Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-128L7 1 Temp. Reso. #8236 April 28, 1998 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98-L-P2� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF PVC PIPE AND FITTINGS UTILIZING THE BROWARD COUNTY CO-OP CONTRACT #682-7861 "PVC PIPE AND FITTINGS" IN AN AMOUNT NOT TO EXCEED $12,100; APPROVING THE PURCHASE OF BRASS WATER SERVICE FITTINGS UTILIZING THE BROWARD COUNTY CO-OP BID #1995-96/#14 "BRASS WATER SERVICE FITTINGS BID" IN AN AMOUNT NOT TO EXCEED $59,700; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, Utilities Department, requires certain PVC pipe and fittings and Brass water service fittings for the installation of new water service lines and the replacement and repair of existing water service lines; and WHEREAS, Broward County Co-op has awarded Bid #682-7861 to Lehman Pipe and Plumbing Supply, Inc. for the supply of PVC Pipe and fittings; and WHEREAS, Terms of the bid are for the period beginning April 7, 1998 through April 6, 1999; and Temp. Reso. #8236 April 28, 1998 Page 2 WHEREAS, Broward County Co-op has renewed Bid #1995-96/#14 to the following suppliers: Lehman Pipe and Plumbing Supply, Inc., Sunstate Meter & Supply, Inc., Ferguson Underground, A&B Pipe and Supply and U.S. Filter for the supply of Brass water service fittings; and WHEREAS, Bid renewal is for the period beginning June 28, 1997 through June 27, 1998 with a (1) year renewal period; and WHEREAS, City of Tamarac Code, §6-154, allows the Purchasing Officer the authority to join with other units in cooperative purchasing when the best interest of the City would be served; and WHEREAS, available funds exist in the operating supplies and capital improvement project budgets for said purpose; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing/Contracts Manager to purchase PVC pipe and fittings and brass water fittings utilizing Broward County Co-op Bid #682-7861 and Bid #1995-96/#14; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents to purchase PVC pipe and fittings from Lehman Pipe and Plumbing Supply, Inc. and Brass water service fittings from Lehman Pipe and Plumbing Supply, Inc., Sunstate Meter & Supply, Inc., Ferguson Underground, A&B Pipe and Supply, and U.S. Filter. 1 Temp. Reso. #8236 April 28, 1998 Page 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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 upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to purchase PVC pipe and fittings from Lehman Pipe and Plumbing Supply, Inc. in an amount not to exceed $12,100, utilizing the Broward County Co-op bid #682-7861, attached hereto as Exhibit A. SECTION 3: The appropriate City Officials are hereby authorized to purchase brass water service fittings from Lehman Pipe and Plumbing Supply, Inc., Sunstate Meter & Supply, Inc., Ferguson Underground, A&B Pipe and Supply, and U.S. Filter in an amount not to exceed $59,700, utilizing the Broward County Co-op bid #1995-96/#14, attached hereto as Exhibit B. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or application, and to this end the provisions of this Resolution are declared to be severable. 1 Temp. Reso. #8236 April 28, 1998 Page 4 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 13day of /VA r , 1998. ATTEST: CAROL Gqjb, CMC/AAE CITY CLERK I PFs,,REBY CERTIFY that I h ve pvr ved this RESOLUTIOXas to form. AIIITCHELL S. City Attorney 1 JgVSCHREIBER Mayor MAYOR ECSCHREIBERD OF R M� DIST 1: COMM. McKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTAN, DIST 4; CORM .._ROBERT ION VOTE Exhibit A f'iTyOF - ��Mp 450 S FORT LAUDERD- ALE %alanice o f timerks To: Broward Governmental Co -Operative Purchasing Members From: Marsha M. Perri, CPPB, City of Fort Lauderdale Subject: Co -Operative Contract for PVC Pipe and Fittings Date: March 19, 1998 At its meeting of March 17, 1998, the Fort Lauderdale City Commission approved a contract with Lehman Pipe and Plumbing Supply, Inc. for the supply of PVC Pipe and Fittings. The contract will be in effect from 4/7/98 thru 4/6/99. Enclosed please find the following documents: - Copy of legal advertisement Copy of bid from Lehman Pipe and Plumbing Copy of City Commission agenda item and back-up memo. Price lists are available from the vendor. Please contact direct. Prices may fluctuate based on changes in the specified manufacturers price list(s), however, the percentage discount/added to must remain constant. Please feel free to contact me if you have any questions, C� PUBLIC SERVICES DEPARTMENT 949 N.W. 38 STREET, FORT LAUDERDALE, FL 33309 (954) 776-51 51, FAX (954) 492-7881 EQUAL OPPORTUNITY EMPLOYER ob PRINTED ON RECYCLED PAPER i41 • Agenda Date: 3/17/98 Purchasing.Ref. No: 682--7861 Transaction Tvue: Broward Co -Op ITEM SERVICE RECOMMENDED AWARD: AMOM One year contract Lehman Pipe & Plumbing Supply, Inc. for polyvinyl chloride Miami, FL (WBE) $15,200.00 (PVC) pipe and (estimated) fittings for minor repairs De t. Div.: Public Services/City Wide Bids Solicited/Received: 26/10 No Bids: 2 MBE: 2/1 WBE: 2/1 Exhibits: Memorandum No. 98-436 from City Manager Recomm: Award to low responsive and responsible bidder. Comments: Polyvinyl chloride (PVC) pipe and fittings are used in various applications throughout the City. Primarily those involving irrigation, plumbing or water meter services. The City of Fort Lauderdale served as the "lead" agency for the Broward Co -Op on this Invitation to Bid. The bid represents usage from fifteen Co -Op members. The estimated total value of the Co-op award was based on an annual expenditure of $141,000. Pricing for this contract reflects an increase of approximately 6%r over our previous contract which was bid in 1995. Tabulation: See Page 2 Purchasing Manager • n 6 • �nn �n wn prop�x m•• „� S n n no ►��•n o n 0 ►p�.n o r�•n n° wn n! m 4 ro •.mm x npa wg zpo Oro w !fib n a .. 0 m Am M C m C m ~ n 1"11 N Y11 N m :.o,Q m a M ry M m M 1-1 C oo o a m m A m 0 Im+ r n n N w° p mth 7 m OrQ. n m 7 m m a INn mn ►G+ w a r ~ o to a n n O Wr p C x 6 m A A g o r w " A a rJC nO n y " n r w 6 K n a m 0 a �In tr A p m" rj o 'r w m m tl O8 m p O. p."Jr m p d V C K O a ro a h G V :• F+ � y W o a 6 m w rt •1 Hi O O N � "J n R~ p N S M d O C P O O 0 G a tl m p O O p O O a M 6 rr'1 p O O C m O a n p • m _ n n A r G y to rf ° n M O O `.Y a n Y w n " ■ O Fff r h n n.Ji j Q c c wm Gu mrr r g p 'd .. ►, a z h+ In o d clb !^ c o -0 p rpm n m c o o p 0 0 0 m n n rt ° lbRµ s c c c o o ,C N r m o :rt i °is m wd y n Or Q Q $p M N m ul r r VI " d O e i o a m to m A /p O ,tl N .a AS 1 n m C p p p O e O e O p p c 0 9 F► m m p O ra ri wC no n R n f` " O Fes+ $ Q a J N F u b r rT H 'S' Mr• n o :' W "' W J o N m 1► �e �C n Q ro q ; N O eml C O O O C O 6 ►+ 5 +C m n n ° G yyN AIC1 n p O p O p p p O m ro o m a " w m p p mOr 1+ M. b W apa I. C. a r W O O p O N p to WY 1�ii W is n O O O O O O rmmy O p O 0 O W µ O O p CD¢ a T w C n nC n r m. Q A g -A W -� :' ro LA W rn fA � po O S t m 4 N C b pn F +�G nl m m n n n a p F+ p m p O p O p n 0 p p no M a O " n L w m Y r 1 r+ A. OD m c o 0 O o o � O O O o p ma n + n vl p 0 O O O p O O O O o W 0 0 n O O r Y • -0 0 n a a ara�O n 0 N m a J N M N � n r «- b a m MEMORANDUM NO. 98-436 DATE: March 18, 1998 TO: Mayor Jim Naugle Vice Mayor Tim Smith Commissioner John E. Aurelius Commissioner Carlton B. Moore Commissioner Jack Latona FROM: George L. Hanbury, City Manager BY: Gregory A. Kisela, Public Services Manager SUBJECT: March 17, 1998 Agenda Supply Contract for PVC Pipe and Fittings for Minor Repairs This request is for approval of a one-year contract for the purchase of polyvinyl chloride (PVC) pipe and fittings. PVC pipe and fittings are used regularly throughout the City in applications involving irrigation, plumbing and water meter services. The City of Fort Lauderdale served as the "lead" agency for the Broward Governmental Cooperative Purchasing Group on this Invitation to Bid. Fifteen governmental agencies within Broward County participated. The total value of the contract for the cooperative group was based on an estimated annual expenditure of $141,000. It is estimated that the City's portion will be $15,200. Of the ten bids received, four were considered non -responsive. The overall low responsive and responsible bidder is Lehman Pipe & Plumbing Supply, Inc. It is not felt that a split award would be in the best interest of the Co -Op. 0 We recommend City Commission approval for the award of a one-year contract to Lehman Pipe & Plumbing Supply, Inc. for the supply of PVC pipe and fittings in the estimated annual amount of $15,200. • r 1 } MEMORANDUM NO. 98-436 • DATE: March 18, 1998 TO: Mayor Jim Naugle Vice Mayor Tim Smith Commissioner John E. Aurelius Commissioner Carlton B. Moore Commissioner Jack Latona • r� u FROM: George L. Hanbury, City Manager BY: Gregory A. Kisela, Public Services Manager SUBJECT: March 17, 1998 Agenda - Supply Contract for PVC Pipe and Fittings for Minor Repairs This request is for approval of a one-year contract for the purchase Of polyvinyl chloride (PVC) pipe and fittings. PVC pipe and fittings are used regularly throughout the City in applications involving irrigation, plumbing and water meter services. The City of Fort Lauderdale served as the 'dead" agency for the Broward Governmental Cooperative Purchasing Group on this Invitation to Bid. Fifteen governmental agencies within Broward County participated. The total value of the contract for the cooperative group was based on an estimated annual expenditure of $141,000. It is estimated that the City's portion will be $15,200. Of the ten bids received, four were considered non -responsive. The overall low responsive and responsible bidder is Lehman Pipe & Plumbing Supply, Inc. It is not felt that a split award would be in the best interest of the Co -Op. We recommend City Commission approval for the award of a one-year contract to Lehman Pipe & Plumbing Supply, Inc. for the supply of PVC pipe and fittings in the estimated annual amount of $15,200. �L� L NOTICE TO S U N— S E N T I N E L 41DOR is ed bide Seai1111 be re- caived until 2:00 p,m• an t" P U B L I S H E D DAILY date Sop" baow. SpectanII FORT LAUDERDALe, 6R0WARD COUNTY, FLORIDA caftans for tnep btda c beobtainedfromInaPur- E O C A R A T O N r PALM o E A C H C OUNTY , FLORIDA cnasing Managers otece, M I A M I, D A D S C O U N T Y . FLORIDA City of Fort Lauderdale Pur- cnasing Division, City Hail, Room A19, 100•N. Andrews S T A O F F L O R FL poi,' 0 Y 8 R G" A /PAL 1M 3 E A C H / D A R E 954)�e� 5140.' mOT8ROLA sPORT RA_ E H UPSS IG D AUTH 0Ri PERSONALLY LY APPEARED Dlos (elf) No. 382-7918) .. ....... 0 CN 0ATH SAYS THATNNUAL 2/17/g PVC PIPE & Firm Nee, CONTRAC7j (EIp)U T H O RIED R PRESENTATIVE OF THE O" 882-7881)2�18/98ICL S FIED DEMENT OF TH UN —SENTINEL, DAILY CAST IRONVALVEBES PER PUBED IN c3ROWA D/PALM BEACH/DADE CCUNTY, FqOR DA THAT THE ATTACHED COPY OF. ADVERTISEMENT, BEING A a RELATED PARTSNEWSP NUAL CONTRACT)�BI NO. 682-1862)2ne JANITORIAL SUPPLIES N C E (BID NO. 482-7834)2/19/98 Kirk W. Butfington C.P.M. `I THE MATTER OF ,P,,ovW dK Febrn.rp 6. low SPORT RADIOS IN THE CIRCUIT COURT, WAS PUBLISHED IN SAID NEWSPAPER IN THE ISSUES OF C , 02/06, 1 X 23790040 AFFIANT FURTHER SAYS THAT THE SAID SUN —SENTINEL IS A NEWSPAPER PUBLISHED IN SAID BROWARD/PALM BEACH/DADE COUNTY, FLORIDA, AND THAT THE SAID NEWSPAPER HAS HERETOFORE BEEN CONTINUOUSLY PUBLISHED IN SAID BROWARD/PALM BEACH/DADE COUNTY, FLORIDA, EACH DAY, AND HAS BEEN ENTERED AS SECOND CLASS HATTER AT THE POST CFFICE IN FORT LAUDERDALE, IN SAID BROWARD COUNTY, FLORIDA, FOR A PERIOD OF ONE YEAR NEXT PRECEDING THE FIRST PUBLICATION OF THE ATTACHED COPY OF ADVERTISEMENT: AND AFFIANT FURTHER SAYS THAT HE/SHE HAS NEITHER PAID NOR PROMISED ANY PERSON, FIRM OR CORPORATION ANY DISCOUNT, REBATE, COMMISSION OR REFUND FOR THE PURPOSE OF CURING THIS ADVERTISEMENT FOR PUBLICATION IN SAID NEWS AP r r w r r r r r w r ATURE 0 AFFIANT) SI: N TO AN SU3SCRISED ? ORE ME TH S 06 DAY OF FEBRUARY A. 1998 rr �.r r rr ��ir • rr.rrr :7 �•:�+ cSIGNATURE OF V,Q,TARY PUBLIC);' Tara L. 9ft9k MY COMMISSION # CeMS935 WIRES i �•� "qrr �' July 20. 2001 �p w . ■ - r - ED OR STAMPED) ;Nr .;y OF NOTARY TYPED, PY*...64000664 PERSONALLY KNOWN--wwrro OR PRODUCED IDENTIFICATION .rr r.... r..... r.. v •.1 r GJj PURCHASING DIVISION 100 N. ANDREWS AVENUE FORT LAUDERDALE, FL 33301 TEL (954) 761.5140 FAX (954) 761-5576 City of Fort Lauderdale, Florida INVITATION TO BID (ITB) ITS NO. 682-7861 TITLE: PVC Pipe and Fittings (Annual Contract) PROCUREMENT SPECIALIST. Marsha M. Perri 492-7861 CONTACT FOR TECHNICAL QUESTIONS: I. BIDDER MUST COMPLETE THE FOLLOWING: la. Vendor Name.ayMA,v �fP� L tr�PL y Number & Street: City, State, lip Code: M 1 .4M tj FL 33 I Z7 (See General Conditions Section 1,011 1 b. Was this invitation mailed to the correct address? Mark "X" in box if address was incorrect11 and we will adjust our records. ISSUE DATE 1/27/98 PAGE 1 OF 17 Plus Attachment Ins.) BIDS MUST BE RECElV�D PRIOR TO 2:00 PM ON: 2/18/98 DEPT.: Public Services If. Total Bid Discount (See General Conditions Section 1,04) 19. Bids are Firm for Acceptance for 9Q Yes X No Other (See General Conditions Section 1.05) 1h. State or reference any variances. (See General Conditions Section 1,06) 1c. Area Code and Telephone No. - 30& -7 4aeat — 930— o srr40 . FAX (30C � S7/o _30(n� 1i. No Bid. If not submitting a bid state reason below and return one copy of this 1d. Delivery: Calendar Days after receipt of Purchase Order. farm, (See General Conditions Section 1.07) ISee General Conditions Section 1,02) Days lj. Does your firm qualify for MBE, WBE or le. Payment Terms. (See General Conditions Section 1.031 SSE status in accordance with Section 1.08 of General Conditions? lMBE) W8E) (S8E) 1k. How to Submit Bids: It will be the sole responsibility of the Bidder to ensure that his bid reaches the City of Fort Lauderdale, Gty Hall, Purchasing Division, 6th Floor, Room 619. 100 North Andrews Avenue, Fort Lauderdale, Florida 333Q1, prior to the bid opening date and time fisted above. Da not submit via FAX. FAX bids will no[ be accepted. Each bid envelope must be sealed with the following information stated on the QUTSIDE of the envelope: Bid No, 682-7861 Title: PVC Pipe/Fittings open. 2/18/98 Is your bid envelope properly marked as indicated above?y,,, S 11. Vendor Certification 1, the below signed hereby agree to furnish the required article(s) or service(s), at the prices) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. I have read all attachments and fully understand what is required. By submitting this bid, I certify that 1 will accept a contract if approved by the City and such tic coo a all rms, conditions, and specifications contained in this bid. I certify that I have not divulged to, discussed rth, r co red s id with an other bidders) and have not colluded with any other bidder(s) or parties to this bid, cert y I a h o ractuaily bind the bidding firm. Si re of Authorized Representative Title (Typed or Printed) en t, �A � (n Ar\� / Name of Authorized Representative (Typed or Printed) Date � b r Have Sections 1 a. through 11. been reviewed and completed properly? The Purchasing Division maintains a 24 hour per day invitation to bid hotline listing all current ITS's. Call (954) 761-5727 keep abreast of our current needs. to �rxx��.` FORM G-107 Rev 5/97 Page 1 of B LEHM i.N PIPE & PJ9r crranr T, -- Clty of Port Lauderdale, Florida GENERAL CONDITIONS These instructions are standard for all contracts for commodities or services issued through the City of Fort Lauderdale Division Purchasing The City may delete. supercece. or modify any of these standard Instructions for a particular contract by indicating change in the Invitation To Bid (ITS) Special Conditions, Technical Specifications, Instructions, Proposal Pages. Addenda, and L Advertisement. PART I BIDDER PROPOSAL PAGE(S) CONDITIONS. 1,01 SIDOER ADDRESS. The City maintains automated vendor mailing lists for each specific Commodity Class Item, Invitation 7 o Bid (ITS's) will be mailed first to a selection of Bidders who have fully registered on our system. Requests will be mailed to un-registered Bidders within a reasonable time frame for that bid only. The mailing of one ITS to the vendor, nor a hid in return, will register a vendor on our system. If you wish purchase orders sent to a different address. please so indicate. If you wish payments sent to a different address, please so indicate on your invoice. 1.02 DELIVERY: Time will be of the essence for any orders placed as a result of this ITS. The City reserves the right to cancel any orders. or part thereof, without obligation if delivery is not made in accordance with the schedule specified by the Bidder and accepted by the City. 1.03 PAYMENT TERMS AND CASH DISCOUNTS. Payment terms, unless otherwise stated in this ITS, will be considered to be net 30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified, whichever occurs last. Bidder may offer cash discounts for prompt payment but they will not be considered in determination of award. If a Bidder offers a discount, it is understood that the discount time will be computed from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice. at the office specified. whichever occurs last. 1.04 TOTAL 810 DISCOUNT: If Bidder offers a discount for award of all items listed in the bid, such discount shall be deducted from the total of the firm net unit prices bid and shall be considered in tabulation and award of bid. 1.05 BIDS FIRM FOR ACCEPTANCE. Bidder warrants, by virtue of bidding, that his bid and the prices quoted in his bid will be firm for acceptance by the City for a period of ninety (90) days from the date of bid opening unless otherwise stated in the ITS. 1.06 VARIANCES. For purposes of bid evaluation, Bidder's must indicate any variances, no matter how slight, from ITS General Conditions, Special Conditions, Specifications, or Addenda in the space provided in the ITS. No variations or exceptions by a Bidder will be considered or deemed a part of the bid submitted unless such variances or exceptions are listed in the bid and referenced in the space provided on the bidder proposal pages. If variances are not stated, or referenced as required, it will be assumed that the product or service fully complies with the City's terms. conditions, and specifications. By receiving a bid, City does not necessarily accept any variances contained in the bid. All variances submitted are sub to review and approval by the City. If any bid contains material variances that, in the City's sole opinion, make that bid conditi in nature, the City reserves the right to reject the bid or part of the bid that is declared, by the City a$ conditional. 1.07 NO BIDS: If you do not intend to bid please indicate the reason, such as, insufficient time to respond, do not offer product or service. unable to meet specifications, schedule would not permit, or any other reason, in the space provided in this ITS. Failure to bid or return no bid comments prior to the bid due and opening date and time, indicated in this ITS, may result in your firm being deleted from our Bidder's registration list for the Commodity Class Item requested in this ITS. 1,08 MINORITY AND WOMEN BUSINESS ENTERPRISE PARTICIPATION AND BUSINESS DEFINITIONS: The City of Fort Lauderdale wants to increase the participation of Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and Small ` Business Enterprises (SBE) in it's purchasing activities. If your firm qualifies in accordance with the below definitions please indicate in the space provided in this ITS. Minority Business Enterprise (MBE) "A Minority Business' is a business enterprise that is owned or controlled by one or more socially or economically disadvantaged persons. Such disadvantage may arise from cultural, racial, chronic economic circumstances or background or other similar cause. Such persons include, but are not limited to, Blacks. Hispanics, Asian Americans. and Native Americans. "The Term 'Minority Business Enterprise' means a business at least 51 percent of which is owned by minority group members or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. For the purpose of the preceding sentence, minority group members are citizens of the United States who include, but are not limited to, Blacks. Hispanics, Asian Americans. and Native Americans. Women Business Enterprise (WBE) a 'Women Owned or Controlled Business" is a business enterprise at least 51 percent of which is owned by females or in the case of a publicly owned business at least 51 percent of the stock of which is owned by females. Small Business Enterprise (SSE) "Small Business" means a corporation, partnership, sole proprietorship, or other legal entity formed for the purpose of making a profit, which is independently owned and operated, has either fewer than 100 employees or less than 51,000,000 in annual gross receipts. BLACK. wmch includes persons having origins in any of the Black racial groups of Africa. WHITE, which includes persons whose origins are Anglo-Saxon and European and persons of Indo-European decent include Pakistani and East Indian. HISPANIC, which includes persons of Mexican, Puerto Rican, Cuban, Central and South American, or other Spanish cult or origin, regardless of race. NATIVE AMERICAN, which includes persons whose origins are American Indians, Eskimos, Aleuts, or Native Hawaiians. ASIAN AMERICAN, which includes oersons having origin in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent. or the Pacific Islands. - FORM G- 107 Rev 1 92 Page 2 of 6 LB' HMAN PIPE & PLBG SUPPLY INC. PART II DEFINITIONS/ORDER OF PRECEDENCE: 2.01 BIDDING DEFINITIONS. The City will use the following definitions in it's general conditions. special conditions, technical specifications. instructions to bidders, addenda. and any other document used in the bidding process: INVITATION TO BID (ITS) when the City is requesting bids from qualified Bidders. REQUEST FOR PROPOSALS (RFP) when the City is requesting proposals from qualified Proposers. BID - a price and terms quote received in response to a ITS. PROPOSAL - a proposal received in response to a RFP. BIDDER - Person or Firm submitting a Bid. PROPOSER - Person or firm submitting a Proposal. RESPONSIVE BIDDER • A person whose bid conforms in all material respects to the terms and conditions included in the ITS. RESPONSIBLE BIDDER - A person who has the capability in all respects to perform in full the contract requirements, as stated in the ITS, and the integrity and reliability that will assure good faith performance. FIRST RANKED PROPOSER - That Proposer, responding to a City RFP, whose Proposal is deemed by the City, the most advantageous to the City after applying the evaluation criteria contained in the RFP. SELLER - Successful Bidder or Proposer who is awarded a Purchase Order or Contract to provide goods or services to the City. CONTRACTOR - Successful Bidder or Proposer who is awarded a Purchase Order, award Contract. Blanket Purchase Order agreement, or Term Contract to provide goods or services to the City. CONTRACT - a deliberate verbal or written agreement between two or more competent parties to perform or not to perform a certain act or acts, including all types of agreements, regardless of what they may be called, for the procurement or disposal of equipment. materials. supplies, services or construction. CONSULTANT - Successful Bidder or Proposer who is awarded a contract to provide professional services to the City. The following terms may be used interchangeably by the City: ITS or RFP: Bid or Proposal; Bidder, Proposer. or Seller; Contractor or Consultant; Contract, Award, Agreement, or Purchase Order, 2.02 SPECIAL CONDITIONS: Any and all Special Conditions contained in this ITS that may be in variance or conflict with these General Conditions shall have precedence over these General Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety. PART III BIDDING AND AWARD PROCEDURES: 3.01 SUBMISSION AND RECEIPT OF BIDS: To receive consideration, bids must be received prior to the bid opening date and time. Unless otherwise specified. Bidder's should use the proposal forms provided by the City. These forms may be duplicated, but failure to use the forms may cause the bid to be rejected. Any erasures or corrections on the bid must be made in ink and initialed by Bidder in ink. All information submitted by the Bidder shall be printed, typewritten or filled in with pen and ink. Bids shall be signed in ink. Separate bids must be submitted for each ITS issued by the City in separate sealed envelopes properly marked. When a particular ITS or RFP requires multiple copies of bids or proposals they may be included in a single envelope or package, properly sealed and identified. Only send bids via facimile transmission (FAX) if the ITS specifically states that bids sent via FAX will be considered. If such a statement is not included in the ITS, bids sent via FAX will be rejected. Bids will be publicly opened in the Purchasing Office, or other designated area, in the presence of Bidder's, the public, and city staff. Bidders and the public are invited and encouraged to attend bid openings. Bids will be tabulated and made available for review by Bidder's and the public in accordance with applicable regulations. 3.02 MODEL NUMBER CORRECTIONS: If the model number for the make specified in this ITS is incorrect, or no longer available and replaced with an updated model with new specifications, the Bidder shall enter the correct model number on the bidder proposal page. In the case of an updated modehwith new specifications, Bidder shall provide adequate information to allow the City to determine if the model bid meets the City's requirements. 3.03 PRICES QUOTED: Deduct trade discounts, and quote firm net prices. Give both unit price and extended total. In the case of a discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices quoted shall be F.Q.B. destination, freight prepaid (Bidder pays and bears freight charges. Bidder owns goods in transit and files any claims), unless otherwise stated in Special Conditions. Each item must be bid separately. No attempt shall be made to tie any item or items contained in the ITS with any other business with the City. 3.04 TAXES. The City of Fort Lauderdale is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible prop- 3.05 erty. Exemption number for Federal Excise taxes is 59-74-0111 K. and State Sales tax exemption number is 16-03-196479-54C. WARRANTIES OF USAGE: Any quantities listed in this ITS as estimated or projected are provided for tabulation and information purposes only. No warranty or guarantee of quantities is given or implied. It is understood that the Contractor will furnish the City's needs as they arise. 3.06 APPROVED EQUAL: When the technical specifications call for a brand name, manufacturer, make, model. or vendor catalog number with acceptance of APPROVED EQUAL. it shall be for the purpose of establishing a level of quality and features desired and acceptable to the City. In such cases, the City will be receptive to any unit which would be considered by qualified City personnel as an approved equal. In that the specified make and model represent a level of quality and features desired by the City, the Bidder must state clearly in his bid any variance from those specifications. It is the Bidder's responsibility to provide adequate information, in his bid, to enable the City to ensure that the bid meets the required criteria. If adequate information is not submitted with the bid, it may be rejected. The City will be the sole judge in determining if the item bid qualifies as an approved equal. 3.07 MINIMUM AND MANDATORY TECHNICAL SPECIFICATIONS: The technical specifications may include items that are considered minimum, mandatory. or required. If any Bidder is unable to meet, or exceed these items, and feels that the technical specifications are overly restrictive, he must notify the Purchasing Division immediately. Such notification must be received by the Purchasing Division prior to the deadline contained in the ITS, for questions of a material nature, or prior to five (5) days before bid due and open date, whichever occurs first. If no such notification is received prior to that deadline, the City will consider the technical specifications to be acceptable to all bidders. 3.08 MISTAKES. Bidders are cautioned to examine all terms, conditions, specifications. drawings. exhibits, addenda. delivery instructions, and special conditions pertaining to the ITS. Failure of the Bidder to examine all pertinent documents shall not entitle him to any relief from the conditions imposed in the contract. FORM G-107 Rev. 7, 93 Page 3 of 6 r,LEHM N PIPE & 3.09 SA,NIPLES ANO DEMONSTRATIONS Samples or inspection of product may be requested to determine suitability. Unless otherwise specified in Special Conditions, samples_shall be requested after the date of bid opening, and if requested should be received by the City within seven (7) working days of request. Samples. when requested. must be furnished free of to the City and if not used in testing or destroyed: will upon request of the Bidder, be returned within thirt se v13)d d award at Bidder's expense. When required, the City may request full demonstrations of units prior to award. W h demonstrations are requested, the Bidder shall respond promptly and arrange a demonstration at a convenient location. to provide samples or demonstrations as specified by the City may result in rejection of a bid. i ure 3.10 LIFE CYCLE COSTING. If so specified in the ITS, the City may elect to evaluate equipment proposed on the basis of total cost of ownership. In using Life Cycle Costing, factors such as the following maybe considered: estimated useful life, maintenance costs, cost of supplies, labor intensity, energy usage. environmental impact. and residual value. The City reserves the right to use those or other applicable criteria, in its sole opinion. that will most accurately estimate total cost of use and ownership. 3.11 BIDDING ITEMS WITH RECYCLED CONTENT In addressing environmental concerns, the City of Fort Lauderdale encourages Bidders to submit bids or alternate bids containing items with recycled content. Ylhen submitting bids containing items with recycled content. Bidder shall provide documentation adequate for the City to verify the recycled content. The City prefers packaging consisting of materials that are degradable or able to be recycled. When specifically stated in the IT8, the City may give preference to bids containing items manufactured with recycled material or packaging that is able to be recycled. 3.12 USE OF OTHER GOVERNMENTAL CONTRACTS: The City reserves the right to reject any part or all of any bids received and utilize other available governmental contracts, if such action is in its best interest. 3.13 PUBLIC ENTITY CRIMES: Sections 287.132•.133 Florida Statutes, require that no public entity shall enter into a contract, award any bid, or transact any business in excess of the then current threshold, with any person or affiliate who has been convicted of a public entity crime. Prior to entering into a contract to provide goods or services to a public entity, a person shall file a sworn statement with the Purchasing Division on the approved form. By submitting a bid. Bidder warrants that he has not been convicted of a public entity crime and will provide a fully executed and notarized form to the Purchasing Division if notified of award. 3.14 QUALIFICATIONS/INSPECTION: Bids will only be considered from firms normally engaged in providing the types of commodities/ services specified herein. The City reserves the right to inspect the Bidder's facilities, equipment, personnel, and organization at any time. or to take any other action necessary to determine Bidder's ability to perform. The Purchasing Manager reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform. 3.15 BID SURETY: If Special Conditions require a bid security, it shall be submitted in the amount stated. A bid security can be in the form of a bid bond, postal money order, cashiers check, or irrevocable letter of credit. Bid security will be r to unsuccessful bidders as soon as practicable after opening of bids. Bid security will be returned to the successful after acceptance of the performance bond or irrevocable letter of credit, if required, acceptance of insurance coverage, if r and full execution of contract documents. if required, or conditions stated in Special Conditions. 3,16 PUBLIC RECORDS: Florida law provides that municipal records shall at all times be open for personal inspection by any person. Section 119.01. F.S.. The Public Records Law. Information and materials received by City in connection with an ITS response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 10 days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07. F.S. If the Proposer believes any of the information contained in his or her response is exempt from the Public Records Law, then the Proposer. must in his or her response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the City will treat all materials received as public records. 3.17 PROHIBITION OF INTEREST: No contract will be awarded to a bidding firm who has City elected officials, officers or employees affiliated with it, unless the bidding firm has fully complied with current Florida State Statutes and City Ordinances relating to this issue. Bidders must disclose any such affiliation. Failure to disclose any such affiliation will result in disqualification of the Bidder and removal of the Bidder from the City's bidder lists and prohibition from engaging in any business with the City. 3.18 RESERVATIONS FOR AWARD AND REJECTION OF BIDS: The City reserves the right to accept or reject any or all bids, part of bids, and to waive minor irregularities or variations to specifications contained in bids, and minor irregularities in the bidding process. The City also reserves the right to award the contract on a split order basis, lump sum basis, individual item basis, or such combination as shall best serve the interest of the City. The City reserves the right to make an award to the responsive and responsible bidder whose product or service meets the terms, conditions, and specifications of the ITS and whose bid is considered to best serve the City's interest. In determining the responsiveness of the offer and the responsibility of the Bidder, the following shall be considered when apgficable, the ability, capacity and skill of the Bidder to perform as required; whether the Bidder can perform promptly, or within the time specified, without delay or interference; the character, integrity, reputation, judgment. experience and efficiency of the Bidder: the quality of past performance by the Bidder; the previous and existing compliance by the Bidder with related laws and ordinances; the sufficiency of the Bidder's financial resources: the availability, quality and adaptability of the Bidder's supplies or services to the required use: the ability of the Bidder to provide future maintenance. service or parts: the number and scope of conditions attached to the bid. If the ITS provides for a contract trial period, the City serves the right, in the event the selected bidder does not perform satisf to award a trial penal to the next ranked bidder or to award a contract to the next ranked bidder, if that bidder has succ provided services to the City in the past. This procedure to continue until a bidder is elected or the contract is re-bi at the sole option of the City. 3.19 LEGAL REQUIREMENTS: Applicable provisions of all federal, state, county laws. and local ordinances, rules and regulations. shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid response hereto and the City by and through its officers, employees and authorized representatives, or any other person, natural or otherwise; and lack of knowledge by any bidder shall not constitute a cognizable defense against the legal effect thereof. PART IV `BONGS AND INSURANCE: 4.01 PERFORMANCE BOND/IRREVOCABLE LETTER OF CREDIT If a performance bond or irrevocable letter of credit is required in Special Conditions. the Contractor shall within fifteen 05)_working days after notification of award, furnish to the City a Performance Bond or an Unconditional Irrevocable Letter of Credit payable to the City of Fort Lauderdale, Florida, in the face amount specified in Special Conditions as surety for faithful performance under the terms and conditions of the contract. If the bond is on an annual coverage basis. renewal for each succeeding year shall be submitted to the City thirty (30) days prior to the termination date of the existing Performance Bond. The Performance Bond must be executed by a surety company of recognized standing authorized to do business in the State of Florida and having a resident agent. If a Letter of Credit is chosen, it must be in a form acceptable to the City, drawn on a local (Broward. Dade or Palm Beach Counties) bank acceptable to the City and issued in favor of the City of Fort Lauderdale, Florida. If a Bidder wishes to use a non local bank, he must have prior City approval of the requirements to draw against the Letter of Credit. Acknowledgement and agreement is given by both parties that the amount herein set for the Performance Bond ar Irrevocable Letter of Credit is not intended to be nor shall be deemed to be in the nature of liquidated damages nor is it intended to limit the liability of the Contractor to the City in the event of a material breach of this Agreement by the Contractor. 4,02 INSURANCE: If the Contractor is required to go on to City property to perform work or services as a result of ITS award. the Contractor shall assume full responsibility and expense to obtain all necessary insurance as required by City or specified in Special Conditions. The Contractor shall provide to the Purchasing Division original certificates of such coverage and receive notification of approval of those certificates by the City's Risk Manager prior to engaging in any activities under this contract. The Contractors insurance is subject to the approval of the City's Risk Manager. The certificates must list the City as an ADDITIONAL INSURED and shall have no less than thirty (30) days written notice of cancellation or material change. Further modification of the insurance requirements may be made at the sole discretion of the City's Risk Manager if circumstances change or adequate protection of the City is not presented. Bidder, by submitting his bid, agrees to abide by such modifications. PARTV PURCHASE ORDER AND CONTRACT TERMS: 5.01 COMPLIANCE TO SPECIFICATIONS, LATE DELIVERIES/PENALTIES: Items offered may be tested for compliance to bid specifica. tions. Items delivered which do not conform to bid specifications may be rejected and returned at Contractor's expense, Any violation resulting in contract termination for cause or delivery of items not conforming to specifications, or late delivery may also result in: Bidder's name being removed from the City's bidder's mailing list for a specified period and Bidder will not be recommended for any award during that period. All City Departments being advised to refrain from doing business with the Bidder. All other remedies in law or equity. 5.02 ACCEPTANCE. CONDITION, AND PACKAGING. The material delivered in response to ITS award shall remain the property of the Seiler until a physical inspection is made and the material accepted to the satisfaction of the City. The material must comply fully with the terms of the ITS, be of the required quality, new, and the latest model. All containers shall be suitable for storage and shipment by common carrier. and all prices shall include standard commercial packaging. The City will not accept substitutes of any kind. Any substitutes or material not meeting specifications will be returned at the Bidder's expense. Payment will be made only after City receipt and acceptance of materials or services. 5.03 SAFETY STANDARDS. All manufactured items and fabricated assemblies shall comply with applicable requirements of the Occupational Safety and Health Act of 1970 as amended, and be in compliance with Chapter 442. Florida Statutes. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSOS). 5.04 ASBESTOS STATEMENT: All material supplied must be 100% asbestos free, Bidder, by virtue of bidding, certifies that if awarded any portion of the ITS he will supply only material or equipment that is 100% asbestos free. S.05 OTHER GOVERNMENTAL ENTITIES. If the Bidder is awarded a contract as a result of this ITS, he will, if he has sufficient capacity or quantities available. provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the ITS and resulting contract. Prices shall be F.0.8 delivered to the requesting agency. 5.06 VERBAL INSTRUCTIONS PROCEDURE. No negotiations, decisions, or actions, 'shall be initiated or executed by the Contractor as a result- of any discussions with any City employee. Only those communications which are in writing from an authorized City representative may be considered. Only written communications from Contractors which are assigned by a person designated as authorized to bind the Contractor will be recognized by the City as duly authorized expressions on behalf of Contractors. 5.07 INDEPENDENT CONTRACTOR The Contractor is an independent contractor under this Agreement. Personal services provided by the Proposer shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers. employees, or agents of the City. Personnel policies, tax responsibilities, social security, health insurance, employee benefits. purchasing policies unless otherwise stated in this ITS, and other similar administrative procedures applicable to services rendered under this Contract shall be those of the Contractor. 5.08 INDEMNITY/HOLD HARMLESS AGREEMENT The Contractor agrees to protect. defend, indemnify. and hold harmless the City of Fort Lauderdale and its officers. employees and agents from and against any and all losses, penalties, damages, settlements. claims, costs, charges for other expenses, or liabilities of every and any kind including attorney fees. in connection with or arising directly or indirectly out of the work agreed to or performed by Contractor under the terms of any agreement that may arise due to the bidding process. Without limiting the foregoing, any and all such claims, suits, or other actions. relating to personal injury. death, damage to property. defects in materials or workmanship. actual or alleged violations of any applicable statute, ordinance, administrative order, rule or regulation, or decree of any court, shall be included in the indemnity hereunder FOAM r 107 ABv i. 92 Page 5 at 6 PT.R N PIPE & .r��• _,; a •ray . ,rt ..- _ ::t -.�.' 3 9a: y ;r :r tr��;ar ;nail „orate !nv it 're wrovis;ons of this Agreement. mc. -_-.ty may notice :o :he Contractor termirite the fight of the Contractor to proceed under this Agreement, or with such part or Paris . of the Agreement as to which there has been a default, and may hold the Contractor liable for any damages caused to he City by reason of such default and termination. "In the event of such termination, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City's property and the Contractor shall to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, howeN not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement by the not and the City may withhold any payments to the Contractor far the purpose of setoff until such time as the amount of damages due to the City from the Contractor can be determined. 5,10 TERMINATION FOR CONVENIENCE. The City reserves the right, in its best interest as determined by the City, to cancel contract by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 5.11 CANCELLATION FOR UNAPPROPRIATED FUNDS. The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of .the contract into a subsequent fiscal period is to appropriation of funds, unless otherwise authorized by law. sublet: 5.12 RECORDS/AUDIT: The Contractor shall maintain during the term of the contract all books of account, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract, The form of all records and reports small be subject to the approval of the City's Internal Auditor, The Contractor agrees to make available to the City's Internal Auditor, during normal business hours and in Broward. Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one 11) year beyond the last day or the contract term. 5.13 PERMITS. TAXES. LICENSES. The successful Contractor shall at his own expense obtain all necessary permits, pay all licenses, fees and taxes, required to comply with all local ordinances. state and federal laws, rules and regulations applicable to business to be carried on under this contract. 5.14 LAWS%ORDINANCES. The Contractor shall observe and comply with all Federal. State, local and municipal laws, ordinances. rules and regulations that would apply to this contract. 5.15 NON DISCRIMINATION: There shall be no discrimination as to race, sex, color, creed, age or national origin in the operations conducted under this contract. 5.16 UNUSUAL CIRCUMSTANCES If during a contract term where costs to the City are to remain firm or adjustments are restricted by a percentage or CPI cap, unusual circumstances that could not have been foreseen by either parry to the contract occur. and those circumstances significantly affect the Contractor's costs in providing the required items or services, then the C for may request adjustments to the costs to the City to reflect the changed circumstances. The circumstances must b d the control of the Contractor, and the requested adjustments must be fully documented. The City may, after exa n. refuse to accept the adjusted costs if they are not property documented. increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the City will reserve the following options: 1. The contract can be cancelled by the City upon giving (30) days written notice to the Contractor with no penalty to the City or Contractor. The Contractor shall fill all City requirements submitted to the Contractor until the termination date contained in the notice. 2. The City requires the Contrac:or to continue to provide the items and services at the firm fixed (non adjusted) cost until the termination of the contract term then in effect. 3. If the City, in its interest and in its sole opinion, determines that the Contractor in a capricious manner attempted to use this section of the contract to relieve themselves of a legitimate obligation under the contract, and no unusual circumstances had occurred, the City reserves the right to take any and all action under law or equity. Such action shall include, but not be limited to, declaring the Contractor in default and disqualifying him from receiving any business from the City for a stated period of time. If the City does agree to adjusted costs. these adjusted costs shall not be invoiced to the City until the Contractor receives notice in writing signed by a person authorized to bind the City in such matters. 5.17 ELIGIBILITY. If applicable. the Contractor must first register with the Department of State of the State of Florida, in accordance with Florida State Statutes, prior to entering into a contract with the City. 5.18 PATENTS AND ROYALTIES, The Contractor. without exception. shall indemnify and save harmless the City and its employees from liability of any nature and kind, including cost and expenses for or on account of any copyrighted, patented or unpatented Invention, process. or article manufactured or used in the performance of the contract. including its use by the City. If the Contractor uses any design, device, or materials covered by letters. patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 5,19 ASSIGNMENT Contractor shail nct transfer or assign the performance required by this ITS without the prior written t of the City Any award issued pursuant to this ITS, and the monies which may become due hereunder, are not a e except .vttn the prior written approval of the City Manager or selected designee 5.20 LITIGATION VENUE, The parties waive the privilege of venue and agree that all litigation between them in the state courts Shall take place in Broward County Florida. and that all litigation between them in the federal courts shall take place in the Southern 01strict in and for the State of Florida. ;;CRNI G ' 37 ae. t 1)2 PIge h ji 5 LEE MAN PIPE & » .fir. StTppLY INC. Bid No. 682-7861 Page 7 City of Fort Lauderdale Purchasing Division Invitation to Bid PVC Pipe and Fittings Part I. GENERAL INFORMATION AND REQUIREMENTS 1.1 PURPOSE: The City of Fort Lauderdale is hereby requesting bids for the purpose of establishing an annual contract for PVC PIPE AND FITTINGS. Items are to be bid at a Firm Percentage Discount, OR Percentage Added To, or NET to the referenced Manufacturers Price List. Prices may fluctuate during the life of any resulting contract provided that they are based on the actual manufacturer's price adjust- ment and that they are tied to the actual manufacturers price list. Percentage discount, added to, or net must remain firm for the contract period. 1.2 CONTRACT TERM: The contract term shall be for a period of one (1) year, commencing approximately April 7, 1998, or when approved by the City. The contract shall have provisions for extensions for up to two (2), one year periods, provided: both parties to the agreement approve; all terms, conditions and specifications remain the same; and the extension is approved by the City. 1.3 INFORMATION: For information regarding bidding procedures or technical specifications, contact: Marsha M. Perri, CPPB Procurement Specialist II Public Services Department Telephone: (954) 492-7816 FAX: (954) 492-7881 Such contract will be for clarification purposes only. Material changes, if any, to the technical specifications or bidding procedures will only be transmitted by written addendum. 1.4 COMPETENCY OF BIDDERS: Pre -award inspection of the bidders facility may be made prior to award of the contract. Bids will be considered only from firms which are regularly engaged in the business of providing the goods and/or services as described in the Invitation to Bid, and who . can produce evidence that they have established a satisfactory record of performance for a reasonable period of time; have sufficient financial LMIqAN rp INC. Bid No. 682-7861 Page 8 1 support, sufficient delivery fleet and organization to insure that they can satisfactorily execute the services if awarded a contract under the terms and conditions stated herein. 1.5 LITERATURE: All bids submitted must be accompanied by complete specifications, appropriate brochures, descriptive literature, applicable price lists, plus any applicable warranties. Failure to do so may result in the rejection of your bid. 1.6 AWARD: Award of bid will be based on the percentage discount, added -to, or net which results in the most advantageous pricing. Tie bids will be decided by the Purchasing Manager. The City will compare specific items (as listed on the attached pages), to determine the low responsive and responsible bidder(s). This bid may be awarded by group or in total, whichever is deemed to be in the best interest of the City. NOTE: It is the intent of the City to award Groups 1 A 11 to the same vendor, and Groups III A IV to the same vendor. Bidder must complete ALL information required in each group in order to be considered for award of that group. 1.7 PERFORMANCE/DELIVERY: It is the intent of the City to purchase from a source of supply that will give prompt and convenient shipment and service. Any failure of the successful bidder to comply with these conditions may be cause for terminating any resulting contract immediately upon notice by the City. This proposal will fix the number of calendar days required for delivery upon receipt of the purchase order. Number of Delivery Days: Delivery may be considered as a determining factor in any resulting contract and will be strictly monitored. Any resulting contractor who repeatedly fails to meet specified delivery will be subject to the cancel- ation provision provided herein. Items listed in this Invitation to Bid are to be delivered on an "as required" basis to any location stated by the participating agencies referenced . in this bid. The specific location(s) will be designated by the ordering BAN PIPE & PLBG SUPPLY INC. Bid No. 682-7861 0 1 \, agency. Items requiring palletization are to be shipped on non -returnable pallets. 1.8 DEFAULT OF CONTRACT: The City may, by written notice to the successful bidder, terminate the contract if the bidder has been found to have failed to perform his services in a "satisfactory manner". A "satisfactory manner" includes, but is not limited to: failure to supply exact items as specified within the required delivery period, the supply of sub -standard or defective items, and the inability to maintain bid discounts for the term of the contract. 1.9 PRICING: Prices bid will take into consideration any handling and/or delivery charges. Met prices as computed from your percentage factors and price lists will be the total and complete delivered price. Bidders may indicate additional discounts available for quantity "stock orders" as applicable. Bidders must indicate terms and minimum qualifying quantities for special discounts offered. Any resulting contract(s) will also apply to other items as listed in the price list, providing the same percentage discount, added -to, or net applies. The City requires that prices bid from price lists as stated herein, remain firm for a period of at least ninety (90) days from date of award. 1.10 PRICE LISTS: Three (3) copies of the applicable price list covering those groups you are bidding must be submitted with your bid. Failure to provide the applicable price list(s) may result in the rejection of your bid. 1.11 PRICE INCREASES: Prices bid herein must conform or relate to an acceptable Manufacturer's Price List. Prices may fluctuate during the life of the contract based only on the changes as reflected in the Manufacturer's Price List as identified in your bid. Proof of price changes must be submitted thirty (30) days prior to date of effect of said price increase(s). The City reserves the right to accept or reject any request for price increases depending on whether adequate Page 9 PLE SUPPLY INC.& Bid No. 682-7861 Page 10 documentation of authorized price increases is submitted and considered legitimate or fair. 1.12 TAX EXEMPTION: Exclude from your bid price any State Sales Tax or Federal Excise Tax. The City of Fort Lauderdale is exempt from paying these taxes. Exemption numbers appear on the purchase order. 1.13 INVOICING: Upon each shipment, each invoice is to reflect the purchase order number, ordering department, quantity delivered, description of item delivered, unit price, extension, and total sum due. 1.14 SIGNATURE REQUIREMENT: Bidder please insure that you have signed Page 1 of this Invitation to Bid. Omission of a signature on that page may result in the rejection of your bid. 1.15 MINORITY PARTICIPATION: The City of Fort Lauderdale wants to increase the participation of minority business enterprise (MBE) and women business enterprise (WBE) in its purchasing activities. While the City does not have any preference or set aside programs in place, it is committed to a policy of equitable participation of these firms. If your firm qualifies, please indicate in Section 1 j. of the first page of the Invitation to Bid. • LEE AN PIPE & PLBG SUPPLY INC. Bid No. 682-7861 Page 11 Part 2. SPECIAL CONDITIONS 2.1 INTENT: This is a Cooperative Invitation to Bid issued by the City of Fort Lauderdale on behalf of the participating agencies referenced within this bid document. All quantities given are estimates of annual needs and may be increased or decreased to meet the requirements of each participant. No warranty is given or implied as to the exact quantities that will be used during the tens of any resulting contract(s). 2.2 QUANTITIES REQUIRED: Exact quantities cannot be predetermined, but estimated annual expenditures by group are projected as follows: Group I. $60,000.00 Group II. 30,000.00 Group III. 7,500.00 Group IV. 10,000.00 Group V. 18,000.00 Group VI. 4,000.00 Group VI I. 1,500.00 Group VIII. 10,000.00 Estimated annual expenditures may be adjusted to meet the requirements of the City. Proposed expenditures are for tabulation and information only. No warranty is given or implied as to the speck item, dollar value, or quantity that will be purchased during the contract period. 2.3 GUARANTEE/WARRANTY: Bidder is to indicate the manufacturer's standard warranty and guarantee against defective materials and work- manship. 2.4 INSURANCE REQUIREMENTS: Without limiting any of the other obligations or liability of the Contractor, Contractor shall provide, pay for, and maintain in force throughout the contract term and any extension term(s), the insurance coverages set forth in this section. The Contractor shall furnish original certificates to the City's Purchasing Manager, and receive approval by the City's Risk Manager, PR/OR to commencement of any work. Such certificates shall name the City (and any other participating government agency in Broward County, named herein,) as an "ADDITIONAL INSURED" per the sample Insurance Certificate attached. Notice of cancellation and/or restriction: The policy(s) must be endorsed to provide the City with thirty (30) days notice of cancellation and/or PLB�pLy INC. Bid No. 682-7861 Page 12 restriction. 2.4.1. Workers` Compensation Insurance & Employers Liability Insurance to apply for all employees, in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. In addition, the policy must include: 2.4.1.1. Employers Liability: Minimum limits of one hundred thousand ($100,000.00) dollars each accident. 2.4.1.2. If any operations are to be undertaken on or about navigable waters, coverage must be included for the U. S. Longshoremen and Harbor Workers Act and Jones Act (if applicable). 2.4.2. Comprehensive General Liability: Minimum limits of five hundred thousand dollars ($500,000.00) per occurrence combined single limit for Bodily Injury Damage and Property Damage liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: 2.4.2.1. Premises and/or operations 2.4.2.2. Independent Contractors 2.4.2.3 City and any other government entity in Broward County, named herein, is to be included as an "Additional Insured" with respect to liability arising out of operations performed for the City in connection with the general supervision of such operation. 2.4.3. Business Automobile Liability: Minimum limits of three hundred thousand ($300,000.00) dollars per occurrence combined single limit for Bodily Injury Liability and Property policy, without restrictive endorsements, as filed by the Insurance Services Office and must include 2.4.3.1. Owned Vehicles 0 LEHMAN PIPE & PLSG SUPPLY INC. r� • Bid No. 682-7861 PART 3. SPECIFICATIONS Schedule 40 PVC Pipe (Group I.) PVC Materials: Polyvinyl chloride (PVC) Schedule 40 (white): PVC (type 1, grade 1) cell classification 12454B, ASTM D-1784, D-1785, D-2466 ANSI B2.1 NSF-14 Schedule 40 pipe is to be made available in standard 20' lengths as plain end or belled one end. ASTM standard 0-2672 (for belled end) will apply where applicable. Schedule 40 PVC Fittings (Group II.) PVC Materials: Polyvinyl chloride (PVC) Schedule 40 (white): PVC (type 1, grade 1) cell classification 1246413, ASTM D-1784, D-1785, D-2466 ANSI B2.1 NSF-14 Schedule 80 PVC Pipe (Group III.) PVC Materials: Polyvinyl chloride (PVC) Schedule 80 (grey): PVC (type 1, grade 1) cell classification 12454B, ASTM D-1784, D-1785, ANSI 82.1, 816.1 NSF-14 Schedule 80 pipe is to be made available in standard 20' lengths as plain end. Schedule 80 PVC Fittings (Group IV.) PVC Materials: Polyvinyl chloride (PVC) Schedule 80 (grey): PVC (type 1, grade 1) cell classification 12454B, ASTM 0-1784, 0-1785, 0-2484, D-2467 ANSI B2.1, B16.1 NSF-14 Class 160 Pipe (Group V.) PVC Pipe (30R-PR) Conforms to ASTM 0-2241 & D-2672 for Belled End (or latest revision) NSF-14 Class 160 Pipe is to be made available in standard 20' lengths as belled one end. Page 13 Bid No. 682-7861 Page 14 0 Polyvinyl Chloride Nipples (Group VI.) Polyvinyl Chloride Risers (Group VII.) All polyvinyl chloride nipples and polyvinyl chloride nsers must be compatible with other pipes and fittings as specified in this bid and the associate ASTM standards. PVC Pipe Cement and Cleaner (Group Vill.) Regular Cement for PVC Pipe and Fittings: Regular bodied clear cement recommended for use on PVC pipe and fittings up to 4 inches for Schedule 40 and up to 2 inches for Schedule 80 potable water pressure pipe, gas, conduit, drain waste and vent pipe. Flows freely. Sets up quickly. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM 0-2564 (or latest revision). Heavy Duty Gray Cement for PVC Pipe and Fittings: Heavy bodied gray colored cement recommended for use on PVC pipe and fittings up to 12 inches in diameter. For Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit drain waste and vent pipe. Flows freely and provides a thick layer of cement on the pipe. Helps to fill gaps in larger diameter pipe and loose fitting joints. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM 0-2564 (or latest revision). Heavy Duty Fast Set Gray Cement for PVC: Heavy bodied fast set gray cement recommended for use on PVC pipe and fittings up to 18 inches in diameter. Much thicker and more viscous than other cements. Formulated especially for quick installations of irrigation pipe and fittings. For use on Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit and drain waste and vent pipe. Flows freely with a honeylike consistency and provides a very thick layer of cement on the pipe and fitting. Fills gaps in larger diameter pipe and loose fitting joints. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM 0-2564 (or latest revision). Medium Bodied Gray Cement for PVC Pipe and Fittings: Medium bodied gray colored cement recommended for use on PVC pipe and fittings up to 6 inches in diameter. For Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit, drain waste and vent pipe. Flows freely and covers with a thicker layer than regular PVC. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM D-2564 (or latest revision). Rain-R-Shine Blue Cement for PVC Pipe and Fittings: Medium bodied blue colored cement recommended for PVC pipe and fittings up to 6 inches in diameter. Fast -setting cement formulated for wet conditions and/or when quick pressurization and fast installation is needed. For Schedule 40 and Schedule 80 potable water pressure pipe, irrigation, gas, conduit and drain waste and vent pipe. Flows freely and covers with a thicker layer than regular PVC. Apply at temperatures 40 degrees F to 100 degrees F. NSF and UPC listed. Must meet or exceed ASTM D-2564 (or latest revision). All weather Cement for PVC Pipe and Fittings: Medium bodied clear cement recommended for use on PVC pipe and fittings up to 6 inches in diameter. Formulated for fast initial set up at temperatures to 10 degrees F for Schedule 40 and Schedule 80 potable water pressure pipe, gas, conduit, drain waste and vent pipe. Flows freely and maintains good gap -filling properties. Apply at temperatures 10 degrees F to 100 degrees F. NSF listed. Must meet or exceed ASTM 0-2564 (or latest revision). Cleaner, All Purpose: All purpose cleaner for CPVC-PVC-ASS Plastic pipe and fittings. 40 r LEHMAN PIPE & PLBG SUPPLY INC. 0 \' • • Bid No. 682-7861 Part 4. PROPOSAL SECTION Page 15 It is the intention of this bid to request that participating vendors offer a percentage discount from an established price list. This eliminates the need to list each of the different items required by the agencies represented. Prices may fluctuate during the life of any resulting contract provided that they are based on the actual manufacturer-s price adjustment and that they arm tied to the actual manufacturers price Ilat. Percentage discount, added to, or net must remain firm for the contract period. In order to compare pricing, the following items have been chosen to determine the low responsive and responsible bidder(s). Group 1. Pipe, PVC Schedule 40 1-112" E. Y" JE. Group 11. Fittings, PVC, Schedule 40 90 degree Ell Sxs, s" 90 degree Ell SxS, 6" 90 degree Ell SxRed. Slip Vx3/4` ` 90 degree Ell SxRed. Slip 2"XI.1/x" 45 degree Ell SxS 2" 45 degree Ell SxS an Tee, SxSxFPT 1-1/2" Tee, SxSxFPT 4" Cap, Slip 1" Cap, Slip 6- Item Number on Prise List 2 7 oQ Item Number on Price List Per Item Unit Price Per Price List J. L ./ Per Item Unit Price Per Price List y0 -ozo '7. 7U BSI Lh 7 -- ozo W17-o80 0-2 - 01.5 5.�.0. S9 - 0 � , L{7-- 10 .9g '-fT7-o(o .YsW- Percentage Bid or Net (+. N NET) 4.5 o Per Item Net Delivered Price Percentage Per Item Net Bid or Net ,(; Delivered Price (+, -, NET) �L -- 93. 9 °70 a3-e& OL J1:r • N. r r. N Page 16 Group ill. Item Number on Per Item Unit Percentage Bid Per Item Net Pipe, PVC Price List Price Per Price or Net Delivered Price Schedule 80 List (+, ti NET) 3" —/00' O I I100C + S ZQ 3. �G 107 1 0O 7$7 00c -1-5 3Sc Group IV. Item Number on Per Item Unit Percentage Bid Per Item Net Fittings, PVC Price List Price Per Price or Net Delivered Price Schedule 80 List (+, NET) Coupling, SxS 11/2 p wP I_D/O aSs '47a Coupling, SxS 8" g<� p ��v2 % �Q 5• Female Adapter, Slip x FPT gj O� ps%.�%� 2-1/2" Female Adapter, x FPT g3 S- 030 ^ J, /�, / !• l0 311p "PlugM PT LN Plug, MPT � I � � ���� •' + Group V. Item Number on Per Item Unit Percentage Bid Per Item Net Pipe, Class 160 Price List Price Per Price or Net Delivered Price List (+, -, NET) 2-1/2" c. 1 z" ,er- t3e)'O rJ 12 " 3#J C S 1 too NJQ_ I faD� Group VI. Item Number on Per Item Unit Percentage Bid Per Item Net PVC Nipples Price List Price Per Price or Net Delivered Price List (+owl, -, NET) 1 /2"x2" `i 1 /2"x6" Group VII. Item Number on Per Item Unit Percentage Bid Per Item Net PVC Risers Price List Price Per Price or Net Delivered Price List (+, } NET) 1/2"xShort 90o7 '?IPE TE. y72r.M 1.2 14 uID ��� ���F �.0. o�- PLBGSiJp` y INC. • C7 Bid No. 682-7861 Group Vlll. PVC Cleaner and Cement (Oatey or APPROVED EQUAL) Item Number on Price List Per Item Unit Percentage Bid Price Per Price or Net List (*, -, NEB Page 17 Per item Net Delivered Price All Purpose Cleaner, guar! All Purpose Cleaner, Gallon , Heavy Duty Gray Cement, Quart 3 i oog 4ZS',., Heavy Duty Gray Cement, Gallon ss11 //�� �t)'q q sn / t/ ejel Rain-R-Ghine Medium Bodied '3 0 0, J Cement, Quart `j /� e�-O✓ Rain-R-Ghlne Medium Bodied Cement, Gallon Please state the Manufacturers Published Price List (and date) you are bidding for. Group 1. C µ aiZGOTT aZ I) -9 Group 11. LA .0 O . Group Ill. Lo _ Group IV. c7 _ p Group V, p, L b Irre ,�� Group VI. i J Group VII. y , Group Vlll. —6 State minimum order. $;41- PLMMAN INC. r� SENT 8Y: 5-28-97 : 13:23 : PURCHASING DIVISION 954 724 2408 Exhibit 8 c:,, ., 7�Em P ZEsa PAR R F I R 6 s MOE M / V"/ l VVV Submitted via facsimile: City: J TO. BROWARD GOVERNMENTAL COOPERA71VE PURCHASING GROUP FROM: Donna Council, Purchasing Agent (954) 480-4380 / fax (9154) 480-4388 DATE: May 28, 1997 SUBJECT: CO-OP BRASS WATER SERVICE FITTINGS BID (1995-96/14) The City of Deerfield Beach, as lead agency for the CO-OP Brass Water Service Fitting$ Bid, has exercised the contract renewal option pursuant to terms and conditions of Bid #1995-961#14. The renewal will be for one (1) year, beginning June 28,1997 through June 27, 1998. There will be one (1) twelve month renewal period remaining. The prices, terms and conditions of the original bid and contract period remain unchanged for this renewal period. I have attached as confirmation of intent to renew are letters from the following suppliers: Lehman Pipe and Plumbing Supply Sunstate Meter & Supply, Inc. Ferguson Underground A $ 8 Pipe and Supply U.S. Filter (formerly Davis Meter and B&H Supply) Should you need additional information, please do not hesitate to contact me at (954) 480-4380, Att. Renewal Letters rticl atin ember - City of Deerfield Beach Broward County Board of Commissioners City of Miramar South Florida State Hospital City of Sunrise City of Tamarac City of Coral Springs City of Coconut Creek City of Hallandale City of Margate City of Pembroke Pines City of Plantation City of North Lauderdale City Lauderdale -by -the Sea Town of Davie City of Lauderhill City of Oakland Park WRINISWA 5-28-97 : 13:23 : PURCHASING DIVISION— 954 72i 2408:9 2/ 6 1,14) N. K. seennd Avrltur Veerfwld Qeneh, 1 lnvyda 31441-359It Telaphnnr (954) ,M-4200 Fax (954) 480-4.268 O E E !t E■ E L ra B E A C *4 Af"var. Allwrt It. 61prilh6, PA'. Ao,nd—, TriwAvit.41n G—itiolerr A. Glmrhir R.•od Pepp iVuland Knlley Shnddow April 14, 1997 Mr. Dennis Lehman, President Lehman Pipe and Plumbing Suppiv 230 NW 291 Street Miami, FL 33127 Dear Mr. Lehman: The Broward Governmental Cooperative Purchasing Group Bid for the purchase of water meter fittings and water line accessories (DFB Bid 91995.96/14) Is due to expire on June 27, 1997. Under the terms of the contact, there are two (2) additional twelve (12) month period extension options available, providing mutual consent exists between the City and your company. All terms, conditions and specifications are contained within Bid #1995-96114. The City would like to exercise the first twelve (12) month renewal option. If It Is accepted and approved by the City Commission, it will begin June 28, 1997 and run through June 27, 1998. Please advise if a one-year extension period of our current contract is acceptable to your company. Kindly indicate the appropriate informatlon below and return this letter to my attention: City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. On behalf of the City of Deerfield Beach and the Broward Governmental Cooperative Purchasing Group, we look forward to continuing our long and successful association with your company. If you have any questions concerning this letter, please contact me at (954) 480-4380. Sincerely, Donna M. Council Purchasing Agent YES, I hereby agree to a twelve month extension of the bid. , 1 4m unable to provide a twelve month extension of the bid. (.irr Afnnncer• l.nrrr It, IJ..r�jcn ILNArna IS4NIVI -5 print) 'ehmenRenew -//- j —P / Date For: Lehman Pipe and Plumbing Supply • • • SENT BY: 5-28-97 : 13:23 : PLiRCHaSING DIVISION 934 724 2408:# 3/ 6 150 N. E. Secund Avrnne Unrlfjeld lirerh. 1'7rtririn 394t1-3508 I'nloplwne (954) 480-4200 1`ax (954) 4M1268 14$� April 14, 1997 t.ity ..r a It E rs R I E L a Mr. Mike Mobbs, B E '� si Office Manager Sunstate Meter & Supply, Inc. 14001 highway 26 Bast Newberry, Florida 32669 Dear Mr. Mobbs: The Broward Governmental Cooperative Purchasing Group Bid for the purchase of water meter fittings and water line accessories (DFB Bid #1995-96/14) Is due to expire on June 27, 1997. Under the terms of the contact, there are two (2) additional twelve (12) month period extension options available, providing mutual consent exists between the City and your company. All terms, conditions and specifications are contained within Bid #1995-96/14. The City would like to exercise the first twelve (12) month renewal option. If It Is accepted and approved by the City Commission, it will begin June 28, 1997 and run through June 27, 1998, Please advise if a one-year extension period Of our current contract Is acceptable to your company. Kindly indicate the appropriate Information below and return this letter to my attention: City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. On behalf of the City of Deerfield Beach and the Broward Governmental Cooperative Purchasing Group, we look forward to cr)ntinuing our long and successful association with your company. if you have any questioi qs voncarrling this Ietier, pfease contact me at (954) 480-4380. Sinceno, *t /)�-� D na M. Council nls, a R. l nryellint• l•.L. purchasing Agent 1'ira..�1/�,yrrr Anwderr T1•"tJ.itell e r: runro i. piano rr YBS, I hereby agree to a twelve month extension of the bid. A. Cinrke-R-4 e'.-w• NAM1111 NO, I am unable to provide a twelve month extension of the bid. K.rlhr 5hed�lrrw let• M11n,r,rker I .r�rt�- 11. t ).•ry.•,, !!!"' April i 1_ 2 2, 19 9 7 Slg lure Date Mike Mobbs of£' �c.e M >^. For: Sunstate Meter $, Supply, Inc. Name (print) sunstatnRPnew SENT BY: 5-28-97 : 13:24 ; PURCHASING DIVISION— 954 724 2408:# V 6 150 N.F. Ri•rond Avenue Devrfield Dench. Florida 33441-3598 Telephone (954) 480-4200 Fax (954) 480-4268 r' r: ►, n,! P! !e R F I I tt 17 0 11: A C M if" rnr• Albert It. Ciopellini. P.E. Tice M,.r..r Amndcw Trivrhi►elTn i'amml.•r;•un•re i;w�nJnlr►. A. I:Iwr*._rrre.l Peggy N-doml KethP Slrnthlnw April 14, 1997 Frank Nagle. Customer Service Representative Ferguson Underground 2361 NW 2ZI Street Pompano Beach, FL 33069 Dear Mr. Nagle: The Broward Governmental Cooperative Purchasing Group Bid for the purchase of water meter fittings and water line accessories (DFB Bid #1995-96/14) is due to expire on June 27, 1997. Under the terms of the contact, there are two (2) additional twelve (12) month period extension options available, providing mutual consent exists between the City and your company. All terms, conditions and specifications are contained within Bid #1995-96/14. The City would like to exercise the first twelve (12) month renewal option. If it is accepted and approved by the City Commission, it will begin June 218, 1997 and run through June 27, 1998. Please advise if a one-year extension period of our current contract Is acceptable to your company. Kindly indicate the appropriate informartion below and return this letter to my attention: City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. On behalf of the City of Deerfield Beach and the Broward Governmental Cooperative Purchasing Group, we look forward to continuing our long and successful association with your company. If you have any questions concerning this letter, please contact me at (954) 480 4380. Sincerely, / ��'=.�,,�1--tee anlia M. Council Purchasing Agent /YES, I hereby agree to a twelve month e'xtenslon of the bid. NO, I am unable to provide a twelve month extension of the bld. I.�.r.•y rl. U.•.•�i..� 1/n Signature re ® KCn n e rit C rr...ri.,rr.,,.• Name (print) fergusonRenew For: Ferguson Underground • SENT BY: 5-28-97 : 13:24 : PLRCHaSiNG DIVISiON— 954 724 24084 5/ 6 150 N.E..^erand Avenue ih—field Beurh. F1nridn 33441-3598 Telephrtnr- (954) 480-42110 Fxx (9s4) 1R0-.tl(,g April 14, 1997 L v_ Mr. Mario Amador C A&B Pipe and Supply, Inc. PO Box 3367 Hialeah, Florida 33013 Dear Mr. Amador: The Broward Governmental Cooperative Purchasing Group Bid for the purchase of water meter fittings and water line accessories (DFB Bid #1995-96/14) is due to expire on June 27, 1997. Under the terms of the contact, there are two (2) additional twelve (12) month period extension options available, providing mutual consent exists between the City and your company. All terms, conditions and specifications are contained within Bid #1995-96114. The City would like to exercise the first twelve (12) month renewal option. If it is accepted and approved by the City Commission, it will begin June 28, 1997 and run through June 27, 19M. Please advise if a one-year extension period of our current contract is acceptable to your company. Kindly indicate the appropriate information below and return this letter to my attention: City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, Fir 33442, On behalf of the City of Deerfield Beach and the Broward Governmental Cooperative Purchasing Group, we look forward to continuing our long and successful association with your company. If you have any questions concerning this letter, please contact me at (954) 480-4380. Sinc rely. y� Donna M, Council Purchasing Agent Allrra•1 K. (:aprNini. 1•.L+. fire Ain...r •`'n—l—, '"''i°"'n^ YES, I hereby agree to a twelve month extension of the bid. ('nmmi.dn.,rr. 4—yn-ifoleat A. t�r�. IV..Inmi tCmh�• `il.u.6lnw gar- 1:. nr"r;.,, L NO, I am unable to provide A twelve month extension of the bid. aml� 4-ik, qt-1 Signature paw Name (print) A6BRengw For: A&B Pipe and Supply, Inc. SENT BY: 5-28-97 : 13:24 : FURCHASING DIVISION- , 954'724 2408-# 6/ 6 150 N.E. 3eeend Avenue Deerfield Beeeh, deride 33441.BUS Tetephone (954) 480-4200 Fe* (oS4) 4804268 N April 29. 1997 rs F P fr IF 1 6 L a_ W. Anita Christian, H Custnmar Service Rspresentattvs U.S. Enter / D19tributbn Group 4310 NW i& Avenur paklan d perk, FI. 33309 Dear Mar, Ctxistian, The Om ward QlavernMMItal COOperative Purchgoi ng Group Bid for the purchase of water meter fittings and water line ecasssories (DF8 Old f11996-96114) 15 due to expire on June 27. 1997. Under the terms of the contact, there are two (2) addMlaniwt N1el"e (12) month peNod extension options available, pravidir+0 mutual consent exists b0tween the Ctty and your lbrtneriy Davis Mrtar & Supplr VW 88H Safes. Inc). All tart., conditions and company ( aid g1+ .g6114. •Che City would N1re to oxwcise the specifications are contained WoNn anal and approved by the City first twelve (12) month renewer Option. If K a accept a June 27. 1996. Commission. it will begin June 28. 19" and run thmuph Plesse advise if 11 one-y extension period of our current contract la acceptable to your • to my company• Kindly Indicate lira appropliats k'darnOW below and return this irlttrr ottentiori' City of Deerfield Beach Purahssina Dlvklon, 210 Claviaby Oouleveri. 17osrfle ld Beach, FL 3302. On behRif of the Ctry of Deerfield QeAch and the our a�a+a su v�sful asoadation with puremosing Group, we look forward to Conanuing long your cemps.ny• If you have any questions conce►nfnq this It9tter, pieass vcm> me at (954) 460 430n7 sincerely, counuil M w•rl M. Cal- t..1, P.Y. Pumhaaing Agent 1•ir•n linvrrr �,.,,„i.•., rri,,, h;,�n. VElS, I hereby agree to a t"-#Ne month exynsion of the bid. c..,,,i,.l,•n n• am u noble to Ida a "'ve month extension of the bid. p� 1'.•e!RY N,aw.,.l 4 AV -Date L,.rry il, Ih•t•Ir-n Signature Fm U,g, Ftfter / Distnbutlan GrOUP �., .. , , •_..., Name (print) t WILTt<RRans r 10 ?FW:j !1?lvMr.1jA / �AI1"lI A s n Et'Dk�•'.•L/SST hC.;cn ��FI/:Z.1�� 150 N.E. Sevoml A%enne• Drrrfirlel [lt-ae•h. N'lorirla X: ,t41-:t398 Ttdrlthunr 19.-)4) 480-42()0 Fax f9.5.1► 480-4268 44$ City of a E E R F I E L 0 B E A C H Vayor Albert R. Capellini. P.E. Vice Mavor Peggy Noland Commissioners Cwyndolen A. Clarke -Reed Kathy Shaddow madeo Trinrhitellu City Manager Larry H. Deetjen July 6, 1996 Participants of the Broward Governmental Purchasing Cooperative Group Re: Bid #1995-96/14 Co-op Bid - Water Meter Fittings and Water Line Accessories Dear Members: As the lead agency for the Broward Co-op Bid for above bid, attached you will find the tabulation sheets and respective award made by this agency. All original bids are on file in my office, should you require copies. The City of Deerfield Beach Commission approved the award of contract on June 25, 1996 for the purchase of water meter fittings and water line accessories, in accordance with the terms and conditions of Bid Project #1995-98/14. Each participating agency is responsible for executing their own contract. The contract period is for one year, through June 24, 1997, with contract renewal periods as per the terms contained within the bid documents. If you have any questions, or require additional information, please contact me at (954) 480-4380. Sin ely, onna M. Council Purchasing Agent LOC95-27.WPS RESOLUTION Introduced ' - YEA NAY . .- coa�rNa�n sn.aawr [� ❑ COplgltuip�nTriefChilN1� Yip U&M Mood S" 00" RESOLUTION NO. C-1996/099 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, AS LEAD AGENCY IN THE BROWARD GOVERNMENTAL PURCHASING COOPERATIVE GROUP BID FOR WATER METER FITTINGS AND WATER LINE ACCESSORIES (BID NO. 1995/96#14); FINDING A&B PIPE, DAVIS METER , B&H SALES, LEHMAN PIPE & PLUMBING SUPPLY, FERGUSON UNDERGROUND, AND SUNSHINE STATE METER AS THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS FOR THE BIDS FOR VARIOUS WATER METER FITTINGS AND WATER LINE ACCESSORIES FOR USE BY THE UTILITIES AND ENGINEERING DEPARTMENT AND AUTHORIZING THE CITY TO EXPEND FUNDS IN AN AMOUNT NOT TO EXCEED $50,000.00 FOR SAID METER FITTINGS AND WATER LINE FITTINGS WHEREAS, the City of Deerfield Beach served as lead agency in the Broward Governmental Purchasing Cooperative Group for the bidding for water meter fittings and water line accessories (Bid No. 1995/96#14); and WHEREAS, advertisement for bids was duly placed in the Sun Sentinel newspaper; and0 WHEREAS, eighteen vendors were solicited for the purpose of submission of bids and six bids and two no bids were received; and WHEREAS, the various types of water meter fittings and water line accessories were divided into groups from 1 through 37; and WHEREAS, for groups #1, 3, 4, 5, 6, 8, 26, 29, 30, 31, 33, and 35, A& B Pipe was the lowest responsive and responsible bidder; and WHEREAS, for groups #2, 18, 19, and 34, Davis Meter was the lowest responsive and responsible bidder; and WHEREAS, for groups #1, 7, 8, 10, 12, 20, 21, 22, 23, 27, 28, 30, 32, and 35, B&H Sales was the lowest responsive and responsible bidder; and WHEREAS, for groups #17 and 25, Lehman Pipe & Plumbing Supply was the lowest responsive and responsible bidder; and WHEREAS, for groups #3, 14, 20, and 35, Ferguson Underground was the lowest responsive and responsible bidder; and WHEREAS, for groups #1, 10, 11, 29, 33, 35, 36, and 37, Sunshine State Meter was the lowest responsive and responsible bidder; 0 Resolution No. C-1996/099, Page 2 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF T DEERFIELD BEACH, FLORIDA: HE CITY OF SECTION 1. As lead agency for the Broward Governmental Purchasing Cooperative Group Bid process for water meter fittings and water line accessories (Bid #1995/96#14) the above referenced findings are hereby accepted by the .City of Deerfield Beach. SECTION 2. The City Manager is hereby contracts with the lowest responsive and responsible dbidders to easiset forth above for the groups of water meter fittings and water line accessories contained in Bid #1995/96#14 and to urchse water fittings and water line accessories from the lowestaresponsiveeand responsible bidder for each group for the use by the Utilities and Engineering Department in an amount not to exceed $50,000,00. SECTION 3. The City of Deerfield Beach does hereby, as lead agent for the subject bid, submit this tabulation for usof the Broward Governmental Purchasing CooperativeeGroup. bothermembero ADOPTED THIS 25TH DAY OF JUNE, 1996 ATTEST: MURIEL W. RICKARD, CITY RK ALBER CAP L INI, P.E., MAYnn ••.i:•� ' S� ', �_ : .� .t ` f ♦r ••r::�'r = tires.. ��2✓, /�.�) :F •.,. •.i � ••J\,�: ,�( .r7 Jai ivA..y. iih',� K.•�' .e�, ti INVITATION TO 1311) The City Of Deerfield Beach, lead agency for the Browerd Governmental Co- upemflve Purchasing Group will acoeFs scaled bids until 10:00 a.m., Friday, June 7• 1996 at the office Of the City Manager, 150 NE 2nd Avenue, Deerfield Beach, Florida. 33441 for: BID tt 1995.96i 14 WATR METER FIT. TINOS AND WATER LINE ACCESSORIES Bids will be pndo ublicly that timA Bids areceived at.I r ter this time will not be ac-1. toe the l ed bidder unopened. e 1. The specifications, bid l documents and information I will be available and may be i Purchasing I Divissiion, 21ined 0tGoo sbyy Boo Ilavard, Deerfield Beach, FI 33442, Interested parties hlay contact Donna Council, I Purchasing Agent at (954) 460-43ao. Questions Concerning the Specifications should be di, recited to Craig Connor, Utilities Maintenance Su. 4t �tendent at (954) 4g0-1 The City of Deerfield' B"on reserves the right tol reiect any and all bids Or to waive any part of any and all I bids. Larry FI. Deetlen, City Manager Msy 27, 1996 INVITATION TO BID The City of Deerfield 'Basch. lead agency for the Broward Governmemal Co- dparatfYe PtlMd ydlasinisunto Group - wW accept seab until . 10.00 am., Friday, June 7, 1994 0 tho OMoa of the t Cny Ms 160 NE 2nd ' Avenue earfleId Beach, Florida. 33"1.1im :.< s • is BID x1995.96/14 WATER METER FIT- I ' TINGE AND WATER LINE ACCESSORIES. ;. Bids will- be publicly f _� , opened end-rsrd blood at that thtite. 81ds recslwd at- • . ' ter this time will not be ac- cepted and will be returned to the bidder unopened. " The specifications,. bid doopmsnts aftd'Infdrmatlon ; , ;.. wO be avoUbie and may be examined at the Pur'chaeing . Olvoicn. 210 Goolsby Bou- , Nord, OeerlNld Beach, . Fl 33442. Interested parties may contain Donna 1. Purchasing. Agent. at (954) 400-4380. :•p..: QuMfls tloconcerning the apeeiflatldnr should be ill- , rooted to Craig Connor, Utilities Maintenance Su- penrttandattt at p54) Ia0- - - • . . 'Thai City of Oaertleld BMeh reserves It right to) relaCt arty and /II bids or tol waive arry part of arty and all Larry R. tyaatIon, City Manager May 27, 1/M ~ �J TO: CITY COMMISSION Larry Deetjen, City Manager FROM: Donna M. Council, Purchasing Agent RESOLUTION NO. DATE SUBMITTED: June 18, 1996 AGENDA DATE: OFFICE: June 25, 1996 Purchasing Division SUBJECT: Award of one year open ended contracts to: A&B Pipe ($320,316,21 Davis($I6,974.70), B&K Sales ($295,381.53), Lehman Pipe & Supply )� Meter (S120,049.13), Sunshine State Meter ($201,39$,38) for the purchase of water Ferguson and d Ovate accessories for use by the Department of Utilities and Engineering. The City of Deerfield Beach water n line usage is approximately $50,000.00, annual COMMISSION ACTION: �X COMMISSION INFORMATION: COMMISSION REQUEST: STAFF REQUEST: PUBLIC REQUEST: PUBLIC INFORMATION: ORDINANCE OR DIRECTIVE APPLYING TO SUBJECT BOARD OR COMMITTEE ESTABLISHED THAT CONSIDERS SUBJECT ( See attached memo) ['OjBIERESENTED BY: Larty R. Deetjen,City Manager UTING DOCUMENTS ATTACKED - YES XXX NO AT MEETING ATED: APPROVED FOR AGENDA: MEMORANDUM TO: Larry R. Deetjen, City Manager FROM: Donna M. Council, Purchasing Agent DATE: June 18, 1996 SUBJECT: WATER METER FITTINGS AND WATER LINE ACCESSORIES Bid #1995/96#14 This is a Broward Governmental Purchasing Cooperative Group (co-op) Contract with fourteen (14) participating agencies for which the City of Deerfield Beach is serving as the lead agency. As the lead agency, the City of Deerfield Beach provides the administrative function of soliciting and evaluating bids and in initiating the award(s). Each participating agency is responsible for making their own awards) in accordance with the initiating award of the Lead Agency. The dollar amount stated in the Motion to Award is the City's portion of the co-op contract. Group #9, 13, 15, 18, and 24 are not being awarded. An award by groups or by manufacturer/brand or as a whole was specified in the terms of the bid. By item with similar requirements, a greater quantity is offered to the bidders. With the economies of scaler(larrger quantities), the bidders are able to offer lower bid prices. Eighteen vendors were solicited, six bids and two no bids were received. Award: A.i PiM - Group #1,3,4,5,8,8,28,29,30,31,33,35 Total: $320,316.21 DAYiirMil W - Group #2,18,19,34 Total: $16,974.70 1=- Group#1,7,8,10,12,20,21,22,23,27,28,30,32,35 Total: $295,381.53 Total: $3,457.84 - Group #17, 25 Group #3, 14,20.35 Total: $120,049.13 -Group #1, 10,11,29,33,35,36,37 Total: $201,398.38 Enclosure cc: Andrew Maurodis, City Attorney Craig Connor, Utilities Superintendent DC95.49.wP5 'loll \.I•:. �r • nul \. •our• U� rrlirld Beat'll. Florida 33 41-359R Teleplturlr I9.i G) •tH1i_.l°I111 i'at 05 11 0104264; C IIp of O E E R F I E 6 O B E A C H July 6, 1996 Dennis Lehman, President Lehman Pipe and Plumbing Supply 230 NW 29th Street Miami, FL 33127 Dear Mr. Lehman: On June 25, 1996, the City Commission approved the award of contract for the purchase of water meter fittings and water line accessories, in accordance with the terms and conditions of Bid Project #1995-96/14. This is a Broward Governmental Purchasing Co-op Bid, with the City of Deerfield Beach serving as the lead agency. Each participating agency is responsible for executing their own contract. Your company has been awarded the following groups in part or in whole: Group #17 and 25 The contract period is for one year, through June 24, 1997, with contract renewal periods as per the terms contained within the bid documents. The Department of Utilities will place orders for supplies as needed throughout the contract period. Please sign all five (5) copies of the contract attached and return all copies to the City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. An original signed and executed copy will be mailed to your company for your files. If you have any questions concerning this letter, please contact me at Albert R. Calorllini- P.E. ( v954 480-4380. pr fire .16r vor Peggy -Noland Sincer,Hy, Cornrmssinners I;Mvndulrn A. Clarke-Re•rrl Kalhv Shaddrre. ladru Trinrhitella Donna M. Council 0ar Purchasing Agent iry 1/rrnuerr �rc R. Deety-n cc: Craig Conner, Utilities Superintendent LOC95-24.WPS 1511 \•1•.. �-r•r.'1111 \%r•nur• 11r-r1•Ii�-Irl I".-a,•I1. IIrn'iIIa .;:;III•.;..VC .I•r-II,Irllrun•'r11511 ICII-I_1111 1'•:1♦1'1,iI1 1::11-1_1r:; July 6, 1996 Q E E R F I E L P B E A C H Mike Mobbs, Officer Manger Sunstate Meter & Supply, Inc. 14001 Highway 26 East Newberry, Florida 32569 Dear Mr. Mobbs: On June 25, 1996, the City Commission approved the award of contract for the purchase of water meter fittings and water line accessories, in accordance with the terms and conditions of Bid Project #1995-96114. This is a Broward Governmental Purchasing Co-op Bid, with the City of Deerfield Beach serving as the lead agency. Each participating agency is responsible for executing their own contract. Your company has been awarded the following groups in part or in whole: Group #1, 10, 11, 29, 33, 35, 36 and 37 The contract period is for one year, through June 24, 1997, with contract renewal periods as per the terms contained within the bid documents. The Department of Utilities will place orders for supplies as needed throughout the contract period. Please sign all five (5) copies of the contract attached and return all copies to the City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. An original signed and executed copy will be mailed to your company for your files. If you have any questions concerning this letter, please contact me at 1►,r.rrr (954) 480-4380. Uteri It. I'z I •Ilini. 1'.1{. I i p 11,1 Sincerely, Pr•-� �r�I:urJ i i:�,.,,,Irrlr•r1 �. 1.1:1,1., -lie r rI Donna M. Council hate, rhaddo%. kmart•,r rrim-ti,t-iia Purchasing Agent "' """ cc: Craig Connor, Utilities Superintendent Lam li. IIr•r•Iir•rr LDC95-25.WPs r� Lill \-I•:. �...... 1% tu�r 11 •�•rli�•IJ It :n li. I'I�n irla as I tl-:i:r'JJ{ Trl� phnm V.i l l I$11_ I'llll I' a\ r-1 a E E R F 1 E L 0 B E A C H July 6, 1996 John K. Gardner Davis Meter & Supply 7300 Haverhill Road West Palm Beach, FL 33407 Dear Mr. Gardner. On June 25, 1996, the City Commission approved the award of contract for the purchase of water meter fittings and water line accessories, in accordance with the terms and conditions of Bid Project #1995-96/14. This is a Broward Governmental Purchasing Co-op Bid, with the City of Deerfield Beach serving as the lead agency. Each participating agency is responsible for executing their own contract. Your company has been awarded the following groups in part or in whole: Group #2, 18, 19 and 34 The contract period is for one year, through June 24, 1997, with contract renewal periods as per the terms contained within the bid documents. The Department of Utilities will place orders for supplies as needed throughout the contract period. Please sign all five (5) copies of the contract attached and return all copies to the City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. An original signed and executed copy will be mailed to your company for your files. If you have any questions concerning this letter, please contact me at (954) 480-4380. u,,If) ,• llperi R. I:;,i,,.11im. P.E. l i''• IJ.r,,.r, Sincerely, Prgur \nl:nul .nrl,.Ir•.. �. ta:,r�,•_It,•,••I Donna M. Council Purchasing Agent \uuuI l rim Ili lr•Iln 'h cc: Craig Connor, Utilities Superintendent .urr•. it. I).•,•,;,•„ LOC95-26.WPS I5AI \,I•.. oleo \%�•nu,• I).•1•rl'i,-It I It.•:11•lI. I'Intv.la I II :;.;'t1: r.•I.•I,h.r1n•'.'t;II I{:11-(_'111) 1'a. iv111 1;:It_12 1 : r July 6, 1996 (A t ., J. 0 E E R F 1 E L V B E A C H Mr. Mario Amador Sales Administrator A & 6 Pipe and Supply, Inc. PO Box 3367 Hialeah, FL 33013 Dear Mr. Amador: On June 25, 1996, the City Commission approved the award of contract for the purchase of water meter fittings and water line accessories, in accordance with the terms and conditions of Bid Project #1995-96/14. This is a Broward Governmental Purchasing Co-op Bid, with the City of Deerfield Beach serving as the lead agency. Each participating agency is responsible in executing their own contract. Your company has been awarded the following groups in part or in whole: Group #1, 3,4,5,6,8,26,29,30,31,33 and 35. The contract period is for one year, through June 24, 1997, with contract renewal periods as per the terms contained within the bid documents. The Department of Utilities will place orders for supplies as needed throughout the contract period. Please sign all five (5) copies of the contract attached and return all copies to the City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. An original signed and executed copy will be mailed to your company for your files. If you have any questions concerning this letter, please contact me at ► a „r (954) 480-4380. Worm R. I:aprllini. P.E. I irn ,l,n•„r I'o.Ug% N..1„tt.l Sincerely, � % � 7 I:�..niltd.•n \. Iaur6r-Ilrr,l Kallt> Donna M. Council ►ttttttlt„ rrittrltil, u:' Purchasing Agent City 11finn-'r•r Larr% It. Dve-64.11 cc: Craig Connor, Utilities Superintendent LDC95-21.WP5 • C� • 1511 N.I•.. nnl \%-•rr 114 I)rrrlir Irl Ilr•arlr. 1.11pritla ;a 111-3598 Trlr-Irinrnr 0.-111 Ino.1_(111 Fit\ 19.) 11 lips_ 1 j(,;; r City B E E R l E L D B E A C H July 6, 1996 Shawn DeFord Customer Service Representative Utility Supply Group dba B &1 H Sales, Inc 1101 W. 17th Street Riveria Beach, FL 33404 Dear Mr. DeFord: On June 25, 1996, the City Commission approved the award of contract for the purchase of water meter fittings and water line accessories, in accordance with the terms and conditions of Bid Project #1995-96/14. This is a Broward Governmental Purchasing Co-op Bid, with the City of Deerfield Beach serving as the lead agency. Each participating agency is responsible for executing their own contract. Your company has been awarded the following groups in part or in whole: Group #1, 7, 8, 10, 12, 20, 21, 22, 23, 27, 28, 30, 32 and 35 The contract period is for one year, through June 24, 1997, with contract renewal periods as per the terms contained within the bid documents. The Department of Utilities will place orders for supplies as needed throughout the contract period. Please sign all five (5) copies of the contract attached and return all copies to the City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. An original signed and 1 /rr i»r executed copy will be mailed to your company for your files. 11Lrrt R. Caprlliui. P.E. If you have any questions concerning this letter, please contact me at Pri1J \.duuJ 1;, 1 „r (954) 480-4380. I:�.�u,lulrn \. I:I:uLr-lirr•rl SInCly, I�alh) 1harl,l,r�. / ruJru Trinrhitrlla ��, r7 ( i(� Unnrrrrr Lam R. u, ,•l;r•rr Donna M. Council Purchasing Agent ® cc: Craig Connor Utilities Superintendent Lill \.I'.. 0114J \\1',II,r I)rr•rlirl,l li-it rli. FI4n'i,la .gal II-:;.i�li; I' Irl,l,unr i V.i l 1 0- t2I10 Vax 195 t i ti111- t�i 11� .`_r C1r, f. a E E R F 1 E L 0 B E A C 1-1 July 6, 1996 Frank Nagle, Customer Service Representative Ferguson Underground 2361 NW 22nd Street Pompano Beach, FL 33069 Dear Mr. Nagle: C7 On June 25, 1996, the City Commission approved the award of contract for the purchase of water meter fittings and water line accessories, in accordance with the terms and conditions of Bid Project #1995-96/14. This is a Broward Governmental Purchasing Co-op Bid, with the City of Deerfield Beach serving as the lead agency. Each participating agency is responsible for executing their own contract. Your company has been awarded the following groups in part or in whole: Group #3,14,20 and 35 The contract period is for one year, through June 24, 1997, with contract renewal periods as per the terms contained within the bid documents. The Department of Utilities will place orders for supplies as needed throughout the contract period. Please sign all five (5) copies of the contract attached and return all copies to the City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. An original signed and executed copy will be mailed to your company for your files. If you have any questions concerning this letter, please contact me at (954) 480-4380. 11n,nr Albert R. Caprllini. RE. ►,rP u,,,„1• SincereJy,�y, / (:unu,uazinn Nrr (:a%vidolrn \. (larl<r-Rrr,I Donna M. Council l:atl,c 'iha,ldut. Purchasing Agent iuwdru TrinrhitrlL•, 1:; Il„nr,�rr cc. Craig Connor, Utilities Superintendent Larn H. Urrtjrn LCC9&23.WPS 1 0 1 0 X x uv co A 0 5 i Cl) __1 1-0 V I a 81 0 up I — 0 Ev m , I ar go o- 'n Cal a C3 icy . .... ..... an gr. rr W, r- 06 60, eL c to ........ ... 40 fox:... zt p go p r, P, 9 FE K K. Mr m C2 co pp r r ea rn m a Ir .......... ...... ... 'A 40 x 6 ......... 44 0 0 a: "Do I a mr. aIT CL , f o w r-r w 0 rr. 0 u a a a CL 2. U Mr. a a 17 rr K gr 'o go 0 _u R 70o a. m 0 cr u a 40 0 40. ST tr CL a oQ C2 (a . ......... 7 r2r.sT . .......... ZC Ilk :44 *k a . m Zry e g. Q C6. N.9 . m w rj 0 0 4W 0 0 46 3 �W �b 0 , ?w 07. 07. ir. u CL q a 7 U FE 9, Er, CL a CL m Iz. a v CL a C* 0 r 0 c L e c z ch 0 15 1�= 1Z.- TED a Z m u M M EL r 2. cr a U) r2y 1� V, M Zn ?L rr M 4 4A rnmm� P. CD 8. Si A& a a a a 7. No Text � ƒ § � &� �i!!$7}|■!Z{ �$)J/��f�\�&^! � � 2 � } � k ■� k { 8 § 2 ; ■ £ f2 ■ƒ}$��ra \ � f! 22F�!!`! ■�!-9 ; § iL § J § \E a§2ia�;2�!!§�§ (!� § J § § § § k ® � @§■G } k $2L2 r / / \ f s3 go o ra 44 A ca ml: Lr I cr M4x rs:: 0. Ca ut ........... . ..... . ..... . ......... ...... ......... ..... 5p 41 ........ ... pl:.: ... . . ......... to ........ ...... T, 4cf cr x, z (T cr A, to O. ?L rr. rr. a Rr m P—; z -u m w ft 'a cn a & 0* m-1 0 o 0 a) rrl 0 0 0 0 -4 c* N m wommommod M siP IMJaJ»"13JJJ J J J J al J a IM J J� J� �IM'1 -1 In $ Iiilal^iel��iiliilr�►ii�.IawII:�ItX:l�:l " 14,10 J -I � J ill J � -1 -1 -1 !� ..I � .,I � -1 -1 s -1 i; -1 -11,.I � .,I � -1 -1 � -1 gis Igiilgi.IsJ32iilgi:igi-I2I;J2Jai:ISJ2iJg412Jg�I2JIgJ2.lrlJa�;I� a V a a a a A g g €..g..g..g g g g g g g g g p p7 16 i :.w. il. •• '.:,.i N � � � : iM i �i fI M � iY •� � VF.F K i! :ilk 1� a it iY i� i i• 1Y L' CL a i Eli how � Y� � �o�$�Rill a S ...... '18 w iiU sq 7p� ~ c c N � 19 CL m �EAUcc �m Ua ksa $aawa N a 8 La� a_ $ 5 LL t - N x [x� U Y sUt C u x u u U 1[ V t`! • 9 w N d A N K N N K N N R A 0. w d i 6. a LL a LL y LL 4. LL d LL' a v ... Q' 4 �' @ m 0 LL 0 w 0-7 0 .: � � � .: vi 9 c w c � c .� c 'z g' � c +jl+; I+ir W, DWI ambm, DWI N D]Nrdt1[+ti[ • I* KI A rii _c" O r � g ISM FL _ g C. 31 {� a a �� � 4 � W�W�m�Rs�n�s� •���gii� �` I11 Ell i i N O � Y NN � � r N� o ax � x � •�' ��r ov 1".:Q: A V S p�p�� f71 pp��� g ppry� W /Jpv. rS Sj: O ta aa z c rc _ _ a N N Pi '!A tl S Nf T $ N VNI �pp .. 4 O O V 3 i$ isl g M LT n �' 4 O O m _ _ 4ig N lT N N 0 0 pN C m ofta INM� N 7 at 7 1: o n a G � g S $ $ S g $ a a n o c n� l $ I $ I n I• � I �� 4� I u g l 6� I 4 I� IS I a CL 0. Q n�i N N p O p p W C G (n N O 0. 4 a 0. 4 n -_ cli �+a wiia�i� `►a '�' �8 88 8 8 8 o $ a o a g ii g i � i g a gr 8 a m � g838_ E] ^ O O g�pp 8— g O �mg��cby� N A u►'gLi$�i$Y+� �y N i cllo �� N O! p N A M ry �m�momg S oL N N 4d M I M C •. M ES CD All 13 W pp pp 2 O O N 8 81.4 8 O n 8 a �► � � K � M � N � N ci N Q J Q 2 In to N Q N N M N a gigs gl C a: :p � N �c e - a: a 2 In In 0 NI M ..�_ �_ i ink - N 4 M ik ::� '::iY N '6 N 4 m m M M m M C 64 a Lam+Es E E E E 0 a s , 7�i ro n ro ul 1-11181 is j I j '2 J '2 J N °' 'iQQi p pp pp W J a Cl' c c c a to 3 cm cm r5 c� (9 S N m � N � Y► � N a N 6 i0 a a !'Tv.8 8 r;' 5:�.. 2.,2.. O q O a �Q{y N w In N to o P a �0 c?Ci 10 I 0 Ln 54 c7 ff CL a 3 o i3j O s 9 co 0 =N - B ii a. a 4 � � $ d I Gi C i pp i 3 a S p �q # �$ +! I �PP im I!p O Cl x'N1 ?: W :: y 94 y r' .: .: m ;MN . 3 aNS i M CEO n a,N n �: N a N ONl n m a,(Np 1g 3 M a Fw. Oco (JI r u m Ln y� O 1N� SiA yN Ol lit m i = « pp pO i CC� w N AO W W r y J O p N 0 0 NN p V p C e N GIQ: V A a�i V rNtl b/ A+ pp L N tp $ p h Of CD1!: r co A3 m N x M N V N N N N G yy N� G 7S m of N N # N i! g 4 O Fr.f1.. U ac a o n o 2 z $ a a q a a a a n a n. y m pp p�pptl p� pp oo 0o 0 o as x as s : to at a► x n u o 0 v 0 v 0 0 o a a e a o og L c, m a c Q o-zi v v v o o O ni 'M .12 Cl! V UA r C� Cl is Go 2 4 q OW v 3 3 LL Ri 0 irJ `I . . ...... ....... .. ...... .. .. .. . ...... . .... .... ........... . ...... . .... .... ...... t .......... ........... .......... .......... ......... .. ... .. .......... C31 ... ..... Q Wo. ...... . ..... 40 ..... ....... . ..... ..... ..... ... ......... ....... w # R ...... ...... ..... ..... fLj . .... I ... ..... ..... pxx ;;;;7 N ...... ........... .. ........... ... ........ M 12pp ap p 40 (4 C2 2 .9 p 2 2 a a 2 2 E g. a- ji, a a a .2 3 '2 :va oc o Q 0 a 9 0 r. 0 a -A --f —J o C2 400 40 CL CL CL 0. (L 0. 44 —0 am CDii:.C2 ji im to w ww CL ru 12 12 V Olt 412 jj jj .4 gIIa gt4k gai g;j h 1p 2 2 Lp LU a co co N 02 to 03 w Ir W CL 3: CL m m m v 0 In< � J x — 0 p q' n 3 mn im m Q g o1a $ v v 4i m N q 7 01 C „; N •n O: H : 6T ��jj S• r s O d n� 7R 2rn'i�M w K ad �M x r os i3! N V N !0 N V N !� N "• N �:: b A A �"' `'pp M i x N� �i� W N ... A. P A P V cz a s a € a .. € q 40 op e�CL a y., id ny .CL C o: i b' 3` pp 0 0 q x6 S o ... . Q. • N I 0 q rL asIm G nv T q �i q - .. q - pc q Q'. 40 IL SL •� ::: Co 8 a c� �� p a a a CAFr m m Z _ 4 6 a4 6 2 d 4 �: 2 3 q x (( N r er i! p a u p a a 44 3 O $ v �. o c d: m 0 IN ➢�� M pN ppOry 0 �p,� pp �.00 U 8 $fix QMWj $ 0�e71 N .. Q..�q�. N a.. O Nt 14 O . .. Q L" q iR a 0 L". 0 S r � m� prpy� ix m?m m 3 m a � ae a a � rn (ye y� a y� nq.� r�i '► ~ 8 $ � • p ,O O O Y Q $ CC { N R s n a n n a m b a M m N p M ca 4 .� $ g 0 �i 0 m 044 0 0 °5 w 0 0 c - 1 1 lo E.- N g.1 2 2€ a 2 a a $ a s 1 a a 2 a g a..laJig..la_11 2,a.]8..I2ja..la..la..la..la"12..12..12..1a..12_112J!J2.. N ti N tS S R $ R S S SS S o I� I� I� I� I� IM «lYi «Im «I» ..I» «I� «I� ..I12 � ,elf _I� _ p m O of 8 � N oN Y► pp W yp� --a ys[j jig cy�� N$rvf:n tr' R i' Npry°dt9n`� ro 1F • :: qj N iF .:# N lh N:A . ili : ■ tjj .N #f i� : ' iF M ii V► ii :..: N ::r•. .. .iU;T .:.:.ii. ,. . . 0 0 $ $ $ $ •'a $ $ $ $ $ $ $ $ $ $ $ $ $ a $ ��► 2ta�::CO .2::2::2Mg�:�.g::g�:gg:a::g::g;:F:gs�: .:12 ._la Ja 2 �2 —In ci ]�yj] (NQpp 1pQp �pppp p0ppa �fpppp� Epp � # # Y► # LL # N M M * ^M+ j~�' �j ili 1! ' ij' Ij ie ik N # M iF y N wl� Ilm h m M tll N m M m N R1 M m M m M m M N Y .si Si Y Si Y .Y St fi Y St Al !t yy 6m am am am sm nm a_ a_ 12 n@ r n E N 4` a a N n N g 4 N O ik 7 n 2 _ Lg 32 a g 2 �w am ' 2 LL m a g 9� m � s LL m :� B co :2E LL m p 3Gg mm :E � m O S m O m LIL m x r O N Q O Q Q N f7 Q_ " ` m �° m w H n. LID N e L° m 2 m 0Q x :� I� x it !van x x x x it 9i x x x x �y �, x El mo C I -1 �J 10 I* �n Yi�i �i o i1i i o c c _ sgxxg ix 0 0 og m 0° ll Tmwsms°° °° mm m m m m Hga�yd�� �pp�ap A cooT, i+� N p G 3 W T N 7} p •w Y T �1 np T (•) 11 m Q H O Q .y1y� Y OC Y Y Y YP i r 1 A r T M 1 1 1 1 1 H to N~R$ MxAfR uy(r�i mR OU ismR 8N 1R M13D R Vflo' yR Oi mR N4i � x !! N r a a __ N ar 1 a .c .r te r •• � .. V � • � at g Ob ]UN, !lPt B I G !-� a ;- g a 8 n:3 o 9.$$ 's 9$ 9 9. 9. 9.$ s $C ..... ... ..... . ;AM N U y 0 G. VI p o C o O C C O O o O n c] Q= y v 3 Q n or m S cr n cr S Q g d g a cr cr cr O n m a a a O O O 0 � Q q v Q v Q v v v q o• P 'p" C No Text • • 10 m x x X i x x N xs� Lam L°xL�x x�nx tn; —x C _ C. N N ait rn ZAI i 10 at iR p� a��y' ci�Y � ::�.. a at '� y + �r y� a� �� N + r► r w a� i ae m m co o m[':: a w to a a° w « a 41 a N M p M p yN� a N n 18, a CC C�CC CCpCp C !r�pp!!� w�pp .'.,y 1�g!it� !!�p:�� 40iS S ' C ..! O O Sim&SnS�Wj RNjffiS Sn �. Q S: y y AA p� 44 H A; wCA '�41 tlWv S O O$ 4 O . day N N W x X ?C X ?C X X X X m � x M A y w A yUl to:i m - rra oIM p p w O iR i y! i! i ik 0 �' L7 N w y N �• r w N G �w q .. ow �l a w V1 A � as b: A A A 41 A A A CD SL N p N p M p« p N a M n M a C N C, m y N j N � N at N at �+ p1ca y .. o] .. to Go co w' o O s a a a y Q{.p:� G' a. p M '1 m up a n S a n (~i ` « d ° § § »� k ) \ / �2 2 - | 2 \ 2 = im z \ » |lf2k)\w CL ƒ 0, i§ / © \ § 2 k 7 f��c § \ R k : 0 0 I* (n so C3 T 4. is 18 a O ............. .... ......... ....... .............. ... . . ....... .... ..... ... ... . . M ... . ...... Ah O m r2r. ck -; I m 'o . ! J!K 3 m GL Kr L w o u, 4a ro M a vlim'- at M a 0 z M M 46 d -1 -bb IN 15 T -4 -4 0 c ca MR Al M m m F M2 F A A F ca �--�� .9 _3 21 401 A." s, 1 :7;::; W, .... .... ...... ....... ........ ..... fb 'A CL 4a 4a tR (a 9 ul 05 CA "14 O go U) .... .. . ......fl go 40D ........ ......... .... ... ..... fa m .... 17' qk 4, IF . ...... ... ... . . . ....... u cn -4Q1 -4 . ......... . ........ m S K cr z m T Q. co 40 m ac 7L g Mr. A F4. m rn (Aj 4A Er, z 0 -4 9 9 !n ti .a 3 1 a '" C CA 2 . Is 2 Z. 1, .2 , co) r2r, , A U, ' zj K a 2; u U. ' Sx t a, z 4: R m O OAS: rn —141 4 1 at m 2L �4 m j 3 " 5 8 0 -9 M T — ch s .9 % m al , Am R M-1 -4 O fS 0 iM!i` E!!AEiiA N T :tit O AN v v p 0 4 � � m N 8 g N a » 411 M 1y M e a. MO W � N e 0 8wgJ8J 9 C r $ r N M Rik lg M n ly r 40 •iN N 1► � � � 8 S 8 M J Ll N ,l i Ap'l N J aJ �qw A5, J51, A J N J N J S j�� S ie � ii N 9i "� ii N ii � ii � ie � ii ("V� ik N ii /�► w � r M ipl; ��-.1ai�2a"�lain -.5a5-DIE ta a g.l8.IgMI�.Ig I *IBJsJ :I2j32t:IS::l �:I8 a a a a a e p a _ �i C 8 CL 8 3 m:to mmNra acn IL to ¢ u� 9 iil 1P 8 � LL S LL LL$ LL LL$ LL d m .X .6 46 8 F m N in c �o Io iv 50 • �J r� • I* N m » o o im ,; I , d I d I I 1 It d» d d N ti a IgJg Jg 1g.1.1NJ�J�al�2INEI»EI�i��* �I$J� Ig P.. g..g....5..8..2.a..g..g.;g.;.;S.,g.,g..g.;..g..�..go N it it it 7 I� IN� I" Ig ..1 M3ZI 1111 jg jg Jg jg N x $ $ $ $ $ $ N $ $ N $ $ $ $ Z C $ O N �. p C gg.g.gg,,Na�aNag..g..g..g..g..g..NaMLLg..�� d C °� N a $ G m 1. ,D C a o7g3�nm ..i7y m�i.. "17 Rr:1 g2mG rn m$��mn�{am mmit .my 4: nrn2�v 51rn t6 gx �cc 1y tn Mm .• m (C WV ui 4 6 :!• 4 m q LL i q IL O d� 4 41, p S d m �C 1� Y 2 z _ x !y Ayg • d ` LL >F 6 W x a x S li x 6 x a �y M p p N I I 11 .2 C .2 C m 1� € i y . $E O LL 4. LL LL i LL W U N n fA Epa (((//1��� m YN IpP tl1 9 E © $¢ mm S E3E m m m m U 12 U .Y U U .52 Q Y U Y U ❑ ❑ 2v �i V li R n n A A A N N 2 N �G N N R N N R O N= = N Ri 7 m O N C M � m to C7 • C I C I ar" 8 N _ y A sg� �i a r� gq mg N a +1 ear :n n n: -n 11 Ww$y w� w w a w ?t K a YL ]y ?c K a 9 ggyy � a V A T31� � m X r 11 1 all 11,11 to 14i0 -1 �1 'ill C Il 31,1111it II �i I �1I1 sI at a� a' Yp 6ohom�aooao a'�m(r/�� ao' miam aoaw m may d qq pp pp A p_p .VV pp ��yy pp •, _NN pp pp pp g$ pp N N ..���i�:'��; �p�_ �p. pOW_ � Voo. A_� "� fly a � II I# �� al. XI. FL al. K. K, I* I. I� I. gl. I.► I. I. al W;1p o yrogp g 4 a a s a a a a a a a a a a a a a a a'• a !R' s C is r N m rp NN ii pp L pmp (A� pp�� po g •.•::• • ....... .. .. .. Aii S� pp (per (p� p ' :: x 76 (Wp yUN1� A A W X M (��1 i /M_� �! N Urm�l i N w N �•� •a q� O mm pp p' p q U m V m .7i Q Q 8 pm� d Nn ��_10:. d~i n a Q a a LT a S a a m d 6 a a a g a $ z 111 mv a FL 8 8 8 Q O� Ov Gsr o v rn O O O N WW W .. t�py d' fffllllll ...: . ::::. •. •:.••... e• , ....... ,_:-:: = F: :riEiE:::! :r to — �. b . i:. ILL S Q T i I C g...,g..B..S.,$ SKY -a Cl Caa to 77 SO M p Co p 0 Q p: pp 44 vi to 1I 12 m.. 5 8 g S WAS 8 ti y€ i p 8 p o 3o x ... F O! �y r ,01 s'' Si Sig5ig5ig5tg� �' lug, o 40 ci • ' .. i�i� N px 4 8 07 S U N M > x N '�' � ik > CL Lu t Q p s O a • • •I