in US Gallons, must contain mechanical number wheels, be magnetically driven, include both a moving sweep hand and leak indicator on the face. The encoder register must be hermetically sealed to withstand flooded pit applications. The encoder lens shall be made of high impact material and shall be covered by a hinged register lid that contains a unique serial number. The reading on the encoder register shall match the reading provided through interrogation of the MIU.

5.5.4.2            For reclaimed water service the register face, lid or body shall be colored Pantone 522C with the word “RECLAIMED” printed on it.

5.5.4.3            All electronic connections to the encoder register shall be completely waterproof by potting or other approved means.

5.6             POSITIVE DISPLACEMENT METERS

5.6.1       Positive Displacement Type Meters (“Meters”) provided under this specification shall be manufactured, and shall perform in accordance with these technical specifications and AWWA C-700, latest edition. All meters shall conform to State of Florida Rule 62.555-320 and National Sanitation Foundation Standard 61 requirements.

5.6.2       Meters provided under this specification shall be nutating disc or oscillating piston type. Meters provided shall consist of three components: main-case, measuring chamber, and hermetically sealed encoder register.

5.6.3       Main-cases for displacement meters shall be manufactured from a lead-free red brass alloy, with a minimum of 85% copper alloy. The alloy shall be in compliance with NSF Standard 61, Sections 8 and 9 Test Requirements (performance standards limiting the leaching of lead from plumbing components dispensing water for human consumption) and the U.S. Environmental Protection Agency. Certification of meter compliance to the NSF performance standard shall be by NSF, UL, or any other ANSI-accredited laboratory. Main-case markings shall be cast raised and shall indicate size, model, direction of flow, and NSF 61 certification. 

5.6.4       Main-case for 1” and smaller meters shall be of the split-case-bottom-entry design with the upper portion and lower portions manufactured of the above described lead-free bronze. Main-cases for 1 1/2” and larger meters shall be of the split case design with both upper and lower portions manufactured of lead-free bronze. Main-case bolts shall be bronze or stainless steel. The size, model number and direction of the flow arrow shall be cast in raised characters on the upper portion of the case with 2 digits of the serial number corresponding to the year manufactured. End connections for 1 1/2” and 2” meters shall be either spud type in accordance with ANSI 1.20.1 or oval flange type with gaskets at the County’s option. The upper portion of the main-case shall be designed such that the register can be easily removed after a tamper-proof pin or screw has been removed or destroyed.

5.6.5       Measuring chambers, nutating discs and oscillating pistons shall be manufactured of non-hydrolyzing synthetic polymer and shall be smoothly and accurately machined. Nutating discs shall be of one-piece construction. The chamber shall be protected from large particles by removable strainers composed of synthetic polymer, bronze or stainless steel.

5.6.6       Hermetically sealed encoder registers (“Registers”) shall be of the straight reading and shall read in gallons. Registers shall have magnetically coupled drive between the register and the measuring chamber. Sweep hands and leak indicators shall be provided on the face of registers. Registers shall have six moving number wheels on the odometer. Numerals on odometer shall be black on white background except for the two right most numerals which shall be white on black background. Registers lens shall be manufactured of high impact strength glass or high impact strength Lexan plastic. Registers shall have a synthetic polymer register box enclosure with the manufacturer’s serial number imprinted on top of a hinged reading lid.

5.6.7       All size meters shall be adaptable and accept an encoder register without removing the meter from service.


5.7             QUALITY CONTROL AND TESTING

5.7.1       Meters Furnished under this specification shall meet the following accuracy standards for the specified flow rates:

new meter accuracy standards

METER SIZE

 

 

 

 

 

 

 

 

 

 

 

HIGH FLOW RATE (gpm)

MED. FLOW RATE (gpm)

LOW FLOW RATE (gpm)

5/8” x ¾”

15

2

¼

1”

40

4

¾

1-1/2”

50

8

1-1/2

2”

100

15

2

ACCURACY RANGE %

98.5-101.5

98.5-101.5

95.0-101.0

 

 

 

 

5.7.2       The County shall have the option of testing meters at an independent facility to determine compliance with the above accuracy standards. The acceptance or rejection of an order shall be based on the samples’ test results at each stream. The sampling plan used shall be Military standard 105D for Tightened Inspection at General Inspection Level II and acceptable Quality Level 4.0. Failure of the sample to meet the requirements of this specification shall result in rejection of the entire order. Rejected orders shall be returned to the Awardee at the Awardee’s expense.

5.7.3       Certified test data indicating meter accuracy shall be attached to each meter. The test data must include the percent accuracy of the meter at the High, Medium and Low flow rates as specified in Section 5.6.3.1 of this specification.

5.7.4       A Performance Data sheet requesting test performance data has been provided as part of the bid package. Failure to enclose the requested information on the Performance Data sheet may result in the rejection of the bid.

5.7.5       After opening of the bids, the PCUD may request one or more of the bidders to furnish any or all of the following:

5.7.5.1            Sample(s) of each bid item. Sample(s) shall be supplied and returned at the bidder’s expense.

5.7.5.2            One set engineering performance data, repair parts manual and price list. Such data shall contain but is not necessarily limited to: head loss versus flow curves, accuracy versus flow curves, section plan of meter showing internal parts together with parts list and current parts prices.

5.7.5.3            Failure to submit samples or other data requests within 10 calendar days upon request shall result in rejection of the bid.

5.7.5.4            The Awardee shall send three sets of engineering performance data, and repair parts manual to the PCUD immediately following bid award.

5.7.6       MANUFACTURER

Displacement Type Water Meters shall by supplied by Domestic manufacturers who have a historical record of sales to municipalities throughout the U.S., satisfactory to PCUD’s utility personnel.

5.7.7       WARRANTY

5.7.7.1            The manufacturer shall adhere to the following warranty criteria in addition to and over and above the manufacturer’s standard warranty:

a.      The manufacturer shall warrant all new meters to operate within the accuracy range specified in Section 5.6.3.1 of this specification for the High, Medium and Low flow rates for a period of not less than 5 years from the date of receipt of delivery to the PCUD. At the completion of the 5 year  period, all meters shall be warranted to meet or exceed AWWA standards as found in the AWWA M6 manual, latest edition. Repairing the meter shall not void this warranty and service work shall be in accordance with the latest AWWA standards.  

b.     All meter encoder registers shall be warranted to provide a correct meter reading for a period of 20 years from the date of receipt of delivery to the PCUD.

c.      The meter case shall be replaced or repaired at no cost to the PCUD should the case become distorted or fail in any way for a period of 30 years from the date of delivery to the PCUD. This includes broken spuds and stripped spud threads.

5.7.7.2            If the meters do not perform as required in this warranty, the Awardee shall repair or replace the meter, at the Awardees option at no cost to the County, within 15 days for the Awardee’s receipt of the returned meter. For meters requiring factory service, transportation charges to and from the factory service center are assumed by the Awardee. Meters submitted for warranty and returned to the County shall meet the performance standards specified in Section 5.2.

5.7.7.3            This warranty shall not apply if damage or inaccuracy is caused by vandalism, negligence, improper installation, an act of God, or other circumstances over which the manufacturer has no control.

5.7.8       BID PRICES FOR REPAIR PARTS

All Bidders shall bid a percentage discount to be applied to the latest published list price for meter repair parts during the life of the warranty. All meters purchased under this award shall be entitled to use this discount for appropriating repair parts not covered under warranty work during the full warranty period of the meter. Meter repair parts shall be new and of equal or better quality that the parts used to manufacture new meters under this award.

5.7.9       TRADE-IN ALLOWANCE

5.7.9.1            The Awardee shall be responsible for the disposal of used meters as provided by the PCUD and at no cost to the PCUD. The Awardee as part of this bid shall provide trade-in values for bronze meters returned by the PCUD to the Awardee. Used meters submitted for trade-in, regardless of manufacturer, shall be collected and shipped from the PCUD Facility location by the Awardee at the Awardee’s expense for the life of the award. The Awardee shall credit the PCUD’s account the appropriate trade-in value for the retuned meters.  The Awardee shall supply, at no cost to the utility, shipping containers for storing meters intended for trade.

5.7.9.2            Over the life of the award, the quantity of returned meters shall not exceed the quantity of purchased meters.

 

END OF TECHNICAL SPECIFICATIONS


BID FORM

 

Business Name:     ______________________________________________________________

 

DIVISION “A” BID ITEMS

 

item

description

model

 

units

 

quantity

 

unit price

 

total price

1.

Vehicle Data Collection Unit less Laptop Computer

 

 

ea

 

2

 

$

 

$

2.

Desktop Customer Service Computer

 

 

ea

 

1

 

$

 

$

3.

Laptop computer

 

 

ea

 

2

 

$

 

$

4.

Computer software to communicate with county’s billing system, including installation

 

 

ea

 

1

 

$

 

$

5.

Handheld Data Collection Units Complete with Accessories

 

 

ea

 

18

 

$

 

$

 

 

 

 

 

 

 

 

Division “A”

Total:

 

$

 

 

DIVISION “B” BID ITEMS

 

item

description

model

units

 

quantity

 

unit price

 

total price

       1.               

5/8” x 3/4” Water Meters complete with MIU or IMIU including mounting hardware

 

ea

 

20,000

 

$

 

$

       2.               

1” Water meters complete with MIU or IMIU including mounting hardware

 

ea

 

1,000

 

$

 

$

       3.               

1 1/2” Water meters complete with MIU or IMIU including mounting hardware

 

ea

 

50

 

$

 

$

       4.               

2” Water Meters complete with MIU or IMIU including mounting hardware

 

ea

 

50

 

$

 

$


BID FORM (continued)

 

Business Name:     ______________________________________________________________

 

 

       5.               

5/8” x 3/4” Water Meters with encoder registers less meter interface units

 

ea

 

2,000

 

$

 

$

       6.               

1” Water Meters with encoder registers less meter interface units

 

ea

 

50

 

$

 

$

       7.               

1 1/2” Water Meters with encoder registers less meter interface units

 

ea

 

25

 

$

 

$

       8.               

2” Water Meters complete with encoder registers less meter interface units

 

ea

 

10

 

$

 

$

       9.               

Additional charge for reclaimed water marking on meters

 

ea

 

10,000

 

$

 

$

     10.             

5/8” x 3/4” Bronze meter trade-in value

 

ea

 

10,000

 

($               )

 

($            )

     11.             

1” Bronze meter trade-in Value

 

ea

 

1,000

 

($              )

 

($            )

     12.             

1 1/2”  Bronze meter trade-in value

 

ea

 

25

 

($               )

 

($            )

     13.             

2” Bronze meter trade-in value

 

ea

 

10

 

($               )

 

($            )

 

 

 

 

 

 

 

Division “B”

Total:

 

$

 

 

 

 

Total of Division “A” and Division “B” Bid Items:

(Use to calculate Bid and Performance Surety)

 

$

 

DIVISION “C” BID ITEMS

 

item

description

 

units

 

quantity

 

unit price

TOTAL

1.

Meter Interface Unit, less meter and encoder register, including antenna

 

ea

 

1,000

 

$

$

2.

5/8” x 3/4” Meters with integrated meter interface unit and in pit or through lid antennas

 

ea

 

10,000

 

$

$

3.

1” Meters with integrated meter interface unit and in pit or through lid antennas

 

ea

 

1,000

 

$

$


BID FORM (continued)

 

Business Name:     ______________________________________________________________

 

 

4.

1 1/2” Meters with integrated meter interface unit and in pit or through lid antennas

 

ea

 

50

 

$

$

5.

2” Meters with integrated meter interface unit and in pit or through lid antennas

 

ea

 

50

 

$

$

 

 

 

 

 

 

 

Division “C”

Total:

 

 

 

PERCENTAGE DISCOUNT FROM CATALOG:

 

%

 

CATALOG NUMBER:

 

BIDDERS SHALL ATTACH WARRANTIES AND COMPLETE PRODUCT LITERATURE FOR ALL OFFERED EQUIPMENT AND SYSTEMS.

 

 

PERFORMANCE DATA FOR DISPLACEMENT-TYPE WATER METERS

(Required Engineering Data for 5/8” x 3/4” thru 2” Displacement Type Water Meters)

 

5/8” X ¾”Meter

Manufacturer and Model

 

 

FLOW RATE (gpm)

ACCURACY RANGE (%)

 

METER HEAD LOSS (psi)

1/4

 

 

at 20 gpm

2

 

 

 

15

 

 

 

 

 

1” Meter Manufacturer and Model

 

 

FLOW RATE (gpm)

ACCURACY RANGE (%)

 

METER HEAD LOSS (psi)

3/4

 

 

at 50 gpm

4

 

 

 

40

 

 

 

 

 


BID FORM (continued)

 

Business Name:     ______________________________________________________________

 

 

 

PERFORMANCE DATA FOR DISPLACEMENT-TYPE WATER METERS (continued)

(Required Engineering Data for 5/8” x 3/4” thru 2” Displacement Type Water Meters)

 

1 1/2” Meter Manufacturer and Model

 

 

FLOW RATE (gpm)

ACCURACY RANGE (%)

 

METER HEAD LOSS (psi)

1 1/2

 

 

at 100 gpm

8

 

 

 

50

 

 

 

 

 

2” Meter Manufacturer and Model

 

 

 

 

 

FLOW RATE (gpm)

ACCURACY RANGE (%)

 

METER HEAD LOSS (psi)

2

 

 

at 160 gpm

15

 

 

 

100

 

 

 

 

 

Submitted by:                                                                                                                                     

                                                (Typed or Printed)

 

Title:                                                                                                                                                   

                                                (Typed or Printed)

 

 

Authorized Signature:                                                                         Date:                                      


 

BID FORM (continued)

 

Business Name:     ______________________________________________________________

 

 

"We offer to sell/provide Pasco County, Florida, the above item(s) and/or service(s) at the price(s) stated, in accordance with the terms and conditions contained herein.  In addition, the item(s) and/or service(s) offered above meet all specifications contained herein or attached, unless otherwise stipulated by exception.  This offer to sell/provide is firm for ninety (90) days."

 

 

_________________________________________

(Signature of Bidder—Ink)

 

_________________________________________

(Printed Name and Title)

 

_________________________________________

(Business Name)

 

Receipt of Addendum No. _______________ thru No. _______________ is acknowledged.

 

Business Name:         __________________________________________________________                                                    (The Name on File with the Internal Revenue Service)

 

Doing Business as (Fictitious Name):            _________________________________________

 

Business Organization:            Corporation:            Partnership:            General    

 

                                                  Limited Parnership             Limited Liability Company (LLC):

 

State Registered In:  __________________________          Year:    ________________________

 

  Sole Proprietorship:          Owner:    ______________________________________________

 

  Other:    ____________________________________________________________________

 

Telephone:    ___________________________________________________________________

 

Facsimile:   ____________________________________________________________________

 

Address:    _____________________________________________________________________

 

                  _____________________________________________________________________

 

                  _____________________________________________________________________

 

Date:  ________________________________, ________