PURCHASING DEPARTMENT
NEW PORT
TELEPHONE:
(727) 847‑8194
FACSIMILE:
(727) 847‑8065
pascocountyfl.net
BID NO. 07-103
FURNISHING AN AUTOMATIC WATER METER READING SYSTEM AND DISPLACEMENT
TYPE WATER METERS
SUMMARY OF WORK
The Pasco County Board of
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.
PURCHASING DEPARTMENT
NEW PORT
|
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.
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
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
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
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
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
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.
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.
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
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
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
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
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
CANCELLATION
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
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.
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
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
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,
FAILURE TO ENFORCE
Failure
by
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
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
INFORMALITIES AND IRREGULARITIES
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
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.
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
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:
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.
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
PURCHASE ORDER REQUIREMENT
Purchases
of
QUALIFICATIONS OF BIDDERS
The
bidder may be required before the award of any contract to show to the complete
satisfaction of
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
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
RISK OF LOSS
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.
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,
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
Each insurance policy shall include the following conditions by endorsement to the policy:
PRICE ADJUSTMENTS BASED ON THE PRODUCER PRICE INDEX (PPI)
4.21.
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
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,
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
SURETY REQUIRED
TRANSPORTATION AND PACKING
Prices
quoted shall be net, including transportation and delivery charges fully
prepaid by the seller, f.o.b. New Port
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
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
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
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
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
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 |
|
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
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 |
|
|
|
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) |
|
|
METER HEAD LOSS
(psi) |
||
1/4 |
|
|
at 20 gpm |
||
2 |
|
|
|
||
15 |
|
|
|
||
|
|
||||
1” Meter Manufacturer and Model |
|
||||
|
|||||
FLOW RATE (gpm) |
|
|
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) |
|
|
METER HEAD LOSS
(psi) |
||
1 1/2 |
|
|
at 100 gpm |
||
8 |
|
|
|
||
50 |
|
|
|
||
|
|
||||
2” Meter Manufacturer and Model |
|
||||
|
|
|
|
||
FLOW RATE (gpm) |
|
|
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
_________________________________________
(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: ________________________________, ________