Loading...
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