Loading...
Consolidated Supply Co ~ C190002 CITY OF TIGARD-CONTRACT SUMMARY&ROUTING FORM Contract Overview Contract/Amendment Number: C190002a1 Contract Start Date: 06/28/2018 Contract End Date: 06/30/2023 Contract Title: Radio Read Water Meters Contractor Name: Consolidated Supply, Co. Contract Manager: Aaron Beattie Department: PW Contract Costs Original Contract Amount: $ On Task Order Total All Previous Amendments: N/A Total of this Amendment: N/A Total Contract Amount: S Procurement Authority Contract Type: General Services Procurement Type: Formal RFP >S1 50 Solicitation Number: LCRB Date: 06/12/2018 Account String: Fund-Division-Account Work Order—Activit):1=e Amount FY Contracts & Purchasing Approval Purchasing Signature: Comments: Extend contract end date and update Exhibit B DocuSign Routing Route for Signature Name Email Address Contractor Drew Baird Drew.bairdkconsolidatedsul2l2ly.com City of Tigard Steve Rymer stever&tigard-or.gov Final Distribution Contractor Drew Baird Drew.bairdkconsolidatedsul2l2ly.com Project Manager Aaron Beattie abeattie ti and-or. ov Project Manager Buyer Toni Riccardi tonir ti and-or. ov DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT NUMBER 0190002 FOR RADIO READ WATER METERS AMENDMENT #1 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City, and Consolidated Supply Co., hereinafter referred to as Contractor,is hereby amended as follows: 1. EFFECTIVE DATE AND DURATION This Agreement is hereby amended to extend the term from jthne 30, 2022 June 30,2023. 2. COMPENSATION Section 3 is amended to update pricing outlined in Exhibit B. Total payments to contractor for Services under this contract, including but not limited to Services added by this amendment number 1, shall not exceed that new total without further amendment of the contract. 3. Except as expressly provided in this contract amendment, all other terms remain unchanged. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD CONSOLIDATED SUPPLY CO. EDecu3ipne �.�. by' DewSipnedby. �cti^arFx.r raaoc.. oa2usuEreaee... Signature Signature Steve Rymer Bridget Garlinghouse Printed Name Printed Name 8/2/2022 8/2/2022 Date Date Rev.8/21 DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuotafion I� Exhibit B Bid # : 5010911744 Page 4 : 1 Send P/O To: CONSOLIDATED SUPPLY CO - TIGARD Phone #$ 503-620-7050 Consolidated 7337 SW KABLE LANE Supply CO., TIGARD, OR 97224 Sid TO: Ship To: CITY OF TIGARD CITY OF TIGARD WATERWORKS ACCOUNT 13125 SW HALL BLVD 8777 SW BURNHAM ST TIGARD, OR 97223-8144 WATERWORKS ACCOUNT TIGARD, OR 97223 Requested By: AARON Phone ## : 503-639-4171 JOB : 2022/23 ANNUAL METER PRICING Bid-Date—Expr-Date—Writer Salesperson Ship Via 06/30/22 06/30/23 Bridget Garlinghouse Bridget Garlinghouse Quantity Description Unit Price Ext Price ********* Shipping Instructions ********** * SAM 503-718-2600 * 655-F4 ****************************************** lea HERSEY 420 SSR 5/81IX3/4" CU FT 129 . 690ea 129 . 69 BRONZE WATER METER W/ CI BOTTOM W/ 5' NICOR MUELLER VOGBI3N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 206 . 15 lea HERSEY 435 SSR 3/41IX7-1/2" SHORT 199 . 030ea 199 . 03 CU FT BRONZE WATER METER W/ CI BOTTOM W/ 5' NICOR MUELLER VOLBI3N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 275 .49 lea HERSEY 452 SSR 1" CU FT 256 . 00Oea 256 . 00 BRONZE WATER METER W/ CI BOTTOM W/ 5' NICOR MUELLER VOKSI3N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT *** Continued on Next Page *** DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuottlon Bid # : 5010911744 Page # : 2 CITY OF TIGARD Quantity Description Unit Price Ext Price MUELLER *Special - Subject to Restock Fee* Subtotal ------- 332 .46 lea HERSEY 562 DI SSR 1-1/2" CU FT 570 . 110ea 570 . 11 FLGD WATER METER W/ DUCTILE IRON BODY W/ 5' NICOR MUELLER WONNI3N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 646 . 57 lea HERSEY 572 DI SSR 2" CU FT 647 . 650ea 647 . 65 FLGD WATER METER W/ DUCTILE IRON BODY W/ 5' NICOR MUELLER WOPNI3N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 724 . 11 lea HERSEY 420 ME-8 5/81IX3/4" CU FT 129 . 690ea 129 . 69 BRONZE WATER METER W/ CI BOTTOM W/ 5' NICOR MUELLER VEGB113N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 206 . 15 lea HERSEY 435 ME-8 3/41IX7-1/2" SHORT 199 . 030ea 199 . 03 CU FT BRONZE WATER METER W/ CI BOTTOM W/ 5' NICOR MUELLER VELB113N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* *** Continued on Next Page *** DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuottlon Bid # : 5010911744 Page # : 3 CITY OF TIGARD Quantity Description Unit Price Ext Price Subtotal ------- 275 .49 lea HERSEY 452 ME-8 1" CU FT 256 . 00Oea 256 . 00 BRONZE WATER METER W/ CI BOTTOM W/ 5' NICOR MUELLER VEKB113N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 332 .46 lea HERSEY 562 DI ME-8 1-1/2" CU FT 570 . 110ea 570 . 11 FLGD WATER METER W/ DUCTILE IRON BODY W/ 5' NICOR MUELLER WENN113N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 646 . 57 lea HERSEY 572 DI ME-8 2}} CU FT 647 . 650ea 647 . 65 FLGD WATER METER W/ DUCTILE IRON BODY W/ 5' NICOR MUELLER WEPN113N *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 724 . 11 lea HERSEY SSM 3/41IX7-1/2" SHORT 152 . 730ea 152 . 73 CU FT ULTRASONIC SOLID STATE WATER METER W/ 18" NICOR MUELLER 50310EN, OLD# 50310SN *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 229 . 19 *** Continued on Next Page *** DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuottlon Bid # : 5010911744 Page # : 4 CITY OF TIGARD Quantity Description Unit Price Ext Price lea HERSEY SSM 1" CU FT ULTRASONIC 287 . 070ea 287 . 07 SOLID STATE WATER METER W/ 18" NICOR MUELLER 50510EN, OLD# 50510SN *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 363 . 53 lea HERSEY SSM 1-1/2" CU FT ULTRASONIC 715 . 180ea 715 . 18 SOLID STATE FLGD WATER METER W/ 18" NICOR MUELLER 50610EN, OLD# 50610SN *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 791 . 64 lea HERSEY SSM 2" CU FT ULTRASONIC 811 . 340ea 811 . 34 SOLID STATE FLGD WATER METER W/ 18" NICOR MUELLER 50710EN, OLD# 50710SN *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 887 . 80 lea HERSEY HBMAG 3" CU FT FLG METER 3618 . 600ea 3618 . 60 WITH INTEGRAL REGISTER WITH 25' NICOR CONNECTOR, FM, 4D BATTERY FOR MINODE M OR MI .NET MUELLER M0031F125 *Special - Subject to Restock Fee* 2ea HERSEY HBMAG 3" GROUNDING RING 39 . 610ea 79 . 22 HBRING3 MUELLER *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT *** Continued on Next Page *** DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuottlon Bid # : 5010911744 Page # : 5 CITY OF TIGARD Quantity Description Unit Price Ext Price MUELLER *Special - Subject to Restock Fee* Subtotal ------- 3774 . 28 lea HERSEY HBMAG 4" CU FT FLG METER 4138 . 770ea 4138 . 77 WITH INTEGRAL REGISTER WITH 25' NICOR CONNECTOR, FM, 4D BATTERY FOR MINODE M OR MI .NET MUELLER M0041F125 *Special - Subject to Restock Fee* 2ea HERSEY HBMAG 4" GROUNDING RING 51 . 080ea 102 . 16 HBRING4 MUELLER *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 4317 . 39 lea HERSEY HBMAG 6" CU FT FLG METER 6901 . 630ea 6901 . 63 WITH INTEGRAL REGISTER WITH 25' NICOR CONNECTOR, FM, 4D BATTERY FOR MINODE M OR MI .NET MUELLER M0061F125 *Special - Subject to Restock Fee* 2ea HERSEY HBMAG 6" GROUNDING RING 65 . 250ea 130 . 50 HBRING6 MUELLER *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* Subtotal ------- 7108 . 59 *********************************** MINODE M WITH NICOR. ANTENNA HANGERS, AND THROUGH THE LID ANTENNA ASSEMBLY FOR MIGRATING TO FIXED BASE SYSTEM * lea MSW-NODE6-1P-05 MINODE 6 FIXED 97 . 510ea 97 . 51 BASE RADIO W/ 5' NICOR MUELLER HERSEY *Special - Subject to Restock Fee* lea HERSEY MSW-NODE5-1P-05 MI .NODE M 76 .460ea 76 .46 *** Continued on Next Page *** DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuottlon Bid # : 5010911744 Page # : 6 CITY OF TIGARD Quantity Description Unit Price Ext Price RADIO WATER MIU, 1 PORT, 5' NICOR CONNECTOR, METER INTERFACE UNIT MUELLER *Special - Subject to Restock Fee* lea MS-TTL-H MI .NET RADIO HANGER 9 . 020ea 9 . 02 ASSEMBLY (THROUGH THE LID MOUNT) MUELLER HERSEY *Special - Subject to Restock Fee* lea MS-TTL-A MI .NET RADIO ANTENNA 20 . 200ea 20 . 20 ASSEMBLY (THROUGH THE LID MOUNT) MUELLER HERSEY *Special - Subject to Restock Fee* *********************************** REMOTE DISCONNECT METER * lea 5/81IX3/4" CU FT SSR BRONZE REMOTE 469 .430ea 469 .43 DISCONNECT WATER METER W/ 5' MINODE M MUELLER HERSEY VOGD439 *Special - Subject to Restock Fee* *********************************** AMR EQUIPMENT AND SOFTWARE * lea MS-MNMMOBILE-HW-KIT 2-WAY MI .NODE M 9321 . 00Oea 9321 . 00 MOBILE AMR TRANSCEIVER HARDWARE KIT WITH 2-WAY FUNCTIONALITY FOR RDM ACTIVATION AND REMOTE DATALOGGING. INCLUDES : MI .NET M TRANSCEIVER, ANTENNA, POWER & COMMS CABLES, MINI HANDHELD MI .NODE M INSTALL TOOL. LESS LAPTOP . LAPTOP TO BE PROVIDED BY END USER. HERSEY MUELLER SYSTEMS *Special - Subject to Restock Fee* lea AHRMOBILE-SW-SUITE MOBILE SOFTWARE 3633 . 00Oea 3633 . 00 SUITE. INCLUDES MUELLER SYSTEMS ROUTE MANAGEMENT SOFTWARE (EZ READER, EZ MOBILE & EZ PROFILER) , MAPPING, UP TO 1 DAY OF REMOTE TRAINING *Special - Subject to Restock Fee* *********************************** PROP STUDY NEEDED TO FIGURE PROPER QUANTITIES OF THE ITEMS BELOW. AMI EQUIPMENT, INSTALLATION AND FEES ALL SOLD PER EACH AND MULTIPLE ITEMS ARE REQUIRED. lea MS-MNC-V4-AC-AT3 MINET COLLECTOR, 13476 . 00Oea 13476 . 00 *** Continued on Next Page *** DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuotation Bid # : 5010911744 Page # : 7 CITY OF TIGARD Quantity Description Unit Price Ext Price V4 , AC, ATT, MULTI NETWORK DATA COLLECTOR MUELLER HERSEY *Special - Subject to Restock Fee* lea MSW-NODE4-AC MI .REPEATER, AC POWER 2022 . 00Oea 2022 . 00 MUELLER HERSEY *Special - Subject to Restock Fee* lea MSW-NODE4-DC MI .REPEATER, DC POWER 1347 . 00Oea 1347 . 00 POLE MOUNT MUELLER HERSEY *Special - Subject to Restock Fee* lea LABOR-COLLECTOR3 PRIVATE 14086 . 00Oea 14086 . 00 COMMUNICATION TOWER COLLECTOR INSTALLATION LABOR BY MUELLER HERSEY *Special - Subject to Restock Fee* lea LABOR-COLLECTOR5 INSTALLATION LABOR 4118 . 00Oea 4118 . 00 ON UTILITY ASSET BY MUELLER *Special - Subject to Restock Fee* lea LABOR-COLLECTOR? MS SUPPLIED POLE 9861 . 00Oea 9861 . 00 25 . 1' TO 55' *Special - Subject to Restock Fee* lea LABOR-REPEATERI DC XR WITH POLE SET 1757 . 00Oea 1757 . 00 BY MUELLER *Special - Subject to Restock Fee* lea PROJECT-MGMT PROJECT MANAGEMENT 181 . 00Oea 181 . 00 FEES PER HOUR MUELLER *Special - Subject to Restock Fee* lea MS-T-CIS-FILE CIS FILE INTERFACE 15495 . 00Oea 15495 . 00 MUELLER HERSEY *Special - Subject to Restock Fee* lea MS-T-TRAIN-DAY SOFTWARE TRAINING - 2696 . 00Oea 2696 . 00 PER DAY MUELLER HERSEY *Special - Subject to Restock Fee* lea MS-H4-RADIO-V2 MUELLER INSTALL 2694 . 070ea 2694 . 07 RADIO + SENTRYX APP *Special - Subject to Restock Fee* lea MS-CELLULAR MI .NET 4G BACKHAUL PER 654 .450ea 654 .45 MI .HUB MUELLER HERSEY *Special - Subject to Restock Fee* lea MSW-S-PH-ALL-10K MI .HOST 5-10K 5 . 250ea 5 . 25 (POINT/Y) SOFTWARE HOSTING CHARGE PER ENDPOINT 4500 . 00 MINIMUM *Special - Subject to Restock Fee* lea MSW-LW-PH-ALL-10K LORAWAN SERVICE 3 . 517ea 3 . 52 UP TO 10K ENDPOINTS . PRICE PER ENDPOINT *Special - Subject to Restock Fee* *** Continued on Next Page *** DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 .zuotation Bid #$ : 5010911744 Page # : 8 CITY OF TIGARD Quantity Description Unit Price Ext Price Bid Total 103864 . 89 Bid Amount 103864 . 89 DocuSign Envelope ID: F3E262DA-2253-4DED-816F-01A5F3429E13 Thank you for requesting a quotation from Consolidated Supply Co. ( "Consolidated" ) for certain materials you need for the project identified in the attached or enclosed quotation document (the "Project" ) . The enclosed quotation to you is made subject to the following terms and conditions : 1 . You must carefully review the quotation to confirm that it meets your requirements before using it for a bid. Unless you have provided Consolidated with a detailed bill of materials and specifications with your requirements (with any applicable addendums) , this quotation is only a good-faith estimate of the material types and quantities that may be required for the Project . Building plans alone do not constitute a detailed bill of materials or specifications, particularly if more than one supplier or subcontractor may be involved in supplying plumbing and/or waterworks materials . You agree that all risk of loss arising from the use of this quotation for bidding purposes-including any loss relating to errors in scope, quantity, price, time, and place of delivery-is on you. Notwithstanding anything to the contrary in this paragragh, you are responsible to specify and select appropriate materials for your intended use . Consolidated provides no design, engineering, or other professional services and cannot recommend or warrant goods to be fit for your particular purposes . 2 . If you place an order with Consolidated for work or materials for the Project, the resulting contract will be subject to Consolidated' s General Terms and Conditions of Sale . If credit is provided by Consolidated, then that credit is provided on Consolidated' s general credit terms and conditions . These terms and conditions are available to you upon request and can be viewed on our website at www.consolidatedsupply.com. 3 . Delivery under this quotation is FOB Consolidated' s OR manufacturer' s facility. If the quotation includes delivery to a jobsite, Consolidated may use a method and carrier of Consolidated' s choice, unless otherwise stated in the quotation, and Consolidated assumes that the location is legally and physically accessible to interstate freight carriers operating under ICC regulations . Unloading labor will be provided by purchaser. Additional charges may apply if these assumptions are incorrect or if multiple deliveries are required. Consolidated will make a good faith effort to meet delivery dates agreed to in writing, but cannot guaranty delivery dates for goods not in stock or for which the terms of delivery are outside our control . 4 . Except as otherwise provided in Section 5 below, pricing in this quotation is based on unit amounts and is based on the expectation that goods will be ordered within 30 calendar days from the date of the quotation. Consolidated may extend quoted prices on a case-by-case basis beyond the 30-day period. Consolidated reserves the right to correct or withdraw this quotation in the case of clerical error. Any change in quantities ordered or time for delivery may result in a change of the quoted prices, including unit prices, unless otherwise agreed to by Consolidated in writing. 5 . Due to the current unstable market and price conditions, Consolidated reserves the right, at any time after the date of this quotation and until the time of shipment, to adjust the delivery times and/or increase the prices set forth in this quotation to address price and availabiltiy factors, including but not limited to government regulations, tariffs, transportation, fuel and raw materials costs . Any material deliveries delayed beyond manufacturer lead times may be subject to applicable storage fees in effect at the time of shipment . This quotation is not a bid or a lump-sum quote, unless specifically stated in the quotation. ■ City of Tigard June 2, 2020 Consolidated Supply Co. Attn: Drew Baird 7337 SW Kable Lane Tigard, OR 97224 REF.: Radio Read Water Meters Period:July 1, 2020 through June 30, 2021 CONTRACT NOTICE OF AWARD— RENEWAL Contract# C190002 Dear Mr. Baird, The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement,desires to exercise its second(2) one- year extension to the Contract effective from July 1, 2020 through June 30, 2021. This renewal period shall be governed by the specifications,pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Consolidated Supply Co. Sincerely, Jamie Greenberg Purchasing Specialist 503-718-2492 jamie@tigard-or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements, terms, and conditions as set forth in the above referenced Contract. Company: Consolidated Supply Co. Signed: Date: 6/12/20 Printed: Robert A Bruce,Sr VP&CFO of ** Quotation ** Bid # : 5009800764 Page # : 1 Send P/O To: Consolidated CONSOLIDATED SUPPLY CO - TIGARD Phone #$ 503-620-7050 Supply Co., 7337 SW KABLE LANE TIGARD, OR 97224 Bid To: Ship To: CITY OF TIGARD CITY OF TIGARD WATERWORKS ACCOUNT 13125 SW HALL BLVD 8777 SW BURNHAM ST TIGARD, OR 97223-8144 WATERWORKS ACCOUNT TIGARD, OR 97223 Phone # 503-639-4171 JOB: ANNUAL METER PRICING Bid-Date—Expr-Date—Writer Salesperson Ship Via 06/08/20 07/05/20 Peter Mohr - Tigard Drew Baird - Corporat Quantity Description Unit Price Ext Price ********* Shipping Instructions ********** * SAM 503-718-2600 * 655-F4 ****************************************** lea HERSEY 420 SSR 5/81IX3/4" CU FT 112 . 00Oea 112 . 00 WATER METER BRONZE W/ CI BOTTOM W/ 5' NICOR MUELLER VOGBI3N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 178 . 00 lea HERSEY 435 SSR 3/41IX7-1/2" CU FT 172 . 00Oea 172 . 00 WATER METER BRONZE W/ 5' NICOR CONNECTOR CI BOTTOM MUELLER HERSEY VOLBI3N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 238 . 00 lea HERSEY 452 SSR 1" CU FT WATER 221 . 00Oea 221 . 00 METER BRONZE W/ 5' NICOR W/ CI BOTTOM MUELLER VOKSI3N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 *** Continued on Next Page *** Reprint . . Reprint . . Reprint . . Reprint . . ** Quotation ** Bid # : 5009800764 Page # : 2 CITY OF TIGARD Quantity Description Unit Price Ext Price WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 287 . 00 lea HERSEY 562 SSR 1-1/2" CU FT FLG DI 498 . 00Oea 498 . 00 WATER METER W/ 5' NICOR MUELLER HERSEY WONNI3N *Special - Subject to Restock Fee* lea MSW-NODE5-lP-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 564 . 00 lea HERSEY SSR 572 2" CU FT FLG DI 560 . 00Oea 560 . 00 WATER METER W/ 5' NICOR MUELLER HERSEY WOPNI3N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 626 . 00 lea HERSEY 420 ME-8 5/81IX3/4" CU FT 112 . 00Oea 112 . 00 BRONZE WATER METER W/ 5' NICOR W/ CI BOTTOM MUELLER VEGB113N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 178 . 00 lea 3/41IX7-1/2" CU FT ME-8 435 BRONZE 172 . 00Oea 172 . 00 WATER METER W/ CI BOTTOM W/ 5' NICOR MUELLER HERSEY VELB113N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT *** Continued on Next Page *** Reprint . . Reprint . . Reprint . . Reprint . . ** Quotation ** Bid # : 5009800764 Page # : 3 CITY OF TIGARD Quantity Description Unit Price Ext Price MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 238 . 00 lea HERSEY 452 ME-8 1" CU FT BRONZE 221 . 00Oea 221 . 00 WATER METER W/ 5' NICOR W/ CI BOTTOM MUELLER HERSEY VEKB113N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 287 . 00 lea 1-1/2" CU FT ME-8 FLG 562 DI WATER 498 . 00Oea 498 . 00 METER W/ 5' NICOR MUELLER HERSEY WENN113N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 564 . 00 lea 2" CU FT ME-8 FLG 572 DI WATER 560 . 00Oea 560 . 00 METER W/ 5' NICOR MUELLER HERSEY WEPN113N *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 626 . 00 lea HERSEY SSM 3/41IX7-1/2" CU FT WATER 131 . 970ea 131 . 97 METER SOLID STATE W/ 18" NICOR MUELLER HERSEY 50310SN *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* *** Continued on Next Page *** Reprint . . Reprint Reprint . . Reprint . . ** Quotation ** Bid # : 5009800764 Page # : 4 CITY OF TIGARD Quantity Description Unit Price Ext Price Subtotal ------- 197 . 97 lea HERSEY SSM 1}} CU FT WATER METER 248 . 00Oea 248 . 00 SOLID STATE W/ 18" NICOR MUELLER HERSEY 50510SN *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 314 . 00 lea HERSEY SSM 1-1/2" CU FT FLG WATER 618 . 00Oea 618 . 00 METER SOLID STATE W/ 18" NICOR MUELLER HERSEY 50610SN *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 684 . 00 lea HERSEY SSM 2}} CU FT FLG WATER 701 . 00Oea 701 . 00 METER SOLID STATE W/ 18" NICOR MUELLER HERSEY 50710SN *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 767 . 00 lea 3" CU FT FLG HBMAG METER WITH 3126 . 00Oea 3126 . 00 INTERGAL REGISTER WITH 25' NICOR CONNECTOR FM 4D BATTERY M0031F125 FOR MINODE M OR MI .NET MUELLER HERSEY *Special - Subject to Restock Fee* 2ea HERSEY HBMAG 3" GROUNDING RING 34 . 00Oea 68 . 00 HBRING3 MUELLER *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR *** Continued on Next Page *** Reprint . . Reprint Reprint . . Reprint . . ** Quotation ** Bid # : 5009800764 Page # : 5 CITY OF TIGARD Quantity Description Unit Price Ext Price CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 3260 . 00 lea 4" CU FT FLG HBMAG WATER METER W/ 3577 . 00Oea 3577 . 00 INTEGRAL REGISTER W/ 4D BATTERY W/ 25' NICOR M0041F125 PROGRAMMED FOR MINODE M. MI .NET MUELLER HERSEY *Special - Subject to Restock Fee* 2ea HERSEY HBMAG 4" GROUNDING RING 44 . 00Oea 88 . 00 HBRING4 *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 3731 . 00 lea 6" CU FT HBMAG WATER METER FLG W/ 5964 . 00Oea 5964 . 00 25' NICOR W/ INTEGRAL REGISTER FM MUELLER HERSEY M0061F125 PROGRAMMED FOR MINODE M RADIO *Special - Subject to Restock Fee* 2ea HBMAG 6" GROUNDING RING HBRING6 49 . 00Oea 98 . 00 MUELLER HERSEY *Special - Subject to Restock Fee* lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* Subtotal ------- 6128 . 00 *********************************** MINODE M WITH NICOR. ANTENNA HANGERS, AND THROUGH THE LID ANTENNA ASSEMBLY FOR MIGRATING TO FIXED BASE SYSTEM * lea MSW-NODE5-1P-05 MINODE M RADIO 66 . 00Oea 66 . 00 WATER MIU, 1 PORT, 5' NICOR CONNECTOR METER INTERFACE UNIT MUELLER HERSEY *Special - Subject to Restock Fee* *** Continued on Next Page *** Reprint . . Reprint Reprint . . Reprint . . ** Quotation ** Bid # : 5009800764 Page # : 6 CITY OF TIGARD Quantity Description Unit Price Ext Price lea MS-TTL-H MI .NET TTL ANTENNA HANGER 8 .760ea 8 . 76 MUELLER HERSEY *Special - Subject to Restock Fee* lea MS-TTL-A THROUGH THE LID ANTENNA 19 .610ea 19 . 61 ASSEMBLY MUELLER HERSEY *Special - Subject to Restock Fee* *********************************** REMOTE DISCONNECT METER * lea 5/8"X3/4" CU FT SSR BRONZE REMOTE 405 .250ea 405 . 25 DISCONNECT WATER METER W/ 5' MINODE M MUELLER HERSEY VOGD439 *Special - Subject to Restock Fee* *********************************** AMR EQUIPMENT AND SOFTWARE * lea MS-MNMMOBILE-HW-KIT 2-WAY MINODE M 9041 . 00Oea 9041 . 00 MOBILE AMR KIT WITH 2-WAY FUNCTION FOR RDM ACTIVATION AND REMOTE DATALOGGING HERSEY MUELLER SYSTEMS . LESS LAPTOP . LAPTOP TO BE PROVIDED BY END USER. *Special - Subject to Restock Fee* lea AHRMOBILE-SW-SUITE MOBILE SOFTWARE 3524 . 00Oea 3524 . 00 SUITE. INCLUDES MUELLER SYSTEMS ROUTE MANAGEMENT SOFTWARE (EZ READER, EZ MOBILE & EZ PROFILER) , MAPPING, UP TO 1 DAY OF REMOTE TRAINING *Special - Subject to Restock Fee* *********************************** PROP STUDY NEEDED TO FIGURE PROPER QUANTITIES OF THE ITEMS BELOW. AMI EQUIPMENT, INSTALLATION AND FEES ALL SOLD PER EACH AND MULTIPLE ITEMS ARE REQUIRED. * lea MS-MNC-V4-AC-AT3 MINET COLLECTOR, 13071 . 00Oea 13071 . 00 V4 , AC, ATT, MULTI NETWORK DATA COLLECTOR MUELLER HERSEY *Special - Subject to Restock Fee* lea MSW-NODE4-AC MI .REPEATER, AC POWER 1961 . 00Oea 1961 . 00 MUELLER HERSEY *Special - Subject to Restock Fee* lea MSW-NODE4-DC MI .REPEATER, DC POWER 1306 . 00Oea 1306 . 00 POLE MOUNT MUELLER HERSEY *** Continued on Next Page *** Reprint . . Reprint Reprint . . Reprint . . ** Quotation ** Bid # : 5009800764 Page # : 7 CITY OF TIGARD Quantity Description Unit Price Ext Price *Special - Subject to Restock Fee* lea LABOR-COLLECTOR3 PRIVATE 13663 . 00Oea 13663 . 00 COMMUNICATION TOWER COLLECTOR INSTALLATION LABOR BY MUELLER HERSEY *Special - Subject to Restock Fee* lea LABOR-COLLECTOR5 INSTALLATION LABOR 3994 . 00Oea 3994 . 00 ON UTILITY ASSET BY MUELLER HERSEY *Special - Subject to Restock Fee* lea LABOR-COLLECTOR? MS SUPPLIED POLE 9564 . 00Oea 9564 . 00 25 .1' TO 55' *Special - Subject to Restock Fee* lea LABOR-REPEATERI DC XR WITH POLE SET 1704 . 00Oea 1704 . 00 MUELLER HERSEY *Special - Subject to Restock Fee* lea PROJECT-MGMT PROJECT MANAGEMENT 176 . 00Oea 176 . 00 FEES PER HOUR MUELLER HERSEY *Special - Subject to Restock Fee* lea MS-T-CIS-FILE CIS FILE INTERFACE 15030 . 00Oea 15030 . 00 MUELLER HERSEY *Special - Subject to Restock Fee* lea MS-T-TRAIN-DAY SOFTWARE TRAINING - 2615 . 00Oea 2615 . 00 PER DAY MUELLER HERSEY *Special - Subject to Restock Fee* lea MS-H4-HH-INST-KIT HERSEY MUELLER 7842 . 00Oea 7842 . 00 MI .TECH HANDHELD W/ INSTALL KIT *Special - Subject to Restock Fee* lea MS-CELLULAR MI .NET 4G BACKHAUL PER 589 . 00Oea 589 . 00 MI .HUB MUELLER HERSEY *Special - Subject to Restock Fee* lea MSW-S-PH-ALL-10K MI .HOST 5-10K 3 . 930ea 3 . 93 (POINT/Y) SOFTWARE HOSTING CHARGE PER ENDPOINT *Special - Subject to Restock Fee* Bid Total 103451 . 52 Bid Amount 103451 . 52 . . Reprint . . Reprint . . Reprint . . Reprint . . Thank you for requesting a quotation from Consolidated Supply Co. ( "Consolidated" ) for certain materials you need for the project identified in the attached or enclosed quotation document (the "Project" ) . The enclosed quotation to you is made subject to the following terms and conditions : 1 . You must carefully review the quotation to confirm that it meets your requirements before using it for a bid. Unless you have provided Consolidated with a detailed bill of materials and specifications with your requirements (with any applicable addendums) , this quotation is only a good-faith estimate and does not constitute an offer which can be accepted or relied on in any manner. Building plans alone do not constitute a detailed bill of materials or specifications, particularly if more than one supplier or subcontractor may be involved in supplying plumbing and/or waterworks materials . Unless the quotation is based on your detailed bill of materials and specifications, you agree that all risk of loss arising from the use of this quotation for bidding purposes-including any loss relating to errors in scope, quantity, price, time, and place of delivery-is on you. All quotations are conditioned upon availability of labor and materials at the time an order actually is placed. You are responsible to specify and select appropriate materials for your intended use. CSCO provides no design, engineering, or other professional services and cannot recommend or warrant goods to be fit for your particular purposes . 2 . If you place an order with Consolidated for work or materials for the Project, the resulting contract will be subject to Consolidated' s General Terms and Conditions of Sale. If credit is provided by Consolidated, then that credit is provided on Consolidated' s general credit terms and conditions . These terms and conditions are available to you upon request and can be viewed on our website at www.consolidatedsupply.com. 3 . Delivery under this quotation is FOB Consolidated' s OR manufacturer' s facility. If the quotation includes delivery to a jobsite, Consolidated may use a method and carrier of Consolidated' s choice, unless otherwise stated in the quotation, and Consolidated assumes that the location is legally and physically accessible to interstate freight carriers operating under ICC regulations . Unloading labor will be provided by purchaser. Additional charges may apply if these assumptions are incorrect or if multiple deliveries are required. Consolidated will make a good faith effort to meet delivery dates agreed to in writing, but cannot guaranty delivery dates for goods not in stock or for which the terms of delivery are outside our control . 4 . Pricing in this quotation is based on unit amounts and is firm and valid only if the goods are ordered within 30 calendar days from the date of the quotation. Consolidated may extend quoted prices on a case-by-case basis beyond the 30-day period. Consolidated reserves the right to correct or withdraw this quotation in the case of clerical error. Any change in quantities ordered or time for delivery may result in a change of the quoted prices, including unit prices, unless otherwise agreed to by Consolidated in writing. In the case of commodity items subject to dramatic price increases from the manufacturer such as PVC pipe, plastics, iron and copper, Consolidated reserves the right to modify prices in this quotation after the date that it is issued. This quotation is not a bid or a lump-sum quote, unless specifically stated in the quotation. City of Tigard October 10, 2019 Consolidated Supply Co. Attn: Drew Baird 7337 SW Kable Lane Tigard, OR 97224 REF.: Radio Read Water Meters Period:June 28, 2018 through June 30, 2019 CONTRACT NOTICE OF AWARD - RENEWAL Contract# C190002 Dear Mr. Baird, The City of Tigard has determined that your company has performed in accordance with the requirements of our Agreement. Therefore, the City of Tigard, pursuant to the renewal/extension clause contained in the terms and conditions of the Agreement, desires to exercise its first (1) one- year extension to the Contract effective from June 28, 2019 through June 30, 2020. This renewal period shall be governed by the specifications,pricing, and the terms and conditions set forth per the above referenced Contract. Please acknowledge acceptance of this renewal by signing this document in the space provided below and returning it to me within ten (10) days. You may keep a copy for your records. The City looks forward to doing business with Consolidated Supply Co. Sincerely, Jamie Greenberg Purchasing Specialist 503-718-2492 jamie@tigard-or.gov I/We hereby acknowledge acceptance of this Contract renewal, and agree to be bound by all requirements, terms, and conditions as set forth in the above referenced Contract. Consolidated Supply Co. Company: Signed: Date: 10/14/19 Printed: Robert Bruce,Sr.VP and CFO _CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM THIS FORMMUSTACCOMPANYEYERYCONTRAC7J Contract Title: Radio Read Water Meters Number: Contractor: Consolidated Supply Co. Contract Total: Contract Overview: The City shall purchase radio read and other water meters from the Seller in accordance with the specifications detailed in the RFP packet. Initial Risk Level: ❑ Extreme ❑ High ❑ Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager: Aaron Beattie Ext: 2690 Department: Public Works Type: ❑ Personal Svc ❑ Professional Svc ❑ Architectural Agr ❑ Public Imp ® General Svc ❑ Engineering Svc ❑ Other: Start Date: 6/28/18 End Date: 6/30/19 Quotes/Bids/Proposal: FIRM AmOUNT/SCQZE Consolidated Supply Co. 95/100 Account String: Fund-Division-Account Work Order—Activi y Tyke Amount FY 2019 532.8000.65005.96003.530.140 FY FY FY FY Approvals - LCRB Date: % Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: r City Manager Comments: City Manager Signature:- After ignature:After securing all requirgAiAprovals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. City of Tigard FINANCE AND INFORMATION SERVICES Request for Proposal (RFP) RADIO READ WATER METERS Proposals Due: Tuesday, May 8, 2018 -2:00 pm local time Submit Proposals To: City of Tigard—Contracts &Purchasing Office Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Direct Questions To: Joe Barrett, Sr. Management Analyst Phone: (503) 718-2477 Email: ioseph&tigard-or.gov City of Tigard 1 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-4171 1 www.tigard-or.gov PUBLIC NOTICE REQUEST FOR PROPOSAL RADIO READ WATER METERS The City of Tigard is seeking sealed proposals from firms qualified to provide radio read water meters to the City. Proposals will be received until 2:00 pm local time, Tuesday, May 8, 2018, at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd.,Tigard, Oregon 97223. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. RFP packets maybe downloaded from http://www.tigard-or.gov or obtained in person at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd.,Tigard, Oregon 97223. Proposers are required to certify non-discrimination in employment practices, and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements,and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. PUBLISHED: Daily-journal of Commerce DATE: Friday,April 20, 2018 RFP—Radio Read Water Meters Page 2 Close—Tuesday,May 8, 2018—2:00 pm TABLE OF CONTENTS TITLE PAGE TitlePage--------------------------------------------------------------------------------------------------------1 Public Notice 2 -------------------------------------------------------------------------------------------------- Table of Contents 3 SECTIONS Section 1 Introduction 4 Section 2 Proposer's Special Instructions----------------------------------------------------------------------4 Section 3 Background---------------------------- -------- -------- -------- -------- -------- --------------- 7 Section 4 Specifications--------------------------------------------------------------------------------------------------7 Section 5 Proposal Content and Format_____________________________________________________________________15 Section 6 Proposal Evaluation Procedures________ _________ _________ _________ _________ ______________16 Section 7 Proposal Certification-----------------------------------------------------------------------------------18 Section8 Signature Page-----------------------------------------------------------------------------------------------19 ATTACHMENTS Attachment A Acknowledgement of Addendum----------------------------------------------------------------20 Attachment B Statement of Proposal----------------------------------------------------------------------------------21 Attachment C City of Tigard Purchase Agreement___ _________ _________ _________ _________ ______________22 RFP—Radio Read Water Meters Page 3 Close—Tuesday,May 8, 2018—2:00 pm SECTION 1 INTRODUCTION The City of Tigard is seeking sealed proposals from firms qualified to provide radio read water meters to the City. Proposals will be received until 2:00 pm local time, Tuesday, May 8, 2018, at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd.,Tigard, Oregon 97223. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. Proposers are required to certify non-discrimination in employment practices, and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements,and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. SECTION 2 PROPOSER'S SPECIAL INSTRUCTIONS A. PROPOSED TIMELINES Friday,April 20,2018 Advertisement and Release of Proposals Tuesday, May 8, 2018—2:00 pm Deadline for Submission of Proposals Tuesday,-June 12,2018 Award of Contract by LCRB Monday, uly 2, 2018 Commencement of Contract NOTE: The City reserves the right to modify this schedule at the City's discretion B. GENERAL By submitting a proposal, the Proposer certifies that the Proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. C. PROPOSAL SUBMITTAL The Proposal and all amendments must be signed and submitted no later than 2:00 pm,Tuesday,May 8, 2018, to the address below. Each proposal must be submitted in a sealed envelope and designated with proposal title. To assure that your proposal receives priority treatment,please mark as follows. RFP—Radio Read Water Meters City of Tigard—Utility Billing Counter Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Proposer shall put their name and address on the outside of the envelope. It is the Proposer's responsibility to ensure that proposals are received prior to the stated closing time. The City shall not be responsible for the proper identification and handling of any proposals submitted incorrectly. Late RFP—Radio Read Water Meters Page 4 Close—Tuesday,May 8, 2018—2:00 pm proposals, late modification or late withdrawals shall not be considered accepted after the stated bid opening date and time and shall be returned unopened. Facsimile and electronic (email) proposals will not be accepted. D. PROTEST OF SCOPE OF WORK OR TERMS A Proposer who believes any details in the scope of work or terms detailed in the proposal packet and sample contract are unnecessarily restrictive or limit competition may submit a protest in writing, to the Purchasing Office. A protest may be submitted via facsimile. Any such protest shall include the reasons for the protest and shall detail any proposed changes to the scope of work or terms. The Purchasing Office shall respond to any protest and,if necessary, shall issue any appropriate revisions, substitutions, or clarification via addenda to all interested Proposers. To be considered, protests must be received at least five (5) days before the proposal closing date. The City shall not consider any protest against award due to the content of proposal scope of work or contract terms submitted after the established protest deadline. All protests should be directed to the attention of Joe Barrett, Sr. Management Analyst, and be marked as follows: RFP Specification/Term Protest City of Tigard—Contracts and Purchasing Office Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 If a protest is received in accordance with section above, the proposal opening date may be extended if necessary to allow consideration of the protest and issuance of any necessary addenda to the proposal documents. E. PROPOSAL SUBMISSION AND SIGNING All requested forms and attachments (Signature Page, Acknowledgment Addendum, Statement of Proposal, etc.) must be submitted with the Proposal and in the required format. The submission and signing of a proposal shall indicate the intention of the firm to adhere to the provisions described in this RFP. F. COST OF PREPARING A PROPOSAL The RFP does not commit the City to paying any costs incurred by Proposer in the submission or presentation of a proposal, or in making the necessary studies for the preparation thereof. G. INTERPRETATIONS AND ADDENDA All questions regarding this project proposal shall be directed to Joe Barrett, Sr.Management Analyst. If necessary, interpretations or clarifications in response to such questions will be made by issuance of an "Addendum" to all prospective Proposers within a reasonable time prior to proposal closing, but in no case less than 72 hours before the proposal closing. If an addendum is necessary after that time,the City, at its discretion, can extend the closing date. Any Addendum issued, as a result of any change in the RFP, must be acknowledged by submitting the "Acknowledgment of Addendum"with proposal. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. RFP—Radio Read Water Meters Page 5 Close—Tuesday,May 8, 2018—2:00 pm H. BUSINESS LICENSE/FEDERAL TAX ID REQUIRED The City of Tigard Business License is required. Chapter 5.4 of the Tigard Municipal Code states any business doing business in the City of Tigard shall pay a City of Tigard Business License. Successful Contract will be required to present a copy of their City of Tigard Business License at the time of contract execution. Successful Proposer shall also complete a W-9 form for the City at the time of contract execution. I. CITY'S PROJECT MANAGER The City's Project Manager for this work will be Aaron Beattie, Water Operations Supervisor, who can be reached by phone at (503) 718-2690 or by email at abeattie e tigard-or.gov. J. PROPOSAL VALIDITY PERIOD Each proposal shall be irrevocable for a period of sixty (60) days from the Proposal Opening Date. K. FORM OF CONTRACT A copy of the City's standard purchase agreement, which the City expects the successful firm or individual to execute, is included as "Attachment C". The contract will incorporate the terms and conditions from this RFP document and the successful proposer's response documents. Firms taking exception to any of the contract terms shall submit a protest or request for change in accordance with Section 2.1) "Protest of Scope of Work or Terms" or their exceptions will be deemed immaterial and waived. L. TERM OF CONTRACT The term of the contract shall be a period of one (1) year with the mutual option to renew for up to four (4) additional one-year periods. The total term of the contract cannot exceed five (5) years. M. TERMINATION The contract may be terminated by mutual consent of both parties or by the City at its discretion with a 30 days'written notice. If the agreement is so terminated,Seller shall be paid in accordance with the terms of the agreement. N. INTERGOVERNMENTAL COOPERATIVE PURCHASING The bidder submitting this proposal agrees to extend identical prices and services under the same terms and conditions to all public agencies in the region. Quantities stated in this solicitation reflect the City of Tigard usage only. Each participating agency shall execute its own contract with the lowest responsible/responsive bidder for its requirements. Any bidder(s), by written notification included with their bid, may decline to extend the prices and terms of this solicitation to any and/or all other public agencies. O. NON-COLLUSION Proposer certifies that this proposal had been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. RFP—Radio Read Water Meters Page 6 Close—Tuesday,May 8, 2018—2:00 pm P. PUBLIC RECORD All bid material submitted by bidder shall become the property of the City and is public record unless otherwise specified. A bid that contains any information that is considered trade secret under ORS 192.501(2) should be segregated and clearly identified as such. This information will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS 192. The above restrictions may not include cost or price information,which must be open to the public. SECTION 3 BACKGROUND The City of Tigard was incorporated in 1961 and today is a clean,livable, and affordable community. Tigard is located in southeast Washington County, 15 minutes from downtown Portland. Tigard's population estimate is 51,902 residents (2016 Census estimate). As a community, Tigard strives to blend the amenities of a modern city with the friendliness and community spirit of a small town. SECTION 4 SPECIFICATIONS The City is soliciting for new MIU's and water meters sizes 5/8"x 3/4" through 2",that must be compatible and meter readings capable of being collected with the City of Tigard existing Street Machine II mobile data collector and EZ Reader data collection software. All new meter wiring and connections for Pit MIUs (sizes 5/8" x 3/4" through 2") must be installed and potted by the manufacturer for protection against moisture. The proposed new MIU's and water meters will be implemented on new or existing City of Tigard single- family residential water accounts, as well as multi-family, commercial/industrial and governmental customer accounts. The existing residential water meter system is operative and functional. It is the intention of City of Tigard to expand the existing RF based Automated Meter Reading (AMR) System. AMR system advantages include but are not limited to the following: • Ease of installation and maintenance • Eliminate reading and billing errors • Reduce meter reading time • Optimize meter reading efficiencies • Improve consumption data collection and analysis • Improve customer service A. SYSTEM TECHNICAL REQUIREMENTS All components, including, but not limited to, meters, registers, and all AMR system software and hardware components must be supplied and manufactured by a single Vendor. Each meter is to be supplied complete with a meter interface unit (MIU) that shall output encoded meter reading, small and large leak,backflow,tamper data and duration codes for each status via radio frequency (RF) signal. The MIU modules must be programmed in one-way mode only. One-way (bubble-up) communication transmits readings automatically every three seconds in the unlicensed 902-928 MHz band without the need of a "wake-up call." MIU transmissions to the receiver shall occur in the unlicensed 902-928 MHz band. MIU modules shall transmit hourly profile consumption data for a minimum of 170 days when initialized to provide an historic usage profile for the meter. RFP—Radio Read Water Meters Page 7 Close—Tuesday,May 8, 2018—2:00 pm It is required that the MIU modules must be mounted and maintained inside the meter pit with no modification to the meter box or meter box lid. This includes, but is not limited to, drilling through the lid or meter box and placement of external antennas of any kind. Note: Vendors proposing alternate solutions to this point of the specification will not be considered. The utility shall be able to collect the transmitted data via existing Mueller Systems mobile drive-by collection equipment. The collection device (RF receiver/transmitter) shall receive the data by RF signal and then transfer the data to a computer database to the laptop computer for storage during the reading process. At the end of the reading process, the collected data will be uploaded from the mobile drive-by collection equipment into existing route management software. Once the readings have been collected and uploaded into the route management software,the system operator shall be able to view or print route statistics and create system management reports. The collected readings will then be transferred from the route management software to the host billing system. B. FUNCTIONS & FEATURES - RF METER INTERFACE UNITS 1. MIU modules must be capable of being read by the City of Tigard's existing Mueller Systems Street Machine II Mobile Data Collector. Vendors proposing alternate solutions to this point of the specification will not be considered. 2. MIU modules shall transmit hourly profile consumption data for a minimum of 170 days when initialized to provide an historic usage profile for the meter. MIU models unable to store and transmit 170 days of consumption data will not be considered. 3. The proposed radio MIU shall be read by the collection device through the meter box and meter lid. No modifications of any kind to the meter box or meter box lid will be allowed. 4. The proposed radio MIU shall be designed to encode water consumption, leak detection (small and large leaks), backflow,no flow,wire tampering and the duration of these events at the meter, store this data, and transmit this data to the data collection device. This information must be instantly available for viewing by the meter reader as soon as the meter is read by the drive-by system. 5. Proposed radio MIU modules must be of an open architecture design and be compatible for use with water meters that utilize positional encoded registers manufactured by a major meter manufacturer. Proprietary systems will not be considered. 6. The MIU units must transmit the encoded reading and event/duration data via radio frequency signal. The MIU units must be capable of operating in "bubble-up" (one way) mode only. The signal must be continually transmitted at a minimum predetermined three-second time interval in bubble-up mode to provide high performance meter reading. 7. The meter module must last in the field without need for servicing for a minimum of 20 years. 8. MIU modules must be programmed at the manufacturer and should require no additional field programming. RFP—Radio Read Water Meters Page 8 Close—Tuesday,May 8, 2018—2:00 pm 9. The MIU modules must operate with one-way radio transmissions and continually transmit meter readings at the pre-selected three-second interval without need of a wake-up call. MIU modules must transmit encoded meter data information on a radio frequency (902-928MHz) that does not require an FCC license. 10. All new meter wiring and connections for Pit MIUs (sizes 5/8"x 3/4"through 2")must be installed and potted by the manufacturer for protection against moisture. 11. An option for new meter MIUs for sizes 5/8" x 3/4" through 2" meters may require an integral mount MIU that has no exposed wire for both pit and indoor installations.The successful Vendor will have this mounting option available. C. ABSOLUTE ENCODER REGISTER TECHNOLOGY 1. All registers shall record in units of cubic feet. 2. The register shall be a true absolute encoder register that provides direct electronic transfer of meter reading information to any number of AMR device options. Only encoded-type registers will be considered. Pulse type registers or registers utilizing piezo, reed, or similar switch technology are not an acceptable alternative and will not be considered. 3. The encoder register shall send data in ASCII format (American Standard code for Information Interchange) to the interrogation device. 4. The encoder register shall transmit the complete odometer wheel reading, 6 digits and all 10 positions and an 8-digit identification number that has been factory set and never duplicated shall be sent to the reading device. 5. The encoder register for residential meter installations shall be a mechanical, odometer style register,requiring no battery for operation,with the ability to be read visually. 6. A Locating Clip shall be affixed to each of the odometer wheels in close proximity to the Segment Pads located on the encoder's printed circuit board. When an AMR device interrogates the encoder register, the microprocessor shall determine the true position of each number wheel, encode the reading and send it to the AMR device. The Locating Clip shall not make physical contact with the Segment Pad in order to prevent wear of the clip and pads. 7. For pit set installations, the encoder register shall be permanently factory sealed with an epoxy coating of all terminal connections. Encoder registers requiring field sealing of the wire connection will not be allowed. 8. Regarding new meters, no wire connections or wire splicing of any kind shall be required to be performed during installation for pit set encoder registers. RFP—Radio Read Water Meters Page 9 Close—Tuesday,May 8, 2018—2:00 pm D. WATER METERS -POSITIVE DISPLACEMENT METERS This Specification covers cold-water positive displacement meters compatible with open architecture radio read equipment,in sizes 5/8" though 2", and the materials employed in their fabrication. Multi- Jet and Single Jet meters will not be considered.Manufacturers must have a minimum 25-year history of manufacturing positive displacement type meters in the United States. E. 5/8" & 3/4" COMPOSITE POSITIVE DISPLACEMENT METERS 1. Scope This Specification covers composite body cold-water positive displacement meters compatible with open architecture radio read equipment, in 5/8" size and the materials employed in their fabrication. These meters shall offer a completely lead free alternative. 2. AWWA Standards a. All Meters shall meet or exceed the latest version of the American Water Works Association Standard C710 for Cold Water Meters - Displacement Type, Plastic Main Case. b. All Meters equipped with encoder registers shall meet or exceed the American Water Works Association Standard C707 for Encoder-Type Remote-Registration systems for Cold Water Meters when equipped with an open architecture radio MIU or similar device. 3. NSF-61 Standards a. All Meters shall comply with the latest NSF-61 requirements and all impending EPA low lead requirements effective January 5, 2014. b. State and local No Lead and Low Lead Initiatives Standards. c. All Meters shall comply with the latest low lead and no lead initiatives due to their unique design,which incorporates suitable engineered polymers for all wetted surfaces in the meter. 4. Main Case a. Main cases shall be composed of suitable engineered polymer. b. Main case shall incorporate stainless steel male threads to prevent crossed or stripped threads during installation when utilizing existing bronze couplings. c. Stainless steel threads shall in no way contact the potable water supply. d. The meter case must utilize an external male thread to accommodate the internally threaded bottom plate to provide structural stability and prevent leaks. e. All materials used in the construction of the main cases shall have sufficient dimensional stability to retain operating clearances at working temperature up to 105 degrees F. f. The manufacturer shall warranty the main case for a period of 25 years from the date of shipment. g. The meter serial number shall be stamped on the main case of the meter. 5. Bottom Plate a. Bottom plates shall be made of a suitable engineered polymer that utilizes an internal thread to provide strength and dimensional stability. b. The bottom plate shall utilize an O-ring seal. c. The bottom plate shall utilize an internal thread, which provides structural stability and prevents leaks. RFP—Radio Read Water Meters Page 10 Close—Tuesday,May 8, 2018—2:00 pm 6. Measuring Chamber a. Measuring chambers shall be made of a suitable engineered polymer as described in AWWA C-710. b. Chamber shall be of the Nutating Disc style. c. The measuring chamber shall incorporate a locating device that aligns to the main case of the meter to ensure proper chamber orientation and alignment. d. The measuring chamber shall be locked into place with a single unit strainer/chamber retainer. e. The chamber shall be designed for long life,to reduce wear and must not exceed the following Nutations per gallon. Nutations Per Gallon 5/8 " 58 3/a" 23 7. Headloss Meters shall not exceed seven PSI pressure loss at AWWA safe maximum operating capacity. 8. Accuracy a. Meters shall be 100% factory tested for accuracy and have the factory test results provided with each meter. b. Meters shall be pressure tested to ensure against leakage. c. Meters shall comply with the AWWA C710 accuracy requirements as specified in the standard for a period of five years from the date of installation. d. Additionally, the manufacturer shall warranty the meter to meet or exceed AWWA repaired meter accuracy standards per the following: Size ofReler Years of a s or Millions o allons Registered 47 5/8" 15 1.75 3/a" 1 15 2.0 9. Strainers a. All meters shall be provided with strainer screens installed in the meter. b. Strainers shall be rigid, fit snugly, be easy to remove, and have an effective straining area at least twice that of the inlet opening. F. 1" LOW-LEAD POSITIVE DISPLACEMENT METERS 1. Scope This Specification covers low lead body cold-water positive displacement meters compatible with open architecture radio read equipment, in 3/4" & 1" size and the materials employed in their fabrication. These meters shall offer a low lead alternative. 2. AWWA Standards a. All Meters shall meet or exceed the latest version of the American Water Works Association Standard C700 for Cold Water Meters - Displacement Type,Bronze Main Case. b. All Meters equipped with encoder registers shall meet or exceed the American Water Works Association Standard C707 for Encoder-Type Remote-Registration systems for Cold Water Meters equipped with an open architecture radio MIU or similar device. RFP—Radio Read Water Meters Page 11 Close—Tuesday,May 8, 2018—2:00 pm 3. NSF-61 Standards a. All Meters shall comply with the latest NSF-61 requirements and all impending EPA low lead requirements effective January 5, 2014. b. State and local No Lead and No lead Initiatives Standards. c. All Meters shall comply with the latest low lead initiatives due to their unique design,which incorporates low lead bronze for all wetted surfaces in the meter. 4. Main Case a. Main cases shall be composed of low lead bronze that meets the latest NSF requirements. b. All materials used in the construction of the main cases shall have sufficient dimensional stability to retain operating clearances at working temperature up to 105 degrees F. c. The main case must incorporate the measuring element inside the standard laying lengths specified by the AWWA C-700 standard for the appropriate size and type of meter required by the utility. d. The manufacturer shall warranty the main case for a period of 25 years from the date of shipment. e. The meter serial number shall be stamped on the main case of the meter. 5. Bottom Plate a. Bottom plates shall be made of cast iron or a suitable engineered plastic or bronze as required by the utility. b. The bottom plate shall utilize a gasket seal. c. The bottom plate shall utilize stainless steel bolts as a means of securing the bottom plate to the main case. 6. Measuring Chamber a. Measuring chambers shall be made of a suitable engineered polymer as described in AWWA C-700. b. Chamber shall be of the Nutating Disc style. c. The measuring chamber shall incorporate a locating device that aligns to the main case of the meter to ensure proper chamber orientation and alignment. d. The measuring chamber shall be locked into place with chamber retainer. e. The chamber shall be designed for long life,to reduce wear and must not exceed the following nutations per gallon. Nutations Size 1" Per Gallon 12 7. Headloss a. Meters shall not exceed seven PSI pressure loss at AWWA safe maximum operating capacity. 8. Accuracy a. Meters shall be 100% factory tested for accuracy and have the factory test results provided with each meter. b. Meters shall be pressure tested to ensure against leakage. RFP—Radio Read Water Meters Page 12 Close—Tuesday,May 8, 2018—2:00 pm c. Meters shall comply with the latest AWWA C700 accuracy requirements as specified in the standard for a period of five years from the date of installation. d. Additionally, the manufacturer shall warranty the meter to meet or exceed AWWA repaired meter accuracy standards per the following: Size of Metei F Years of Warranty Gallons Re istered 1" 15 3,000,000 9. Strainers a. All meters shall be provided with strainer screens installed in the meter. b. Strainers shall be rigid, fit snugly, be easy to remove, and have an effective straining area at least twice that of the inlet opening. G. 1 1/2 & 2" DUCTILE IRON POSITIVE DISPLACEMENT METERS 1. Scope This Specification covers Nylon coated,ductile iron body cold-water positive displacement meters compatible with open architecture radio read equipment, in sizes 1-1/2"" though 2", and the materials employed in their fabrication. The utility recognizes the importance of incorporating lead free products where possible and makes every effort to protect the health of their customers. 2. AWWA Standards a. All Meters shall meet or exceed the latest version of the American Water Works Association Standard C700 for Cold Water Meters - Displacement Type. b. All Meters shall meet or exceed the American Water Works Association Standard C707 for Encoder-Type Remote-Registration systems for Cold Water Meters when equipped with an open architecture radio MIU. 3. Main Case a. Main cases shall be composed of lead free nylon coated ductile iron. b. All materials used in the construction of the main cases shall have sufficient dimensional stability to retain operating clearances at working temperature up to 105 degrees F. c. The manufacturer shall warranty the main case for a period of 25 years from the date of shipment. d. The meter serial shall be affixed to the flange of the main case of the meter. 4. Top Plate a. Top plates shall be made of lead free nylon coated ductile iron with a composite insert. 5. Measuring Chamber a. Measuring chambers shall be made of a suitable engineered plastic as described in AWWA C- 700. b. Chamber shall be of the Nutating Disc style. c. The chamber magnet shall be driven by a stainless steel drive shaft. d. The chamber magnet shall incorporate a protective plastic shroud around the magnet. e. The measuring chamber shall incorporate a locating device that aligns to the main case of the meter to ensure proper chamber orientation and alignment. RFP—Radio Read Water Meters Page 13 Close—Tuesday,May 8, 2018—2:00 pm f. The measuring chamber shall be locked into place with a chamber retainer. g. The chamber shall be a large capacity chamber to reduce wear and must not exceed the following Nutations per gallon. tions Per Gallon 1-1/2" 6.47 2" 3.92 6. Headloss a. Meters shall not exceed seven-PSI pressure loss at AWWA safe maximum operating capacity. 7. Accuracy a. Meters shall be 100% factory tested for accuracy and have the factory test results provided with each meter. b. Meters shall be pressure tested to ensure against leakage. c. Meters shall comply with the AWWA C700 accuracy requirements as specified in section 3.8 of the standard for a period of five years from the date of installation. d. Additionally, the manufacturer shall warranty the meter to meet or exceed AWWA repaired meter accuracy standards per the following: Size of Meter Years of Warranty or Millions of Gallons Registered 1-1/2" 15 5,500,000 2" 15 _ _ 8,500,000 8. Strainers a. All meters shall be provided with strainer screens installed in the meter. b. Strainers shall be rigid, fit snugly, be easy to remove, and have an effective straining area at least twice that of the inlet opening. H. APPLY TO ALL WATER METER SECTIONS ABOVE 1. Register Assembly a. Only encoded registers are allowable. Pulse type registers are not an acceptable alternative. b. Registers shall be magnetic driven, straight reading, and permanently sealed by the manufacturer. c. Register shall be a mechanical, odometer style register with no batter required for operation. d. The register shall provide for visual registration at the meter. e. Registers shall incorporate a low flow indicator. f. The register shall be secured to the meter main case by a tamper resistant bayonet-style locking mechanism protecting against unauthorized removal of the register. g. No special tools shall be required to remove the register. RFP—Radio Read Water Meters Page 14 Close—Tuesday,May 8, 2018—2:00 pm SECTION 5 PROPOSAL CONTENT AND FORMAT A. FORMAT To provide a degree of consistency in review of the written proposals, firms are requested to prepare their proposals in the standard format specified below. 1. Title Page Proposer should identify the RFP Title, name and title of contact person, address, telephone number, fax number, email address and date of submission. 2. Transmittal Letter The transmittal letter should be not more than two (2) pages long and should include as a minimum the following: a. A brief statement of the Proposer's understanding of the project and services to be performed; b. A positive commitment to perform the services within the time period specified, starting and completing the project within the deadlines stated in this RFP; and the names of persons authorized to represent the Proposer, their title, address and telephone number (if different from the individual who signs the transmittal letter.) 3. Table of Contents The table of contents should include a clear and complete identification by section and page number of the materials submitted. 4. Seller Qualifications and References a. Background of the firm. This should include a brief history of the firm and types of services the firm is qualified to perform. b. Qualifications of the firm in performing this type of work. This should include examples of related experience and references for similar studies and projects. c. References—Proposers must complete the Reference section of Attachment B with three (3) references for whom they provided the same equipment. 5. Location Relative to Tigard The City is interested in having a potential supply of the needed meters capable of delivery as quickly and conveniently as possible. Proposers should detail the nearest inventory site to the City of Tigard's City Hall (13125 SW Hall Boulevard,Tigard, Oregon 97223). 6. Product Inventory,Availability, and Delivery Proposers should provide details on the typical product inventory and availability (including standard lead time larger order not already in inventory)for the specified meters as well as detail the typical delivery details. 7. Pricing Proposers should provide full details on the pricing for all specified meters and radio reads. Pricing should include any delivery costs,inventory hosting, or other details. RFP—Radio Read Water Meters Page 15 Close—Tuesday,May 8, 2018—2:00 pm B. ADDITIONAL SERVICES Provide a brief description of any other services that your firm could provide the City and an approximation of the hourly charge for each service of this type. Such services would be contracted for on an "as needed"basis, to be provided and billed for separately. C. ADDITIONAL INFORMATION Please provide any other information you feel would help the Selection Committee evaluate your firm for this project. D. REFERENCES Proposer must demonstrate successful past performance of the firm's ability to provide services as set forth in this specification. Proposers must detail three (3) references to document experience. References must be detailed in Attachment B "Statement of Proposal" E. DISPUTES Should any doubt or difference of opinion arise between the City and a Proposer as to the items to be furnished hereunder or the interpretation of the provisions of this RFP, the decision of the City shall be final and binding upon all parties. F. CITY PERSONNEL No Officer, agent, consultant or employee of the City shall be permitted any interest in the contract. SECTION 6 PROPOSAL EVALUATION PROCEDURES A. SELECTION AND EVALUATION PROCESS A Selection Committee assembled by the City will review the written proposals. Proposals will be evaluated to determine which ones best meet the needs of the City. After meeting the mandatory requirements, the proposals will be evaluated on both their technical and fee aspects. The Selection Committee will select the Proposer which best meets the City's needs based upon its evaluation of a firms proposal. Proposals will be evaluated in accordance with the following: 1. Completed Proposal submitted on time Pass JEW 2. Original and one electronic copy (USB Drive) of Statement Packet Pass Fail 3. Transmittal letter Pass Fail 4. Seller Quahfications and References 20 points 5. Location Relative to Tigard 15 points 6. Product Inventory,Availability, and Delivery 15 points 7. Pricing 50 points TOTAL EVALUATION POINTS 100 POINTS B. INVESTIGATION OF REFERENCES The City reserves the right to investigate references and the past performance of any Proposer with respect to its successful performance of similar projects, compliance with specifications and contractual obligations,its completion or delivery of a project on schedule and its lawful payment of employees and workers. RFP—Radio Read Water Meters Page 16 Close—Tuesday,May 8, 2018—2:00 pm C. CLARIFICATION OF PROPOSALS The City reserves the right to obtain clarification of any point in regards to a proposal or to obtain additional information necessary to properly evaluate or particular proposal. Failure of a Proposer to respond to such a request for additional information or clarification could result in rejection of their proposal. D. RESERVATION IN EVALUATION The Selection Committee reserves the right to either: (a) request "Best and Final Offers" from the two finalist firms and award to the lowest priced or (b) to reassess the proposals and award to the vendor determined to best meet the overall needs of the City. E. INTENT OF AWARD Upon review of the proposals submitted, the City may negotiate a scope of work and a purchase agreement with one firm, or may select one or more firms for further consideration. F. PROTEST OF AWARD In accordance with Tigard Public Contracting Rule 30.135,any adversely affected Proposer has seven (7) calendar days from the date of the written notice of award to file a written protest. G. PROPOSAL REJECTION The City reserves the right to: 1. Reject any or all proposals not in compliance with all public procedures and requirements; 2. Reject any proposal not meeting the specifications set forth herein; 3. Waive any or all irregularities in proposals submitted; 4. In the event two or more proposals shall be for the same amount for the same work,the City shall follow the provisions of LCRB 30.095 and Section 137-095 of the Oregon Attorney General's Model Public Contract Manual; 5. Reject all proposals; 6. Award any or all parts of any proposal; and 7. Request references and other data to determine responsiveness. RFP—Radio Read Water Meters Page 17 Close—Tuesday,May 8, 2018—2:00 pm SECTION 7 PROPOSAL CERTIFICATIONS Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age with regard to,but not limited to,the following:employment upgrading,demotion or transfer,recruitment or recruitment advertising;layoffs or termination; rates- of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in etiolation of this clause shall be barred from receiving awards of any purchase order from the City,unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Firm Name: CONSDL/ /�iP ��/> SerPPL`r CD• Address: 3 3 -7 5 . LJ, L-<,&t3e_z Lr<( -r ��r�o v2 47aay Resident Certificate Please Check One: Resident Vendor: Vendor has paid unemployment taxes and income taxes in this state during the last twelve calendar months immediately preceding the submission of this proposal. Or ❑ Non-resident Vendor:Vendor does not qualify under requirement stated above. (Please specify your state of residence: ) Officer's signature: � vC' Type or print officer's name: / o kX-4✓� r1 Ge I RFP—Radio Read`Vater Meters Page 18 Close—Tuesday, May 8, 2018—2:00 pm SECTION 8 SIGNATURE PAGE The undersigned proposes to perform all work as listed in the Specification section, for the price(s) stated; and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable laws and regulations, the accompanying specifications and by City policies and regulations. The undersigned,by submitting a proposal,represents that: A) The Proposer has read and understands the specifications. B) Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. The undersigned certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned certifies that all addenda to the specifications has been received and duly considered and that all costs associated with all addenda have been included in this proposal: Addenda: No. ly' I through No. inclusive. We therefore offer and make this proposal to furnish services at the price(s) indicated herein in fulfillment of the attached requirements and specifications of the City. Name of firm: C`0NSO4- t7fY_IE6 S t��� C-0. Address: X337 Ti �aR�O o2 q7 41 J L/ Telephone Number: 503- b ;-2O - 7D5 U Fax Number: SU-5 g41' 3 S7 By: R ' Date: S 7(og (Signature of Authorized Official. If partnership, signature of one partner.) Typed Name/Title: Rdoa rfi X. OrL"c If corporation, attest: ( rporate Of(cer) i Corporation ❑ Partnership ❑ Individual Federal Tax Identification Number (TIN): 40 iyS4'S RFP-Radio Read Water Meters Page 19 Close-Tuesday,May 8, 2018-2:00 pm ATTACHMENT A CITY OF TIGARD, OREGON ACKNOWLEDGMENT OF ADDENDA Project Title: Radio Read Water Meters Close: Tuesday,May 8 2018 - 2:00 pm I/WE HAVE RECEIVED THE FOLLOWING ADDENDA (IJ none received write `None Receiver!'): n � 2. 4. S-0(�g Date Signature of Proposer Sr Title cc). Corporate Name RFP—Radio Read Water Meters Page 20 Close—Tuesday,May 8, 2018—2:00 pm ATTACHMENT B CITY OF TIGARD, OREGON STATEMENT OF PROPOSAL Name ofGvrts C©nrS UC ! aft 7Y� SuP/�L �'O . Mailing Address: -73 S7 4,/9-23 oR, Contact Person: D/te <-, b,+1it-L-) Telephone: 97I'3a7 - :S/7-5-Fax: S�3-�iSy 32 Email: 5"�Pt� , cu` t accepts all the terms and conditions contained in the City of Tigard's Request for Proposal four Radio Read Water Meters and the attached purchase agreement (Attachment C): FLAA . lo?, 5- Signature Signature of`authorized representative Date ROA�- if '4- Qwce Type orprintname o6f authorized representative Telephone Number JCS6t,t A " c� 5-o'?— `0&--? 203 Type or print name of person(s) authorized to negotiate contracts Telephone Number REFERENCES 01+K LOD6f- 4<J'4-rc/L D1s-r2[c—T 7765 Reference #1 Telephone Number '94-K AA-Aiz -00 k^IA' P Project Title Contact Individual LRK£ oxoyf- s03 6 / 7 Reference #2 Telephone Number L4/Cf 7RMMy S�/PACK Project Title Contact Individual Sys- 6o77 - 9'I/6 Reference #3 Telephone Number cv D /�J�lt r2 /30 6 LDS//� Project Title Contact Individual RFP-Radio Read Water Meters Page 21 Close-Tuesday,May 8, 2018-3:00 pm ill Contract Numbe ATTACHMENT C CITY OF TIGARD,OREGON PURCHASE AGREEMENT FOR RADIO READ WATER METERS THIS AGREEMENT made and entered into this 28`'day of June,2018 by and between the City of Tigard,a municipal corporation of the State of Oregon, hereinafter called City,and Consolidated Supply Co.,hereinafter called Seller,collectively hereinafter called the"Parties." RECITALS WHEREAS, Seller has submitted a bid or proposal to City for the sale of certain goods;and WHEREAS,Seller is in the business of selling certain goods and is aware of the purposes for which City will use the goods; WHEREAS, Seller is a duly-authorized distributer of Mueller Systems, LLC (Manufacturer) systems and equipment, WHEREAS, the City has or will enter into an End-User License Agreement (Master Agreement) with Manufacturer,and WHEREAS,City and Seller wish to enter into a contract under which City shall purchase the goods described in Seller's bid or proposal; THEREFORE,The Parties agree as follows: 1. GOODS TO BE PROVIDED City shall purchase radio read and other water meters from Seller in accordance with: A. The specifications (including any addenda) attached hereto as Exhibit A and incorporated herein by this reference;and B. The Seller's pricing sheet dated May 8, 2018, which was accepted by the Contract Review Board on June 12,2018 attached hereto as Exhibit B and incorporated by this reference. 2. EFFECTIVE DATE AND DURATION This Agreement shall become effective upon the date of execution by the City's Local Contract Review Board and shall expire,unless otherwise terminated or extended,on June 30,2019. The Parties may agree to four(4) additional one-year renewals to this Agreement. At no point shall this Agreement exceed five (5)years. All goods under this Agreement shall be delivered and completed prior to the expiration of this Agreement. 3. COMPENSATION A. City hereby agrees to pay Seller the pricing outlined in Exhibit B for the goods, including shipping and handling. The City shall issue a Purchase Order or make a payment by credit card for all purchases against this Agreement. No service fee shall be assigned to the City by the Seller regardless of form of payment. Seller shall invoice City the purchase price upon the delivery of the goods. City shall have thirty(30) days after receipt of invoice in which to make payment. Seller shall be responsible for the payment of any and all taxes associated with the sale of the goods. City is exempt from the payment of Federal Excise Tax. B. Seller shall promptly advise City of all reasonably available technological advances that are known or become known to Seller while this agreement is in effect which may result in the goods having added value, capacity, or usefulness when used for City's purpose. If Seller intends to provide goods incorporating technological advances and still meeting the specifications and the City's needs at no additional charge,Seller shall provide City with thirty 30 days' notice of the proposed change. The City may require that only goods not incorporating the changes be supplied by providing written notice to seller within 5 days of receiving the notice of the proposed change. Any other changes incorporating technological advances shall only be approved as an amendment to this agreement. C. The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract during the City's 2017 - 2018 fiscal year. Funding for future fiscal years shall be subject to the adoption of the budget by the Tigard City Council. 4. DELIVERY Seller shall deliver the goods no later than fourteen (14) days after receipt of City's purchase order for goods in the Seller's current inventory. For larger orders that are not in the Seller's inventory,the Seller shall provide the City of the estimated delivery window within seven (7) days of receipt of Purchase Order. Seller agrees to provide goods as specified in Exhibit A. Within 72 hours following delivery,City shall inspect the goods and shall notify Seller immediately of any damaged items. No language contained in a purchase order,work order,or delivery order shall vary, amend,modify,or add terms or conditions to this Agreement under which the order is placed. 5. INSTALLATION Unless the Specifications (Exhibit A) or the proposal (Exhibit B) requires some form of installation by Seller,the City shall install the goods purchased under this agreement. G. RISK OF LOSS Risk of loss to goods in shipment(including damage,destruction,theft,or loss) shall be borne by the Seller. Risk of loss shall not pass to Buyer until the goods are delivered to and checked in at the location specified by Buyer. 7. ASSIGNMENT/DELEGATION Neither party shall assign or transfer any interest in or duty under this Agreement without the written consent of the other and any attempted assignment or transfer without the written consent of the other party shall be invalid. 8. SUBMITTING BILLS AND MAKING PAYMENTS All notices and bills shall be made in writing and may be given by personal delivery,mail or fax. Payments may be made by personal delivery,mail,or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: 2018 PA—Radio Read Water Meters 2 1 Page Attn: Aaron Beattie,Water Operations Super. Attn: Drew Baird Address: 13125 SW Hall Boulevard Address: 7337 SW Kahle Lane Tigard,Oregon 97223 Tigard,Oregon 97224 Phone: (503) 718-2690 Phone: (503) 620-7050 Email: abeatde f2ard-or.gov Email: drew.baird(@consolidatedsupplv.com 9. TERMINATION City has the right,in its sole discretion, to terminate without cause or for no cause, to termination this Agreement at any time by giving notice to Seller. If City terminates the contract pursuant to this section, it shall pay Seller for goods shipped by Seller prior to receipt by Seller of the notice of termination. City may deduct the amount of damages,if any,sustained by City due to any breach of contract or warranty by Seller. Damages for breach of contract or warranty shall be those allowed by Oregon law,reasonable and necessary attorney fees,witness fees (expert and non-expert),and other costs of litigation at trial and on appeal. 10. ACCESS TO RECORDS City shall have access to such books,documents,papers and records of Seller as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts and transcripts. 11. FORCE"EURE Neither City not Seller shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, natural disaster, war, civil unrest,volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subseller or supplies due to such cause;provided that the parties so disenabled shall within ten(10) days from the beginning of such delay,notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under the Agreement. 12. NON-DISCRIMINATION Seller agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues,rules,and regulations. Seller also shall comply with the Americans with Disabilities Act of 1990, ORS 659.425,and all regulations and administrative rules established pursuant to those laws. 13. INTELLECTUAL PROPERTY WARRANTY Seller warrants that none of the goods,the use thereof or any of the applications,processes or designs employed in the manufacture thereof infringes the valid claims of any letter patent,patent application, copyright, trade secret or any other property right of any third party. If as a result of any suit or proceeding alleging an infringement of any of the foregoing property rights City's use of the equipment is enjoined, Seller shall at no cost to City either obtain for City a license to use the goods or modify the goods so as to avoid the infringement without any degradation in performance. If Seller cannot obtain such a license and cannot so modify the equipment, Seller shall promptly refund to City the purchase price,less a reasonable amount for depreciation. 2018 PA—Radio Read Water Meters 3 1 Page. 14. MAINTENANCE SERVICES Unless otherwise provided in the Specifications (Exhibit A) or the Proposal(Exhibit B),the City shall have the right to maintain the goods purchased under this Agreement. Repairs or replacement of parts by the City or its agents or maintenance contractors shall not alter or void any warranties for equipment or goods purchased under this contract. 15. ASSIGNMENT OF MANUFACTURER'S WARRANTIES Manufacturer product warranties available to the City are included in the Master Agreement the City has or will have with the Manufacturer. Further, Seller hereby assigns all warranties of the manufacturers of components of the goods to City to the extent such warranties are assignable. In the event Seller must obtain the consent of the manufacturer or take other action before any such warranties are assignable,Seller shall do so prior to delivery. 16. INDEMNITY/HOLD HARMLESS Seller shall defend, indemnify and hold harmless City, City's officers, employees, agents and representatives from and against all liability, claims, demands, judgments, penalties, and causes of action of any kind or character,or other costs or expenses incidental to the investigation and defense thereof,of whatever nature,resulting from or arising out of the activities of the Seller or its subsellers, agents,or employees under this contract,except,however,that the foregoing shall not apply to liability that arises out of City's negligence. 17. INSURANCE Contractor and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover all risks arising directly or indirectly out of Contractor's activities or work hereunder,including the operations of its subcontractors of any tier. The policy or policies of insurance maintained by the Contractor and its subcontractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance: If Seller will be installing or testing the goods, or otherwise performing services on City's premises, Seller shall provide a certificate indicating that Seller has commercial general liability insurance covering Bodily Injury and Property Damage on an"occurrence" form(CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance. Coverage will include $2,000,000 per occurrence and $3,000,000 general annual aggregate. Said insurance shall name City as an additional insured and shall require written notice to City thirty (30) days prior to cancellation. If Seller hires a subseller to perform services on City's premises, Seller shall ensure that Seller's subseller complies with this paragraph. B. Business Automobile Liability Insurance: If Seller will be delivering the goods, Seller shall provide City a certificate indicating that Seller has business automobile liability coverage for all owned,hired, and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than$2,000,000. Said insurance shall name City as an additional insured and shall require written notice to City thirty(30) days in advance of cancellation. If Seller hires a carrier to make delivery,Seller shall ensure that said carrier complies with this paragraph. 2018 PA—Radio Read Water Meters 4 1 P a g e C. Workers' Compensation Insurance: The Seller, its subsellers, if any, and all employers providing work,labor or materials under this Contract that are either subject employers under the Oregon Workers'Compensation Law and shall comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers or employers that are exempt under ORS 656.126. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Sellers who perform work without the assistance or labor of any employee need not obtain such coverage. This shall include Employer's Liability Insurance with coverage limits of not less than $500,000 each accident. D. Certificates of Insurance:As evidence of the insurance coverage required by the contract,the Seller shall furnish a Certificate of Insurance to the City. No contract shall be effected until the required certificates have been received and approved by the City. The certificate will specify and document all provisions within this contract. 20. ATTORNEY'S FEES In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the court may adjudge reasonable attorney fees and court costs, including witness fees (expert and non-expert),attorney's fees and court costs on appeal. 21. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Seller shall comply with all applicable federal,state and local laws,rules and regulations,including,but not limited to, the requirements concerning working hours, overtime, medical care, workers compensation insurance,health care payments,payments to employees and subsellers and income tax withholding contained in ORS Chapter 279, the provisions of which are hereby made a part of this agreement. 22. CONFLICT BETWEEN TERMS It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the terms of proposal conflicting herewith. 23. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 24. INTERGOVERNMENTAL COOPERATIVE PURCHASING The Seller agrees to extend identical prices and services under the same terms and conditions to all public agencies in the region. Quantities stated in this solicitation reflect the City of Tigard usage only. Each participating agency shall execute its own contract with the Seller for its requirements. 25. COMPLETE AGREEMENT This Agreement,including the exhibits,is intended both as a final expression of the Agreement between the parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibit,the provision in 2018 PA—Radio Read Water Meters 5 1 11a g e the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and any other exhibit,Exhibit A shall control. In the event of an inconsistency between Exhibit C and Exhibit B, Exhibit B shall control. No modification of this Agreement shall be effective unless and until it is made in writing and signed by both parties. No waiver,consent,modification,or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification,or change if made,shall be effective only in specific instances and for the specific purpose given. There are no understandings,agreements,or representations,oral or written,not specified herein regarding this Agreement. Seller,by the signature of its authorized representative, hereby acknowledges that Seller has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF,City has caused this Agreement to be executed by its duly authorized undersigned officer and Seller has executed this Agreement on the date hereinabove first written. Approved by Tigard's Local Contract Review Board at their June 12,2018 business meeting. CITY OF TIGARD CONSOLIDATED SUPPLY CO. uthorized City Representative By:Authorized Seller Representative Date j Date 2018 PA—Radio Read Water Meters 61 Page EXHIBIT A GOODS TO BE PROVIDED WATER METERS -POSITIVE DISPLACEMENT METERS W/ RF METER INTERFACE UNITS (All in accordance with the specifications detailed in the Request for Proposal packet) • 5/8" Composite Meters • 3/4" Composite Meters • 1"Low-Lead Meters 0 1 '/z Ductile Iron Meters • 2"Ductile Iron Meters 2018 PA—Radio Read Water Meters 71 Page EXHIBIT B PRICING SHEET Exhibit 8 Pricing 5/8"Composite Meters $165.00 3/4"Composite Meters $221.10 1" Low lead Meters $266.25 1%" Ductile Iron Meters $524.60 2" Ductile Iron Meters $582.71 2018 PA—Radio Read Water Meters 8 Pan e