HomeMy Public PortalAbout11-8252 Hydra Services Inc Sponsored by: City Manager
Resolution No. 11-8252
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY
MANAGER TO ENTER INTO A CONTRACT WITH HYDRA
SERVICES, INC., FOR .AN AMOUNT NOT TO EXCEED
$132,057.00,PAYABLE FROM ACCOUNT NUMBER 35-535630,
FOR THE DIRECT PURCHASE OF PUMPS AND
APPURTENANCES FOR THE REHABILITATION OF PUMP
STATIONS 1 AND 2; PROVIDING FOR INCORPORATION OF
RECITALS; PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, pursuant to Resolution 11-8198, the City of Opa-locka entered a consent
agreement with DERM to correct deficiencies in the operations of the sewer systems; and
WHEREAS,most of the pump stations in the City of Opa-locka are old and do not meet
current standards; eight (8) of the stations are under moratorium as required by DERM; and
WHEREAS,the rehabilitation of Pump Stations 1 and 2 must be completed by the end of
June, 2011; and
WHEREAS, the compatibility of pumps and appurtenances is necessary due to unique
physical constraints within the wastewater pump stations, requiring the use of specialized
equipment; and
WHEREAS,ABS Pumps by Hydra Services,Inc. (HIS)meets the criteria to ensure better
performance without service interruption,and has introduced an independent and reliable solution
to by-pass emergency pumping solution in emergency power outage; and
WHEREAS, ABS Pumps by Hydra Services, Inc (HIS) has proposed the lowest overall
price, and is the most responsive and responsible proposer; and
WHEREAS, the City Commission of the City of Opa-locka desires the City Manager to
enter into contract with Hydra Services, Inc., for the direct purchase of pumps and appurtenances
necessary for the pump station rehabilitation.
Resolution No. 11-8252
NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA,FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka, hereby authorizes and
directs the City Manager to enter into a contract with Hydra Services,Inc.,in a form acceptable to
the City Attorney, for the direct purchase of pumps and appurtenances necessary for the pump
station rehabilitation of Pump Stations 1 and 2, in an amount not to exceed$132,057.00,payable
from Account No. 35-535630.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS 17th DAY OF une,2411„s
MY' TAYLOR
MAYOR
Attest to: Approved as to form and legal s ii ciency:
Deborah S. s y J S. Geller
City Clerk ! ity Attorney
Moved by: COMMISSIONER TYDUS
Seconded by: VICE MAYOR JOHNSON
Commission Vote: 4-0
Commissioner Holmes: YES
Commissioner Miller: YES
Commissioner Tydus: YES
Vice-Mayor Johnson: OUT OF ROOM
Mayor Taylor: YES
5775637 v3
„,,v,-,,-17. 41,
f
% g2
\R'ONAS �
Memorandum
TO: Mayor Myra L.Taylor
Vice-Mayor Dorothy Johnson
Commissioner Timothy Holmes
‘..../3
Commissioner Rose Tydus
Co missioner Gail Miller
FROM: `Clarance a e on, City Manager
DATE: May 24,2011
RE: Pump Station 1 and 2 Rehabilitation/Pump Procurement
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-
LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER
INTO A CONTRACT WITH HYDRA SERVICES, INC. FOR AN AMOUNT
NOT TO EXCEED $132,057.00 PAYABLE FROM ACCOUNT NUMBER 35-
535630. THIS IS FOR THE DIRECT PURCHASE OF PUMPS AND
APPURTENANCES FOR THE REHABILITATION OF PUMP STATIONS 1
AND 2 AND REALIZING SAVINGS OF 15 to 20 PERCENT MARKUP THAT
A CONTRACTOR WOULD NORMALLY ADD TO THE BASE PRICE.
COMPETITIVE PRICES WERE OBTAINED AND HSI OFFERED THE BEST
PRICE,THE BEST QUALITY AND THE BEST WARRANTY.
Description: Most of the pumps in the City of Opa-locka wastewater system are very old, do not meet
current standards, and are maintained on "as needed”basis and eight(8) of the stations are on moratorium
condition as reported by DERM. As a result, all the pump stations under moratorium need to be
rehabilitated to comply with DERM requirements per Miami-Dade County Code Chapter 24. The
compatibility of pumps and appurtenances is necessary due to unique physical constraints within the
wastewater pump stations, requiring the use of specially made two piece impeller with a minimum 3"
solids passage per Ten State Standards to avoid frequent pump blockage resulting loss of performance,
vibration, rubbing, and cavitations. Only ABS Pumps by Hydra Services, Inc. (HSI) can meet
this criteria ensuring better performance without service interruption. HSI has introduced for the first time
in the industry an independent and reliable solution to by-pass emergency pumping solution in emergency
power outage situations. HSI has teamed up with PRIMAX, Inc. an Australian diesel engine
manufacturer to provide solution consist of a complete by-pass from the traditional electrical generator
which uses the existing panel and pump units. The concept involves the utilization of a third and separate
diesel pump that does not rely on the panel nor the pumps for the pumping needs during a power outage.,
which many times are likely to be damaged in those situations. HSI also offers the use of state of the art
controllers that will activate the pump without the use of a transfer switch normally used in the industry.
The controller senses the water level and automatically starts the engine.
HSI currently has a sole source contract with the City of Tamarac since 52 of their stations have ABS
pumps from HIS in order to ensure standardization of their pump equipment. A copy of the award letter
with the resolution from the City of Tamarac is attached for reference only.
Account Number: 35-535630
Financial Impact: The stations have approved funding in the FY 2011 budget plan.
Implementation Timeline: The rehabilitation of the pump stations 1 &2 must be completed by the end
of June, 2011 and rest of the pump stations under moratorium per Consent Agreement with DERM must
be rehabilitated by December 31, 2013.
Legislative History: 11-8198
Recommendation(s): Staff recommends approval of this item because HIS offers the best price, the best
quality and the best warranty. Therefore, it is in the best interest of the City to approve this vendor.
Analysis: In order to establish uniformity in all of our pump stations which will allow interchangeability
of replacement parts as well as having control of the warranty, staff has chosen to purchase the pumps
directly from the manufacturer which will be installed by the contractor. Purchasing the pumps separately
will save 15 to 20% mark-up that the contractor normally add to the manufacturer' price.
The rehabilitation of all the stations under moratorium with reliable best efficiency pumps is vital to the
City's continued development. ABS pumps by Hydra Service,Inc. is very reliable, affordable and
already accepted in many municipalities in USA. No other manufacturer will be able to meet the physical
compatibility requirements of the pump stations. The concept of diesel pump as a back-up instead of a
generator was introduced to DERM by the City Engineer and is already approved by DERM in the design
and only Hydra Services, Inc. has this product in Florida.
Attachment: Quote Comparison Table
Copy of Price Quotes
Reference documents from the City of Tamarac,Florida
Copy of Resolution 11-8198
PREPARED BY: Mohammad Nasir,City Engineer,Public Works and Utilities
END OF MEMORANDUM
Sponsored by: City Manager
COp
Resolution No. 11-8198
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA LOCKA, FLORIDA, TO AUTHORIZE THE CITY TO
ADVERTISE AND ISSUE A REQUEST FOR QUALIFICATION OF
CONTRACTORS FOR THE UPGRADE AND REHABILITATION
OF SANITARY SEWER PUMP STATIONS 1 AND 2;PROVIDING
FOR INCORPORATION OF RECITALS; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City entered into a Consent Agreement with Miami-Dade County
Environmental Resources Management to correct deficiencies in the operations of the Sanitary
Sewer system; and
WHEREAS, some pump stations are aged and have been assigned varying degrees of
moratorium status by DERM; and
WHEREAS,pursuant to DERM requirements,the City of Opa-locka must comply with the
rehabilitation of the pump stations under moratorium to correct deficiencies in the operations of the
Sanitary Sewer System; and
WHEREAS, funding having been approved for FY2011,the City Commission of the City
of Opa-locka, desires to have Sanitary Sewer Pump Stations 1 and 2 upgraded, rehabilitated and
completed by June 2011.
NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Resolution No. 11-8198
Section 2. The City Commission of the City of Opa-locka directs and authorizes the City
Manager to advertise a Request for Qualifications (RFQ) for potential contractors for the upgrade
and rehabilitation of Sanitary Sewer Pump Stations 1 and 2.
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 23rd day of March, 2011.
c.)-4-'41' TAYLOR
MAYOR
Attestto:.
Xer.,--, _
Deborah S. Irbx
City Clerk
Approved as to form and legal sufficiency:
n
/ l _
Jos-!ill' . G- er
City Attorn-
r
Moved by: COMMISSIONER HOL` S
Seconded by: VICE MAYOR JOHNS N
Commission Vote: 4-0
Commissioner Holmes: YES
Commissioner Miller: NOT PRESENT
Commissioner Tydus: YES
Vice-Mayor Johnson: YES
Mayor Taylor: YES
4751051 v1
-.p P,10-c,,,,
7,4 CO
ti/ 4
\oA^owns gu ,
CONTRACT AGREEMENT
BETWEEN
CITY OF OPA- LOCKA
AND
HYDRA SERVICES, INC.
FOR
PROCUREMENT OF PUMPS
FOR LIFT STATIONS 1 AND 2 REHABILITATION
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 1 of 12
AGREEMENT
THIS IS AN AGREEMENT, dated the 27 day of May , 2011,between:
CITY OF OPA-LOCKA, a Florida municipal corporation,
hereinafter "CITY,"
and
Hydra Services, Inc.
a licensed Company, authorized to do business in the State of
Florida,hereinafter "VENDOR."
WITNESSETH:
In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter
set forth,CITY and VENDOR agree as follows:
ARTICLE 1
PREAMBLE
In order to establish the background, context and form of reference for this Agreement and to
generally express the objectives, and intentions, of the respective parties herein, the following
statements,representations and explanations shall be accepted as predicates for the undertakings and
commitments included within the provisions which follow and may be relied upon by the parties as
essential elements of the mutual considerations upon which this Agreement is based.
1.1 CITY requested quotations for pumps for lift stations 1 and 2 rehabilitation
indicating the CITY's desire to purchase pumps and appurtenances.
1.2 On May 27, 2011, the CITY awarded the CONTRACT and authorized the proper
CITY officials to enter into an agreement with VENDOR to render the services more particularly
described herein below.
ARTICLE 2
SCOPE OF WORK
2.1 The VENDOR shall furnish all pumps and appurtenances necessary to be installed
as part of the rehabilitation of lift station 1 and 2, a copy of the quote is attached hereto and
specifically made a part of this Agreement .as Composite Exhibit "A".
2.2 VENDOR hereby represents to CITY, with full knowledge that CITY is relying
upon these representations when entering into this Agreement with VENDOR, that VENDOR has
the professional expertise, experience and manpower to perform the services to be provided by
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 2 of 12
VENDOR pursuant to the terms of this Agreement.
2.3 VENDOR assumes professional and technical responsibility for procuring the
pumps and appurtenances in accordance with recognized professional standards for specified
services.
ARTICLE 3
TIME FOR COMPLETION AND LIQUIDATED DAMAGES
3.1 The VENDOR shall furnish these pumps and appurtenances under this Agreement
beginning May 27, 2011 ending June 15,2011 .
3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable
for completion approved by CITY in advance, in writing, will not constitute a delay by VENDOR.
Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil
commotion, act of public enemy or other cause beyond the control of VENDOR shall extend this
Agreement for a period equal to such delay and during this period such delay shall not constitute a
delay by VENDOR for which liquidated damages are due.
3.3 VENDOR's failure to perform as specified in Composite Exhibit"A",
shall result in VENDOR being required to pay liquidated damages in the Amount of the Contract
Sum set forth herein.
ARTICLE 4
CONTRACT SUM
4.1 The CITY hereby agrees to pay VENDOR for the faithful performance of this
Agreement, for$132,057.00 in accordance with the"Price Quotation"submitted by VENDOR. A
total contact price hereto is referred to as Contract Sum and shall be ONE HUNDRED THIRTY
TWO THOUSAND FIFTY SEVEN DOLLARS AND ZERO CENTS.
4.2 The VENDOR shall provide a manufacturer's warranty these pumps for a period of
five (5) years after final payment and shall immediately correct any defects which may appear
during this period upon notification by CITY.
4.4 The making and acceptance of the final payment shall constitute a waiver of all
claims by VENDOR except those previously made and still unsettled.
ARTICLE 5 (NOT APPLICABLE)
VENDOR'S LIABILITY INSURANCE
ARTICLE 6
PROTECTION OF PROPERTY
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 3 of 12
6.1 At all times during the performance of this Contract, the VENDOR shall protect the
CITY's property and properties adjoining the Project site from all damage whatsoever.
ARTICLE 7
VENDOR'S INDEMNIFICATION
7.1 The VENDOR agrees to release the CITY from and against any and all liability and
responsibility in connection with the above mentioned matters. The VENDOR further agrees not to
sue or seek any money or damages from CITY in connection with the above mentioned matters.
7.2 The VENDOR agrees to indemnify and hold harmless the CITY, its trustees, elected
and appointed officers, agents, servants and employees, from and against any and all claims,
demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses,
reasonable attorneys' fees, liabilities, damages, orders,judgments, or decrees, sustained by the CITY
or any third party arising out of, or by reason of, or resulting from the VENDOR's negligent acts,
errors, or omissions.
7.3 If a court of competent jurisdiction holds the City liable for certain tortuous acts
of its agents, officers, or employees, such liability shall be limited to the extent and limit
provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any
right or defense that the City may possess. The City specifically reserves all rights as against any
and all claims that may be brought.
ARTICLE 8
INDEPENDENT VENDOR
8.1 This Agreement does not create an employee/employer relationship between the
parties. It is the intent of the parties that the VENDOR is an independent VENDOR under this
Agreement and not the CITY's employee for any purposes, including but not limited to, the
application of the Fair Labor Standards Act minimum wage and overtime payments, Federal
Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the
provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State
unemployment insurance law and similar laws. The VENDOR shall retain sole and absolute
discretion in the judgment of the manner and means of carrying out the VENDOR's activities and
responsibilities hereunder provided. This Agreement shall not be construed as creating any joint
employment relationship between the VENDOR and the CITY and the CITY will not be liable for
any obligation incurred by VENDOR, including but not limited to unpaid minimum wages and/or
overtime premiums.
ARTICLE 9
CONTRACT BOND
9.1 No bond shall be required for this Agreement.
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 4 of 12
ARTICLE 10
CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK
10.1 CITY or VENDOR may request changes that would increase decrease or otherwise
modify the Scope of Services/Basic Services to be provided under this Agreement as described in
Article 2 of this Agreement. Such changes or additional services must be in accordance with the
provisions of the Code of Ordinances of the CITY and must be contained in a written amendment,
executed by the parties hereto, with the same formality and with equality and dignity prior to any
deviation from the terms of this Agreement, including the initiation of any additional or extra work.
Each amendment shall at a minimum include the following information on each project:
PROJECT NAME
PROJECT DESCRIPTION
ESTIMATED PROJECT COST
ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT
ESTIMATED PROJECT COMPLETION DATE
10.2 In no event will the VENDOR be compensated for any work which has not been
described in a separate written agreement executed by the parties hereto.
ARTICLE 11
TERM AND'TERMINATION
11.1 This Agreement may be terminated by either party for cause, or the CITY for
convenience, upon written notice by the CITY to VENDOR in which event the VENDOR shall be
paid its compensation for services performed to termination date. In the event that the VENDOR
abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any
loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished
or unfinished documents, data, studies, plans, surveys, and reports prepared by VENDOR shall
become the property of CITY and shall be delivered by VENDOR to CITY.
11.2 This Agreement shall take effect as of the date of execution as shown herein below
and continue for such time as is contemplated by the Agreement.
ARTICLE 12
CONTRACT DOCUMENTS
12.1 VENDOR and CITY hereby agree that the Price Quotation and Contract
Documents, which are attached hereto and made a part thereof, are fully incorporated herein and
made a part of this Agreement, as if written herein word for word: This Agreement; VENDOR's
price quotation as set forth in Composite Exhibit "A"; City Commission award; and any other
exhibits thereto.
ARTICLE 13
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 5 of 12
MISCELLANEOUS
13.1 Legal Representation. It is acknowledged that each party to this Agreement had the
opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the
rule that a contract shall be interpreted strictly against the party preparing same shall not apply due
to the joint contribution of both parties.
13.2 Assignments. This Agreement, or any interest herein, shall not be assigned,
transferred or otherwise encumbered, under any circumstances, by VENDOR without the prior
written consent of CITY. For purposes of this Agreement, any change of ownership of VENDOR
shall constitute an assignment which requires CITY approval. However, this Agreement shall run
to the CITY and its successors and assigns.
13.3 Records. VENDOR shall keep books and records and require any and all
subVENDORs to keep books and records as may be necessary in order to record complete and
correct entries as to personnel hours charged to this engagement, and any expenses for which
VENDOR expects to be reimbursed, if applicable. Such books and records will be available at all
reasonable times for examination and audit by CITY and shall be kept for a period of seven (7)
years after the completion of all work to be performed pursuant to this Agreement. Incomplete or
incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or
expenses based upon such entries.
13.4 Ownership of Documents. Any and all documents and other data provided in
connection with this Agreement are and shall remain the property of City.
13.5 No Contingent Fees. VENDOR warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the VENDOR, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation,
individual or firm, other than a bona fide employee working solely for VENDOR, any fee,
commission, percentage, gift, or other consideration contingent upon or resulting from the award or
making of this Agreement. For the breach or violation of this provision, the CITY shall have the
right to terminate the Agreement without liability at its discretion, to deduct from the contract price,
or otherwise recover the full amount of such fee, commission,percentage, gift or consideration.
13.6 Notice. Whenever any party desires to give notice unto any other party, it must be
given by written notice, sent by registered United States mail, with return receipt requested,
addressed to the party for whom it is intended and the remaining party, at the places last specified,
and the places for giving of notice shall remain such until they shall have been changed by written
notice in compliance with the provisions of this section. For the present, the VENDOR and the
CITY designate the following as the respective places for giving of notice:
CITY: Clarance Patterson, City Manager
780 Fisherman Street,4th Floor
Opa-locka,Florida 33054
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 6 of 12
Copy To: Joseph S. Geller, City Attorney
780 Fisherman Street,4th Floor
Opa-locka, Florida 33054
VENDOR: Arturo Garcia, Regional Manager
Hydra Services, Inc.
15751 Sheridan Street, Suite 120
Ft. Lauderdale Florida 33331
Phone: (954)436-4748 Fax: (954)436-1151
13.7 Binding Authority. Each person signing this Agreement on behalf of either party
individually warrants that he or she has full legal power to execute this Agreement on behalf of the
party for whom he or she is signing, and to bind and obligate such party with respect to all
provisions contained in this Agreement.
13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this
Agreement. The exhibits if not physically attached should be treated as part of this Agreement and
are incorporated herein by reference.
13.9 Headings. Headings herein are for convenience of reference only and shall not be
considered on any interpretation of this Agreement.
13.10 Severability. If any provision of this Agreement or application thereof to any person or
situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and
the application of such provisions to persons or situations other than those as to which it shall have
been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and
effect, and be enforced to the fullest extent permitted by law.
13.11 Governing Law. This Agreement shall be governed by the laws of the State of Florida with
venue lying in Miami-Dade County, Florida.
13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreement shall
be litigated in the Eleventh Judicial Circuit Court in and for Miami-Dade County.
13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit
for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court
costs in addition to any other remedy afforded by law.
13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an
Exhibits hereto, as amended herein above represents the entire and integrated agreement between
the CITY and the VENDOR and supersedes all prior negotiations, representations or agreements,
either written or oral.
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 7 of 12
13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition
of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or
relinquishment for the future of any such provision, condition, or right,but the same shall remain in
full force and effect.
IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and
year first written above.
CITY OF OPA-LOCKA
ATTEST:
BY:
Deborah S. Irby, City Clerk Clarance Patterson, City Manager
APPROVED AS TO FORM:
Joseph S. Geller, City Attorney
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 8 of 12
VENDOR
WITNESSES:
Authorized Representative
ATTEST:
SECRETARY
STATE OF FLORIDA )
) SS:
COUNTY OF MIAMI-DADE)
BEFORE ME, an officer duly authorized by law to administer oaths and take
acknowledgments, personally appeared as , of
a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of
, for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the
instrument is the act and deed of that corporation.
IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the
State and County aforesaid on this_day of , 2011.
NOTARY PUBLIC
My Commission Expires:
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 9 of 12
See attached document for Exhibit"A"
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 10 of 12
See attached document for Exhibit`B"
CITY OF OPA-LOCKA 780 FISHERMAN STREET OPA-LOCKA,FLORIDA 33054 11 of 12
QUOTE COMPARISON
PUMP DESCRIPTION HYDRA SERVICES ITT FLYGT FLORIDA l
STATION
PS 1 Pumps,Accessories, Hatch $24,996.00 $25,542.00 $20620.00,I
Covers Control Pane
estimated$
$25,620.00
PS2 Pumps,Accessories,Hatch $43,727.00 $44,929.00 $34502.00,I
Covers,Control Panel Control Pane
18,500.00, i.(
Diesel Pump as approved by $63,334.00 Cannot Supply Cannot Sup
DERM
Allowance for future pump Yes No No
station capacity expansion
without replacing pumps
Warranty 5 Years, 100% 1'/s Years No commitm
Mandatory replacement warranty
Requirements Delivery Commitment Ready in Stock and Minimum 2 Minimum 31
available for months
immediate delivery
Employee training on pumps Yes No No
COMMENT MEETS CRITERA DOES NOT DOES NOT
MEET
CRITERIA
r-
1 _ ( ) 1° teli e fr.
: A4S lir ife'lil �� p
SPECIALIST IN FLUID MOVEMENT
111 Maritime Drive
Sanford,FL 32771
Phone:407-330-.3456 Fax:407-330-3404
Robertsdale,Al Warrior,AL Pelahatchie,MS
(251)947-5006 (205)-647-5326 (601)854-5502
(Corporate Office)
May 4, 2011
Mohammad Nasir, P.E.
City Engineer
City Of Opa-Locka
Public Works &Utilities Department
12950 NW 42 Avenue
Opa-locka, Fl 33054
Dear Mr. Nasir:
Hydra Service, Inc. is the exclusive distributor of ABS Pumps in the state of Florida. As we
have presented to the city,we are the largest distributor in the country with over 100
employees and testing and service facilities like no other company in the USA.
The purpose of this letter is to offer the city of Opa-Locka a discount of 20% from ABS list
prices. Our objective is to be the sole provider of submersible pumps to the city.
For that purpose, we are offering additionally a 5-year non-prorated warranty on all pump
units. You will see that our reputation speaks for itself. Our service and responsiveness is
second to none.
We are confident that we will exceed your expectations with the quality of our products and
services.
Sincerely,
Arturo Garcia
Regional Manager
Hydra Service (S) Inc.
15751 Sheridan Street, Suite 120
Ft. Lauderdale FL 33331
i_ l AKA ASP / t !
SPECIALIST IN FLUID MOVEMENT
HYDRA SERVICE(S),INC. Local Office:
111 Maritime Drive 15751 Sheridan Street, Suite 120
Sanford,FL 32771 Ft Lauderdale,FL 33331
Phone 407 330 3456 Phone 954 436 4748
Phone 800 323 1731 Fax 954 436 1151
Fax 407 330 3404 Cell 954 483 9269
TO: CITY OF OPA LOCKA FROM: Arturo Garcia
agarcia@hydraservice.net
ATTN: MOHAMMAD NASIR DATE: May 4, 2011
FAX: QUOTE: 110429 lAG REV3
REF: CITY OF OPLA LOCKA PS1 AND PS2
WE ARE PLEASED TO OFFER THE FOLLOWING QUOTATION:
QTY DESCRIPTION
PUMP STATION 1: 492GPM AT 54.6'
2 XFP 100E-CB1.4 PE105/4, 14HP, 230/3/60, 49' Power/Control Cable, 4" Disch
EXPLOSION PROOF, PREMIUM EFFICIENT
2 SS Lifting Hoop
2 ABS Guide Rail Assembly w/Integral Elbow, Non-Sparking
2 Concrete Anchor Bolts, 316 SS, for GRA
2 ABS guide rails 2" - 20 ft long each, 316SS material.
2 Hardware Kit(Pump to Slide Bracket)
2 Upper Guide Rail Bracket, 316 SS
3 Upper Guide Rail Bracket, 316 SS
1 Cable Holder/Float Hanger, 316 SS
2 Concrete Anchor Bolts, 316 SS, for Upper Brackets & Cable Holder
2 Chain Assembly, 25'
4 Float switches with 50 ft of cable normally open.
2 Repair Kit
2 Sealminder relay
1 Start-Up & Training
1 Estimated Freight
1 Access Cover, Double Door, 48" x 60" Clear Opening,Aluminum, 300 lbs/sq ft
1 Access Cover, Double Door, 60" x 60" Clear Opening, Aluminum, 300 lbs/sq ft
TOTAL FOR PUMPS, ACCS AND HATCH COVERS $24,996
PUMP STATION 2: 711GPM AT 57.5'
2 XFP 150G-CB 1.8 PE210/4, 28.1 HP, 230/3/60, 49' Power/Control Cable, 6" Disch
EXPLOSION PROOF, PREMIUM EFFICIENT
2 SS Lifting Hoop
2 ABS Guide Rail Assembly w/Integral Elbow, Non-Sparking
2 Concrete Anchor Bolts, 316 SS, for GRA
2 ABS guide rails 2" - 20 ft long each,316SS material.
2 Hardware Kit(Pump to Slide Bracket)
2 Upper Guide Rail Bracket, 316 SS
3 Upper Guide Rail Bracket, 316 SS
1 Cable Holder/Float Hanger, 316 SS
2 Concrete Anchor Bolts, 316 SS, for Upper Brackets & Cable Holder
2 Chain Assembly, 25'
4 Float switches with 50 ft of cable normally open.
2 Repair Kit
2 Sealminder relay
1 Start-Up & Training
1 Estimated Freight
1 Access Cover, Double Door, 48" x 60" Clear Opening, Aluminum, 300 lbs/sq ft
1 Access Cover, Double Door, 60" x 60" Clear Opening, Aluminum, 300 lbs/sq ft
1 DEP Duplex Control Panel 3/60/230V.
TOTAL PUMPS, ACCS, HATCH COVERS AND CONTROL PANEL $43,727
1 SYKES HEAVY DUTY YAKKA 150iC SOLIDS HANDLING PUMP WITH 3" SOLIDS
CAPABILITY
Sykes Heavy Duty Yakka 150iC solids handling pump with 3" solids capability
with Diesel engine. SG Iron grade volute Pump to be 431SS shaft, 316SS impeller
and Ductile Iron volute.
with Direct SAE adaptor mounted to engine fly wheel housing
To be operated by Lofa CAN 750 automatic control and Qty 2 floats.
with sound attenuated molded enclosure rated 67dB (A) at 23 ft.
with heavy duty oversize 12V battery in lockable box and rated for operation in low
winter temperatures. TOTAL FOR DIESEL PUMP: $63,334
TOTAL PRICE, F.O.B. JOB, FREIGHT ALLOY' SEE ABOVE PLUS ANY FEDERAL,
STATE OR LOCAL TAXES WHICH MAY APPLY. TERMS ARE NET 30 DAYS. PRICES ARE FIRM 30 Di
"HYDRA SERVICE INC TERMS & CONDITIONS APPLY" PAYMENT TERMS NET 30 DAYS.
ESTMTD DELIVERS TBD WEEKS AFTER RECEIPT IN OUR OFFICE OF COMPLETE
APPROVED SUBMITTAL DATA AND SIGNED PROPOSAL.
THESE TERMS ARE INDEPENDENT OF, AND ARE NOT CONTINGENT UPON THE TIME OR MANNER
IN WHICH PURCHASER MAY RECEIVE PAYMENT FROM OTHERS.
TWO DAY OF FACTORY START-UP IS INCLUDED AND REQUIRED FOR WARRANTY. PAYMENT
FOR MATERIALS WILL BE REQUIRED BEFORE THE AUTHORIZED START-UP IS CONDUCTED.
ACCEPTED DATE Review Date:
NAME OF PURCHASER REVIEWED BY HYDRA SERVICE (S), INC.
vx„„/
ITT
ITT Water&Wastewater,Florida,LLC
Flygt/WEDECO Products
7231 S.W.64 Court
South Miami,FL.33143
PROPOSAL Tel. 305 661 9375
Fax 305 661 9374
TO: City of Opa-Lacka May 13, 2011
SUBJECT: OPA LACKA LS 1 QUOTE#: 2011-APO-0751
We are pleased to offer the following equipment:
2 EA 4" NP3153.181 MT/465 12hp 230v 3ph Flygt Pumps w/ 50' Motor Cable
2 EA 20' x 1/4" Grip-eye Cables 304ss
5 EA ENM-10 Mechanical Floats 65'
2 EA 6"x 6" Discharge Connections
8 EA Anchors 3/4" x 81/2" 316ss
2 EA 2" Upper Guide Bar Brackets 316ss
1 EA Cable Holder 316ss
80 FT Four Lengths of 2" 304ss Guide Rails (4) 20'x 2"
1 EA AHD 34"x64" Double Door Aluminum Frame & Cover 300lb
1 EA AHD 48"x60" Double Door Aluminum Frame & Cover 300lb
Start Up by ITT Flygt Representative
PRICE: $25,542.00 plus taxes, including freight, F.O.B. factory
THIS PROPOSAL WILL EXPIRE IN NINETY (90) DAYS UNLESS EXTENDED IN WRITING BY ITT
FLYGT.
NOTE: We do not supply, piping, valves, guide bars, pressure gauges, disconnects,junction boxes, kellum grips,
surge protection equipment, spare parts, labor or any other item not specifically listed above.
TERMS: Subject to credit approval net 45 days after date of invoice or 100% payable before start-up of
equipment(whichever comes first).A service charge of 1.5% per month will be added to all balances unpaid 30 days
after invoice date. Failure to pay in accordance with these terms will void all warranties. A cancellation charge of
20%of the value of the order will be assessed for special orders or control panels cancelled after production is
completed.
CONDITIONS:
1) Price is firm based on our receiving complete approval and release for production four (4) weeks after
drawings have been submitted by ITT FLYGT.
2) PARTIAL BILLING WILL BE MADE ON ANY PARTIAL SHIPMENT.
We thank you for your interest in our equipment and look forward to being of service to you in the near
future.
IN THE ABSENCE OF FORMAL ISSUED PURCHASE ORDER, A SIGNED FACSIMILE COPY OF
THIS PROPOSAL IS ACCEPTABLE AS A BINDING CONTRACT.
ITT FLYGT ACCEPTED BY:
COMPANY:
PRINT NAME:
EDUARDO BADELL
eduardo.badell @itt.com DATE:
ITT
ITT Water&Wastewater,Florida,LLC
Flygt/WEDECO Products
7231 S.W.64 Court
South Miami,FL.33143
PROPOSAL Tel.305 661 9375
Fax 305 661 9374
TO: City of Opa-Lacka May 13, 2011
SUBJECT: OPA LACKA LS 2 QUOTE#: 2010-APO-0712
We are pleased to offer the following equipment:
2 EA 6" NP3153.181 MT/434 20hp 230v 3ph Flygt Pumps w/ 50' Motor Cable
1 EA One Duplex control panel
2 EA 20' x 1/4" Grip-eye Cables 304ss
5 EA ENM-10 Mechanical Floats 65'
2 EA 6"x 6" Discharge Connections
8 EA Anchors 3/4" x 81/2" 316ss
2 EA 2" Upper Guide Bar Brackets 316ss
1 EA Cable Holder 316ss
80 FT Four Lengths of 2" 304ss Guide Rails (4) 20'x 2"
1 EA AHD 34"x64" Double Door Aluminum Frame & Cover 300lb
1 EA AHD 48"x60" Double Door Aluminum Frame & Cover 300lb
Start Up by ITT Flygt Representative
PRICE: $44,929.00 plus taxes, including freight, F.O.B. factory
THIS PROPOSAL WILL EXPIRE IN NINETY (90) DAYS UNLESS EXTENDED IN WRITING BY ITT
FLYGT.
NOTE: We do not supply, piping, valves, guide bars, pressure gauges, disconnects,junction boxes, kellum grips,
surge protection equipment, spare parts, labor or any other item not specifically listed above.
TERMS: Subject to credit approval net 45 days after date of invoice or 100% payable before start-up of
equipment(whichever comes first).A service charge of 1.5% per month will be added to all balances unpaid 30 days
after invoice date. Failure to pay in accordance with these terms will void all warranties. A cancellation charge of
20%of the value of the order will be assessed for special orders or control panels cancelled after production is
completed.
CONDITIONS:
1) Price is firm based on our receiving complete approval and release for production four (4) weeks after
drawings have been submitted by ITT FLYGT.
2) PARTIAL BILLING WILL BE MADE ON ANY PARTIAL SHIPMENT.
We thank you for your interest in our equipment and look forward to being of service to you in the near
future.
IN THE ABSENCE OF FORMAL ISSUED PURCHASE ORDER, A SIGNED FACSIMILE COPY OF
THIS PROPOSAL IS ACCEPTABLE AS A BINDING CONTRACT.
ITT FLYGT ACCEPTED BY:
COMPANY:
PRINT NAME:
EDUARDO BADELL
eduardo.badell@itt.com DATE:
•
Florida Bearings, Inc.
Friction and Fluid Flow Specialists
Miami Ft.Lauderdale Riviera Beach Orlando
3164 N Miami Avenue 1430 W Broward Blvd 3520 Investment Lane,Unit 3 2020 N Rio Grande Ave
Miami,FL 33127 Ft Lauderdale,FL 33312 Riviera Beach,FL 33404 Orlando,FL 32804
Phone(305)573-8424 Phone(954)462-0285 Phone(561)659-4283 Phone(407)843-4153
Fax (305)573-7366 Fax (954)765-1043 Fax (561)659-0507 Fax (407)843-4154
Scope of Supply
Opa Locka LS #1 / 20' Deep
2 pieces, Wilo-EMU model FA10.33E-227/T17-4/16Kex, 10.1 Horsepower, to operate
on 3/60/230 volts, 1740RPM, with 50ft of power and thermal cable. Pumps to include
stainless steel lifting bails.
2 pieces 4"Discharge Dual Rail suspension system to include: base, coupling, 304SS
upper guide rail bracket, and 304SS mounting accessories
4 pieces 304SS 2" Guide Pipe x 20 feet long
2 pieces 5/16" 304SS chain x 25 feet long with one quick link
1 piece 316SS six hook cable holder
4 pieces S5ONONC Anchor Scientific float
1 piece APD300 (48"X 60" concrete opening) double door wet well hatch cover
1 piece APD300 (60"X 60" concrete opening) double door valve vault hatch cover
Items not specifically listed above, are NOT included.
Clarifications/Exceptions:
➢ Control panel supplied by others.
➢ No spare parts are provided for the pumps. Parts are stocked in Miami.
➢ Installation is not included.
Price: $20,620.00
05/03/11 11:39 AM
Florida Bearings, Inc.
__
,,,, ,
. N Friction and Fluid Flow Specialists
.144;111; Miami Ft.Lauderdale Riviera Beach Orlando
3164 N Miami Avenue 1430 W Broward Blvd 3520 Investment Lane,Unit 3 2020 N Rio Grande Ave
Miami,FL 33127 Ft Lauderdale,FL 33312 Riviera Beach,FL 33404 Orlando,FL 32804
-.. Phone(305)573-8424 Phone(954)462-0285 Phone(561)659-4283 Phone(407)843-4153
Fax (305)573-7366 Fax (954)765-1043 Fax (561)659-0507 Fax (407)843-4154
Scope of Supply
Opa Locka LS #2 / 20' Deep
2 pieces, Wilo-EMU model FA15.66E-264/T20.l-4/22Kex, 215 Horsepower, to operate
on 3/60/230 volts, 1740RPM, with 50ft of power and thermal cable. Pumps to include
stainless steel lifting bails.
2 pieces 6"Discharge Dual Rail suspension system to include: base, coupling, 304SS
upper guide rail bracket, and 304SS mounting accessories
4 pieces 304SS 2" Guide Pipe x 20 feet long
2 pieces 3/8" 304SS chain x 25 feet long with one quick link
1 piece 316SS six hook cable holder
4 pieces S5ONONC Anchor Scientific float
1 piece APD300 (48"X 60" concrete opening) double door wet well hatch cover
1 piece APD300 (60"X 60" concrete opening) double door valve vault hatch cover
Items not specifically listed above, are NOT included.
Clarifications/Exceptions:
> Control panel supplied by others.
> No spare parts are provided for the pumps. Parts are stocked in Miami.
> Installation is not included.
➢ Sykes pump supplied by others.
Price: $34,502.00
05/03/11 11:39 AM
OFFICE OF THE Jeffrey L. Miller
CITY MANAGER TAMARAC CITY MANAGER
The City For Your Life
December 9, 2010
Mr. Paul Robinson, General Manager
Hydra Service, Inc.
111 Maritime Drive
Sanford, FL 32771
Re: Purchase of Pumps and Appurtenances from Hydra Service, Inc.
Dear Mr. Robinson:
I am pleased to advise you that at its meeting on December 8, 2010, the
Tamarac City Commission approved a resolution authorizing the appropriate City
Officials to designate Hydra Service, Inc., as a sole source distributor of ABS Pumps,
Inc., pumps and appurtenances utilized at fifty-two (52) City wastewater pump stations,
and to authorize expenditures for the purchase of pumps and appurtenances from
Hydra Service, Inc., for an amount not to exceed $105,000.00 for Fiscal Year 2011.
Enclosed is a copy of the approved resolution for your records.
Mr. Scott London, Operations Manager, will be your contact with the City
concerning this matter. Please feel free to contact him at (954) 597-3753. However, if
there should be any problems of a serious consequence, I expect you to advise me
directly and immediately.
The City looks forward to working with you on this project.
Sincerely,
J rey L. Miller
City Manager
SL/mg/-1 1952
c: Raymond E. Gagnon, Director of Utilities
Peter Richardson, City Clerk
Scott London, Operations Manager
VeuKiered(Exee eoree.../fewaya.'
7525 N,W.88th Avenue I Tamarac,Florida 33321-2401 I P:954.597.3510 I F:954.597.3520
EQUAL OPPORTUNITY EMPLOYER
f areby certify that this document is a true
id correct copy,of - e1C;; 5_ i
Temp. Reso. #11952
e original of which is on file in city Han. November 1, 2010
ITNESS MY HAND AND OFFICIAL.SEAL Page 1 of 4
F CITY.OF TAMARAC,FLORIDA.
de • Cltn 11);.1,20
4111K; CITY OF TAMARAC, FLORIDA
.. .- --
RESOLUTION NO. R-2010 /50
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO DESIGNATE HYDRA
SERVICE, INC., AS A SOLE SOURCE PROVIDER FOR
PUMPS AND APPURTENANCES UTILIZED AT FIFTY-TWO
(52) CITY WASTEWATER PUMP STATIONS, AND TO
AUTHORIZE EXPENDITURES FOR THE PURCHASE OF
PUMPS AND APPURTENANCES FROM HYDRA SERVICE,
INC., FOR AN AMOUNT NOT TO EXCEED$105,000.00 FOR
FISCAL YEAR 2011; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the City operates and maintains eighty-three (83) wastewater pump
stations; and
WHEREAS, fifty-two (52)of the eighty-three (83) pump stations utilize installed
pumps and appurtenances manufactured by Hydra Service, Inc.; and
WHEREAS, Hydra Service, Inc., manufactured the pumps originally installed at
these stations; and
WHEREAS, the compatibility of pumps and appurtenances is necessary due to
unique physical constraints within the wastewater pump stations, requiring the use of
specialized equipment only available through ABS Pumps, Inc.'s sole regional distributor,
Hydra Service, Inc. ("Exhibit 1"); and
Temp. Reso. #11952
November 1, 2010
Page 2 of 4
WHEREAS,the purchase of pumps from other manufacturerswould require the City -.
to perform expensive renovations of the pump stations; and
WHEREAS, standardization of pump equipment is desirable in order to maintain
continuity of replacement parts; and
WHEREAS, Hydra Service, Inc., is the sole regional distributor of compatible
equipment that matches the original pump equipment and meets the City's specifications
for submersible pumps; and
WHEREAS, the Director of Utilities and the Purchasing and Contracts Manager
have recognized Hydra Service, Inc., as a sole source distributor of ABS Pumps, Inc.,
based on the fact that no other manufacturer will be able to meet the physical compatibility
requirements of the City as provided under City Code 6-151; and
WHEREAS, available funds exist in the appropriate Utilities Capital and Operating
budgets for said purpose; and
WHEREAS, the Director of Utilities and the Purchasing and Contracts Manager
recommend the designation of Hydra Service, Inc., as a sole regional distributor of ABS
Pumps, Inc., and recommend approval of the expenditure of funds to purchase pumps and
appurtenances from Hydra Service, Inc., in an amount not to exceed $105,000.00; and
WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in
the best interest of the citizens and residents of the City of Tamarac to designate Hydra
Temp. Reso. #11952
November 1, 2010
Page 3 of 4
Service, Inc., as a sole source regional distributor of ABS Pumps, Inc., for pumps and
appurtenances utilized at fifty-two (52)wastewater pump stations, and to authorize
expenditures for the purchase said supplies from Hydra Service, Inc., in an amount
not to exceed $105,000.00 for Fiscal Year 2011,
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this resolution.
The exhibit attached hereto is incorporated herein and made a specific part of this
resolution.
SECTION 2: Hydra Service, Inc., is designated as the sole source distributor
for pumps and appurtenances utilized at fifty-two (52) pumping stations, and the
appropriate City Officials are hereby authorized to purchase pumps and appurtenances
from Hydra Service, Inc., in an amount not to exceed $105,000.00 for Fiscal Year 2011.
SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 4: If any clause, section,other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
Temp. Res°. #11952
November 1, 2010
Page 4 of 4
SECTION 5: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this gik day of
2010.
geilif 4.1e716
BETH TALABISCO
ATTEST: MAYOR
,----:"—'
F A rb 7
A ( ": /iM..;,/ .0. ( 146/
, PETER M. J.-RICH Ti.DSON, CRM, CMC
CITY CLERK
RECORD OF COMMISSION VOTE:
10 n
MAYOR TALABISCO tuutd.k2-01-
DIST 1: VIM BUSHNELL (#4,- -'
DIST 2: COMM. GOMEZ 't -7.---•
DIST 3: COMM. GLASSER 4/, , ---1
DIST 4: COMM. DRESSLER r- '------------
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM.
\' r---. `----&-
SAMUEL S. GOREN
CITY ATTORNEY
I
P U R C H A S E O R D E T' PAGE: 1
P . Q. # : 140421
INVOICE TO:
CITY OF TAMARAC 12/15/10
FINANCE DEPARTMENT
ROOM 100
TAMARAC TAAMARAC , BFLH 33321E
The City For Your`Ule
(954) 597-3570
Fax: (954) 597-3565
HYDRA SERVICE INC. SHIP TO:
111 MARITIME DRIVE CITY OF TAMARAC
SANFORD, FL 32771 10101 STATE ST
TAMARAC, FL 33321-6428
FAX# (404 ) 330-3404
DELIVER BY: SHIP VIA: CONFIRM TO TERMS
09/30/11 BESTWAY STEVEN J. BEAMSDERFER NET
FREIGHT CONTRACT NO. ACCOUNT NO.
EXTENDED
LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST
PUMPS & PARTS / UTILITIES
EFFECTIVE DATE: 10/01/10
EXPIRATION DATE: 10/31/11
NOT TO EXCEED : 105000 . 00
REMARKS:
**EXPENDITURE AUTHORIZED PER RESO
#R2010-150 PASSED 12/8/10**
**FOR QUESTIONS CONCERNING THIS
PURCHASE ORDER PLEASE CONTACT
RICHARD LORENZ : 954-597-3765**
******************************
THIS BLANKET PURCHASE ORDER COVERS
GOODS AND/OR SERVICES TO BE ORDERED
THROUGHOUT THE CITY' S FISCAL YEAR.
THE CITY DOES NOT WARRANT THE FULL
EXPENDITURE OF FUNDS INDICATED ON
THIS BLANKET PURCHASE ORDER.
HOWEVER, THE CITY MAY ADD FUNDS OR
EXTEND THE CLOSING DATE AS NEEDED
BY THE ISSUANCE OF A CHANGE ORDER.
ALL INVOICES AND PACKING SLIPS
SHALL INDICATE THIS BLANKET
PURCHASE ORDER NUMBER FOR
EACH RELEASE OF GOODS AND
SERVICES .
VENDOR SHALL NOT RELEASE GOODS
UNLESS SPECIFICALLY AUTHORIZED
BY THE CITY AT THE TIME OF THE
REQUESTED RELEASE .
UPON RECEIPT OF MATERIAL OR
SERVICE RELEASE VENDOR SHALL
NOTIFY APPROPRIATE CITY
REPRESENTATIVE WHOSE NAME AND
PHONE NUMBER ARE SHOWN ON THIS
PURCHASE ORDER, OF MATERIAL
BACKORDERS AFFECTING NORMAL
DELIVERY OF GOODS AND SERVICES
IF VENDOR HAS BEEN REQUIRED BY f;
* *
*_CONTINUED *
j r
t 0
r T;
t
•
i •I )f,nr„ ,
i; :. • , . . .r, 6
• r I
? ! I •
•
•
_ }1.. i
! -
•
:G' I
L i..
P U R C H A S E O R D E R PAGE : 2
P. O. # : 140427.
INVOICE TO:
j CITY OF TAMARAC 12/15/10
FINANCE DEPARTMENT
ROOM 100
7525 NW 88TH AVENUE
TAMARAC, FL 33321
The-City For Yoil ice,
(954) 597-3570 * _*
Fax: (954) 597-3565 * CONTINUED *
* *
HYDRA SERVICE INC. SHIP TO:
111 MARITIME DRIVE CITY OF TAMARAC
SANFORD, FL 32771 10101 STATE ST
TAMARAC, FL 33321-6428
FAX# (404) 330-3404
DELIVER BY: SHIP VIA: CONFIRM TO TERMS
09/30/11 BESTWAY STEVEN J. BEAMSDERFER NET
FREIGHT CONTRACT NO. ACCOUNT NO,
EXTENDED
LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST
THE CITY TO PROVIDE INSURANCE
FOR DELIVERY OF GOODS AND/OR
SERVICE, ALL APPLICABLE
POLICIES AND COVERAGES MUST
REMAIN IN FULL EFFECT
THROUGHOUT THE BLANKET ORDER
TERM.
******************************
****************************************
ACCEPTANCE OF THIS ORDER ACKNOWLEDGES
ACCEPTANCE OF ALL TERMS AND CONDITIONS ON
THE REVERSE SIDE OF THE PURCHASE ORDER AS WELL
AS ANY OTHER TERMS INCLUDED IN THE BODY.
****************************************
CITY or, TAMARAC
; , S
•
4%-amt . ; :: 1
r t .r•
3 •,.4t•,.••• ' `• IV°
1.:
; • .4.1,=•••
• • •, •
' (:•,:`1.;•• S
•• •
, • ••• t I: Tr, •
,'`
• to-„,
Nr.iv :33.‘••
Aft br, 'cry th(:.
;:3iti tt Act F.5 Pig V.I.Lt..7.1:af-J:t.r.--,r
• J.' : 1 ;y 1 ,- 7 .0' Or
• t :" .• ..-.• ..1•10''.
:•••,' • .- •. ' •
••••" 1 :.•*U•••.:
• r.tr traq 1-1-;)dri•cd,
• r- k‘i! w3rtatit
altri •r,
• ortif
„‘. • pti ft•ttik-, i arty ap,......»IC,3:1.-,1-::;.r:tt.•:;*
tor: !••.1,:-..1-trary ar.d sroir„
it • ••:-.11; ,1,7!
,stI• pftrattti
••-.; 1731i' •:1: j'1jdt,:1-,y1.;-te :•1
tir
•-,' It)
.:r oro.„-i!.•;.1r-r*tr by
prr:, And :11 t:,r
3 .34
Fly,133-.33:1 03 IS vr.'r
wtt: tr,t• ,r:•.
.t-r•-•1.1•D'
ra.:,:•"•tr7.s C‘f -•••
t.r
11. t Y..Y r-; n; 3
:3"3 •;•';:nr,
.; C`i ;
.; • - c: .1
hrerytf..,
-,f 1•4•::»:
r,s a -.•• of *! s
r "•fr,
1:
rt,t) - •
- ••••!,
;• , 7 t: '
; I t:!Is ti:r•tei
."'
4-1,:fri;
••••
• '‘:••••.;d:•t: ; pc1F.,-.!
appli
I.:::
f-„1:-, •••;,, v., 7', !3,,, 3». 33_
,;;
:
•-• 1:1 :•••••:,
• etl`f7'.
,••:;!:•;i1 C•1y.
r•J•3 .r
t • r
r. • 3„: t!
<r-1 !"•.*: I
•,, • • rl,t, A -I ' !•• •
I :T..: 1
f
'11171-23;1:
I::t•••:••"..V.,;
,.•
Y S
"EXHIBIT 1"
abs
TR#11952
tatarattatarosabenesalbs
To: Our Valued Customers
From: Jason N. Goldberg
Date: October 1,2010
Subject: New Ownership and Service Expansion of our ABS Florida Operation
Dear Valued Customer:
it is with great pleasure and excitement we announce that the ABS USA,and long time sales and service partner
Hydra Service Inc.,will expand our alliance in our existing direct market coverage of Florida in a way which will bring
sales,start up, and aftermarket support to an entirely new level. On September 1,2010 Hydra Service Inc.will
assume control in its entirety the ABS Florida direct operation. Hydra Service Inc.will provide product sales and
support for all ABS products, as well as expanded coverage of the other equipment and services which have earned
them the reputation as a superior service provider in the South-eastern United States, an area they have been serving
since 1982.
Hydra Service,with over 28 years of experience servicing the municipal,industrial and mining markets in Alabama,
Mississippi,and Northern Florida,and ABS,have long been a part of each other's family and business. We thank you
for your direct patronage over the years,and know that it will continue and grow through Hydra Service in ways which
will offer even more value and flexibility.
The entire ABS Florida staff that you currently work with will remain as part of Hydra Service to serve you with 100%
continuity,even as the scope of what they will be able to offer you increases, Jimmy Doyle,President and CEO of
Hydra Service Inc.is passionately involved in his business-you will be meeting him and the new management team
members in short order.
Hydra Service Inc.(wvvw.hydraservice.net)is a customer focused organization committed to unsurpassed customer
satisfaction and 24/7 service,as well as ensuring the supply of products with the highest quality and reliability. The
Hydra Service operational facilities contain full machine shop capabilities, motor rewind and control manufacturing—as
well as an expansive ABS inventory.
Again,we appreciate the opportunity to serve you and supply you with ABS equipment through Hydra Service.
Sincerely,
Ilk 14 . . I ' , •
10 Ai
Jason N. Goldberg, P.Eng.
Vice President of Sales
North America
Corporate Office:
ABS USA ABS Pumps Corp.
•
140 Pond View Drive 1401 Meyerside Drive,Unitil2
•
Meriden,CT 06450 Mississauga,Ontario L5T 1G8
Tel:(203)238-2700 Tel;(905)670-4877
Fax:(203)238-0738 Fax:(905)670-3709
ABS is a company In the Cardo Group www.absorouDusa.com
www.absgroup.ca