Loading...
HomeMy WebLinkAboutVII(B) Authorization For Purchase Of Meer Boxes From U.S. Filter Distribution Using The Existing Seminole County Bid, Funding In The Amount Of $43,380 From The Water Division Meter Account Agenda 9-05-2000 Item VII B "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER -- Ocoee - S.SCOTT VANDERGRIFT C�. � CITY OF OCOEE COMMISSIONERS M a 150 N.LAKESHORE DRIVE DANNY HOWELL SCOTT ANDERSON D OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON �'4' . ���� (407)656-2322 NANCY J.PARKER OE G OOP CITY MANAGER ELLIS SHAPIRO MEMORANDUM DATE: August 14, 2000 TO: The Honorable Mayor and Board of City Commissioners FROM: James W. Shira, P.E., City Engineer/Utilities Directoo SUBJECT: Purchase of Meter Boxes In accordance with our purchasing regulations, the City Commission has to approve purchases over $10,000. We need to purchase a supply of meter boxes and lids, and have found three suppliers as well as an open Seminole County bid. Two of the suppliers quoted prices equal to the Seminole bid price, and the third supplier was higher than the Seminole bid. Copies of the three quotes and the • Seminole bid are attached for your review. To avoid the time and expense of advertising for bids, we propose using the existing Seminole County bid to purchase the boxes we need. The City Buyer has confirmed that this is appropriate and acceptable. Using this bid, we will purchase 300 15"X 27" boxes and lids at $102.00 each, and 213 15"X 17" boxes and lids at $60.00 each for a total of $43,380.00. Funding will be from the current budget, water division meter account. I recommend that the City Commission authorize the purchase of the above described meter boxes through use of the existing Seminole County bid. As always you are welcome to come into my office or call me if you have any questions on this or any other topic. JWS/jbw Attachments bjL ProteetOceee`s Water:Resources Memorandum TO: Jim Shira, P.E., Director of Utilities and Engineering FROM: Robert Holland, Utilities Superintendent RE: Meter Box Purchases DATE: August 7, 2000 Attached, please find three (3) quotes from various vendors who supply the CDR water meter boxes. The reason that we requested these quotations from these other vendors was to validate the fact that we can not purchase these items any cheaper than the purchase prices that are reflected in the Seminole County Annual Agreement. (I included the Seminole County Annual Bid Agreement for meter boxes and covers with this memorandum for your review.) It is my understanding you will need to prepare an AGENDA ITEM for approval by the Commission. The Agenda Item should reflect that we wish to by-pass the "sealed bid" process and that we are opting to "piggyback off of the Seminole County Annual Bid Agreement for Meter boxes and lids. No other outside source is able to provide us with a lesser price. If you have any questions or comment regarding the enclosed information, please contact me as soon as possible. Prom Davo L. Bryant II To:Robert Hollarry-Ocoee Date:0tlrU4/2000 Time:10:43:22 AM Page 2 of 2 • Job Name: OCOEE METER BOX ATTN: ROBERT Salesman: David Bryant Location: OCOEE Branch: US Filter Distribution Customer:OCOEE, CITY OF Phone: (407) 297-6147 Engineer: Fax: (407) 290-8849 Bid date: a/o4/00 Seq# Qty Description Units Price Ext. Price METER BOXES(SEMINOLE CO.) 20 (ID- '300 15X27 CDR BOX COMPLETE EA 102.00 30,800 00 STRAIGHT WALL, W/2-T/R HOLES 2-INLET MOUSE HOLES 6" HIGH 0-OUTLET HOLES 30 163 15X17 CDR BOX COMPLETE EA 60.00 9,780 00 STRAIGHT WALL, W/2-T/R HOLES 2-INLET MOUSE HOLES 6"HIGH 0-OUTLET HOLES 40 50 . 15X17 CDR BOX COMPLETE EA 60.00 3,000 00 STRAIGHT WALL,W/1-T/R HOLE 1-INLET MOUSE HOLE 8" HIGH • 0-OUTLET HOLES Sub Total $43,380.00 Bid Totals • • Bid Total $43,380.00 • • • • Date Printed: 8/04/00 "Provided for the exclusive use of US Filter customers" Page Nc. 2 08/07/00 1i: 3& AA EUl lib t - UfLAINUU crc raga c ul C. •+ U Kemi t l o:I 110 590 NORTH FERGUSON DR. • ORLANDO, FL 32806 P. 0. BOX 106837 .+I 1,,1,1 ti IAl Telephone 407-291-1645 ATLANTA. GA 30348-5837 ORLANDO WATER & SEWER Quoted To: Ship To: CITY OF OCOEE CITY OF OCOEE 150 LAKE SHORE DR. 160 LAKE SHORE DR. OCOEE. FL 34761 OCOEE. FL 34761 • PRICE ' Bid # Date Quotation Notes Exp Cate QUOTATIO N 971323 08/07/00 ATTN: ROBERT HOLLAND 09/01/00 Wh Slsm Writer Pg 24 SRD 1SD 1 Ln Quart Our EDP Code Loc Description Net Price Um Extension 1 300 8971323*6672299 NS 15X27 CDR BOX 102,00 EA 30600.00 2 163 8971323*6672325 NS 15X17 CDR BOX 60.00 EA 9780.00 3 WITH STRAIGHT WALLS & 4 2 TOUCH READ POLES. 5 50 8971323*6672333 NS • 15X17 CDR BOX 60,00 EA 3000.00- 6 WITH STRAIGrHT WALLS & 7 1 TOUCH READ ROLE. • • • • • • B4d Total:' .$43,380.00 . Quoted By: Date: - . oe/(j(!QL 14 UKLHNLU y 41U r==o f4J. i eta.JJu vuc CITY OF OCOEE SEMSCO - ORLANDO 151 LAKESHORE DRIVE 295 LYMAN ROAD OCOEE, FL CASSELEERRY, FL ZIP 32707 Telephone: 407-831-3516 ZIP 32761 8/07/01: Bid ID: 5065231 METER BOX BID Page 1 Sell Net Extended Line Quantity Per Description Price Price 40 300 EA 15 X 27 CDR METER BOX COMPLETE 108. 00 32,400.00 STRAIGHT WALL ,W 2-TR , 2 INLET MOUSE HOLES 6" HIGH 80. 163 EA 15 X 17 CDR BOX COMPLETE , 62.00 10, 106 .00 STRAIGHT WALL,W/2-TR HOLES 2 INLET MOUSE HOLES 6" HIGH 120 50 EA 15 X 17 CDR BOX COMPLETE , 62 . 00 3, 100.00 STRAIGHT WALL OT6HIINLTMSLES " HOLES TERMS/CONDITIONS: UOTE IS BASED ON FURNISHING ESSENTIALLY ALL MATERIAL LISTEpp AN ORDER FOR ONLY A PORTION OF THIS QUOTE MUST BE MUTUALLY ACCEPTABLE. NET 30 DAYS UNLESS OTHERWISE STATED. TAXES WHERE APPLICABLE ARE SHOWN, PRICES ARE GOOD FOR 14 DAYS OR AS NOTED ON QUOTE. F.O.B. JOBSITE UNLESS OTHERWISE STATED. I • OFFICE OF MANAGEMENT AND BUDGET SEMINOLECOUN7Y FLORIDA'S NATURAL CHOICE PURCHASING DIVISION August 30, 1999 U. S. Filter Distribution 3333 Old Winter Garden Rd. Orlando, FL 32805 Attn: David Bryant-Account Manager Subject: NOTICE OF AWARD A/B-363-99/GG Annual Bid Agreement Meter Boxes & Covers Dear Mr. Bryant: On August 24, 1999 the Seminole County Purchasing Manager approved award of subject agreement to your firm in accordance with terms and conditions of the bid documents. The period of performance is August 24, 1999, through August 23, 2000. All purchases must be ordered via a numbered Seminole County Purchase Order or Release Order. Appropriate County departments and divisions as well as other governmental agencies will be furnished Annual Requirement Data Sheets. Thank you for your interest in doing business with Seminole County. Sincerely, Gloria M. Garcia, CPPB Senior Buyer 1101 EAST FIRST STREET SANFORD FL 32771-1468 TELEPHONE (407) 321-1130 EXT 7116 FAX (407) 330-9546 'Submit Bid to: TERM CONTRACT SEMINOLE COUNTY SERVICES BUILDING INVITATION 1101 E. 1st Street Room 3208 FOR BID#A/B-363-99/GG Sanford, Florida 32771-1468 FOR: Meter Boxes & Covers Attn.: Purchasing and Bidder Acknowledgment Contact Gloria M. Garcia, CPPB, Sr. Buyer, BIDDER (407) 665-7123 NAME: 0. 3. FI`TOR- 'D)g -p...) VT)o' Bid Due Date&Time: MAIUNG August 13, 1999 at 2:00 p.m. ADDRESS: . Location of Public Opening: 3333 DLp ln/„„r�e 4-,9 .8N R9. County Services Building, Room 3208, 1101 E. 1st Street, 4-,9-A✓flp , GL. 3 l BD.- Sanford, Fbrida 32771 Phone?: SOO— y3D.- '573 Page 1 of 14 THIS FORM MUST BE COMPLETED AND RETURNED W171-1 YOUR BID GEN IL wilTO .!NSR3i:1_G. . = _..,... 't'�. .;A1�.1{I1�URJYlf1'#1tf�1i These documents constitute the complete set of terms and conditions, specification requirements, and bid forms. All bid sheets and attachments must be executed and submitted in a sealed envelope. The face of the envelope shall contain Bidder's name, return address, the date and time of bid opening, the bid number and title. Bids not submitted on the enclosed Bid Form shall be rejected. Bidders shall submit three(31 complete sets (one[1]original and two[2]copies)of their bid, complete with all supporting documentation. SUBMITTAL OF A BID IN RESPONSE TO TI-DS INVITATION TO BID CONSTITUTES AN OFFER BY THE BIDDER. Bids which do not comply with these requirements may be rejected at the option of the County. RESPONDENT / RECOMMENDATION OP AWARD INFORMA3T1ON; You may call Information on Demand at (407) 975-002A (document number 3634) the day following the due date to receive a listing of the three apparent low bidders,and the bid amounts. Upon determination of the recommendation of award,this information will be provided on document number(3637). C9NTACT: All prospective bidders are hereby instructed not to County to do so. The County will notify bidders of all changes in contact any member of the Seminole County Board of County scheduled due dates by written addendum. Commissioners,County Manager,or Seminole County Staff member other than the noted contact person regarding this Invitation to Bid or AXECUTION OF BID; Bid must contain a manual signature,in ink, their bid proposal at any time during the bid process. Any such of an authorized representative,who has the legal ability to bind the contact shall be cause for rejection of your bid proposal. Bidder in contractual obligations in the space provided on the Bid Response Form. Failure to properly sign the Bid shall invalidate DEL The County, at its sole discretion, may delay the same,and it shall not be considered for award. Bid must be typed or scheduled due dates indicated above if it is to the advantage of the legibly printed in ink. Use of erasable ink is not permitted All corrections made by Bidder to any part of the bid document must be Bid#AB-363-991GG 1 • ,initialed in ink. The original bid conditions and specifications cannot MISTAKES; Bidders are expected to examine the terms and . be changed or altered in any way. Altered bids will not be considered conditions, specifications, delivery schedule, bid prices, extensions Clarification of bids submitted shall be in letter form, signed by and all instructions pertaining to supplies and services. FAILURE bidders and attached to the bid. TO DO SO WILL BE AT BIDDER'S RISK. In the event of extension error(s),the unit price will prevail and the Bidder's total $IDDER Ir ORM 1TONt Bidder shall complete either the offer will be corrected accordingly. Written amounts shall take "Corporate Authority", "Joint Venture", "Sole Proprietorship", or precedence over numerical amounts. In the event of addition "Partnership" portion of the Bidder Information Sheet, whichever errors(s),the unit price, and extension thereof, will prevail and the part applies,and include with their bid submittal. Bidder's total offer will be corrected accordingly. Bids having erasures or corrections must be initialed in ink by the Bidder. JOINT VtNTVRES; Bids submitted by firms under"joint venture" arrangements or other multi-party agreements ma submit a power INVOICING AND PAYMENT; Payment for any and all invoice(s) of attorney delegating authority to one principal with authority to that may arise as a result of a contract or purchase order issued negotiate and execute any/all contract documents resulting from pursuant to this bid specification shall minimally meet the following negotiations/award of this Invitation to Bid. conditions to be considered as a valid payment request: NO BID; If not submitting a bid, respond by returning only the a. A timely submission of a properly certified invoice(s),in strict Statement of'No Bid, and give the reason in the space provided accordance with the price(s)and delivery elements as stipulated Failure to respond three(3)times in succession without justification in the contract or purchase order document,and be submitted to may be cause for removal of the Bidders name from the mailing list the Clerk, BCC, at the address as stipulated on the Purchase Order. DID OPEIING; Shall be public, at the above address,on the date and at the time specified above. The bid time shall be scrupulously h All invoices submitted shall consist of an original and one (1) observed.Under no circumstances shall bids delivered after the time copy; clearly reference the subject contract or purchase order specified'be considered; such bids will be returned unopened. The number,provide a sufficient salient description to identify goods County will not be responsible for late deliveries or delayed mail. or service for which payment is requested; contain date of The time/date stamp clock located in the Purchasing Division shall delivery, original or legible copy of signed delivery receipt serve as the official authority to determine lateness of any bid. It is including both manual signature and printed name of a designated the Bidders sole responsibility to assure that his/her bid is complete County employee or authorized agent, be clearly marked as and delivered at the proper time and place of the bid opening. Bids "partial","complete"or"final"invoice. The County will accept which for any reason are not so delivered will not be considered. partial deliveries. Offers by facsimile,telegram or telephone are not acceptable. A bid may NOT be altered by the Bidder after opening of the bids. Bid c. The invoice shall contain the Bidder's Federal Employer tabulations will be furnished upon written request which includes a Identification Number(F.E.IN.). self-addressed,stamped envelope. d The County's terms are"Net 30 Days"after acceptance of goods Persons with disabilities needing assistance to participate in the or services and receipt of an acceptable invoice as described Public Bid Opening should call the contact person at least 48 hours in herein. Any discounts must be offered on the Bid Response advance of the meeting at 321-1130,extension 7114. Form. DF.JIVEI;Y; Unless actual date is specified(or if specified delivery FAXES: The County is exempt from Federal Excise and State Sales cannot be met),show number of days required to make delivery after Taxes on direct purchases of tangible personal property. The receipt of purchase order or contract in space provided. Delivery County's exemption numbers are on the face of the purchase order. If time may be a basis for making of award Delivery shall be during the requested, the Purchasing Manager will provide an exemption normal working hours of the user department, Monday through certificate to the awarded Bidder. (A copy is included as the inside Friday,unless otherwise specified and incorporated into contract or back cover of the Vendor Guide.) Vendors/contractors doing business purchase order document. Delivery shall be to the location specified with the County shall not be exempted from paying sales tax to their in the bid specifications. suppliers for materials to fulfill contractual obligations with the County nor shall any Vendor/Contractor be authorized to use the GENERAL: Seminole County, having limited storage facilities, County's Tax Exemption Number in securing such materials. requires the service of private firms to provide materials, supplies and/or services on an as needed basis,as indicated herein,to support DISCOUNTS; Cash discounts for prompt payment shall not be County's needs. considered in determining the lowest net cost for bid evaluation purposes. ADDITIONAL TERMS AND CONDITIONS; Unless expressly accepted by the County,the following conditions shall apply: No Bid#NB-363-99/GG 2 • additional terms and conditions included with the bid response shall PROTESTS; Any Bidder who disputes the bid selection or contract . •be considered:Any and all such additional terms and conditions shall award recommendation shall file such protest according to the bid have no force and effect,and are inapplicable to this bid if submitted protest procedures. These procedures are available upon request either purposely through intent or design,or inadvertently appearing from the County. separately in transmittal letters, specifications, literature, price lists or warranties. It is Understood and agreed that the general and/or any CON7LICT OF INTT$RLST; All Bidders must disclose with their special conditions in these Bid Documents are the only conditions • bid the name of any officer, director, or agent who is also an applicable to this bid and the Bidder's authorized signature on the Bid employee of the County. All Bidders must disclose the name of any Response Form attests to this. Exceptions to the terms and County employee who owns,directly or indirectly,an interest of five conditions will not be accepted. percent(5%)or more in the Bidder's firm or any of its branches. IYIXRPRRTATI9NS, All Bidders,shall carefully examine the Bid LIOALBEELMMETIES Bidders are required to comply with all Documents. Any ambiguities or inconsistencies shall be brought to provisions of Federal, State, County and Iocal laws and ordinances, the attention of the County in writing prior to the opening of Bids; rules and regulations,that are applicable to the items being bid. Lack failure to do so, on the part of the"Bidder, will constitute an of knowledge by the Bidder shall in no way be a cause for relief from acceptance by the Bidder of any subsequent decision. Any questions responsibility, or constitute a cognizable defense against the legal concerning the intent, meaning and interpretations of the Bid effect thereof. Documents shall be requested in writing,and n-atua by the County DRUQ-FBEg WOgX(PJACE Preference shall be given to business at least seven(7)calendar days prior to the Bid Opening. Inquires with Drug-Free Work Place (DFW) programs. Whenever two or shall be addressed to the attention of the Contact person as indicated more bids which are equal with respect to price,quality,and service on Page 1.,No person is authorized to give oral interpretations of,or are received by the County for the procurement of commodities or make oiafhanges to,the bid. Therefore,oral statements given before contractual services,a bid received from a business that completes the the bid opening will not be binding. Any interpretation of,or changes attached DFW form certifying that it is a DFW shall be given to,the bid will be made in the form of a written Addendum to the bid preference in the award process. and will be furnished to all Bidders. Receipt of all addenda shall be acknowledged by the Bidders by signing and enclosing said addenda , ..,MINORITY/WO r'N BUSLNESS ENTERPRISES t'M/WRE): with their bid. - M/WBE is a business entity which is owned and operated by a minority;In this instance,minority group members arc citizens of ADDENDUM: The County will record its responses to inquiries, ..::.thc United States or lawfully admitted permanent residents who are any.supplemental instructions, and/or necessary revisions to Bid . Black,Hispanics,women,Native Americans,Asian-Pacific,Asian- . Documents,in the form of a written addendum. Should revisions to .. •.:.Indian,and eligible others. An M/WBE wishing to participate in the the Bid Documents become necessary, the County will provide a . . County procurement process may contact the Purchasing Division - written addendum to all Bidders who received a bid package from the . for information and assistance. : County's Purchasing Division. Bidders who obtain Bid Documents from other sources must officially register with the County's . POSTING OF BID AWARD: Recommendation for award will be Purchasing Division in order to be placed on the mailing list for any . . posted for review by interested parties at the Purchasing Division forthcoming addenda or other official.communications. Failure to •. prior to submission to the appropriate level of authority for final register as a prospective Bidder may cause your bid to be rejected as .approval of award, and will remain posted for a period of two(2) non-responsive if you have failed to submit a bid without an working days. Failure to file a protest to the Purchasing Manager addendum acknowledgment for the most current addendum. within the time prescribed in the COUNfY's Purchasing Manual, shall constitute a waiver of proceedings. All Bidders should contact the County at least seven (7) calendar days before the bid opening date to ascertain whether any addenda AWARD: As the best interest of the County may require,the right is have been issued. Failure to do so could result in rejection of the bid reserved to make award(s)by individual item,group of items,"All or as unresponsive. The County shall not be responsible for providing None",or a combination thereof;with one or more suppliers;to reject said addendum to Bidders who receive bid packages from other any or all bids,or waive any minor irregularity or technicality in bids sources. received,and may,at ifs sole discretion,request a re-bid,or abandon the project in it's entirety. Bidders are cautioned to make no Previous addenda are deemed received when a subsequent addendum assumption until the County has entered into a contract or issued a is acknowledged. It is the Bidders' responsibility to contact the purchase order. County in the event that a previous addendum is not received. Latest addendum shall be signed and returned with the bid as EEO STATEMENT; The County is committed to assuring equal acknowledgment of addendum. opportunity in the award of contracts, and,therefore complies with all laws prohibiting discrimination on the basis of race,color,religion, national origin,age or sex. Bid#A/B-363-99/GG 3 contained in his/her bid meets all applicable O.S.H.A.requirements. • -CONTRACTUAL AGREEMENT; The terms, conditions, and Bidder further certifies that,if he/she is the successful Bidder,and the provisions in this Invitation to Bid shall be merged into the final material, equipment, etc., delivered is subsequently found to be contract or purchase order. The order of precedence will be general defective in any applicable O.S.HA.requirement in effect on the date law,the purchase order or contract,Invitation to Bid,and response. of delivery,all costs necessary to comply with the requirements shall Any and all legal action necessary to enforce a contract or purchase be borne by the Bidder. order will be interpreted according to the laws of Florida. The venue jtESPONSIBIIdTY: A Bidder must have at the time of bid opening, shall be Seminole County,Florida. a manufacturing plant in operation,(if applicable)or be a fully authorized agent or representative of the product bid,and capable of GQVERNMENTAL RESTRICTIONS; In the event that any producing or providing the items bid,and follow-up parts and service, governmental restrictions are imposed which would necessitate including any warranty services as applicable,and so provide such alteration of the material quality,workmanship or performance of the certification upon request. items offered on this bid prior to their delivery, it shall be the responsibility of the Bidder to notify the Purchasing Division at once, J'ACIIS: The County reserves the right to inspect the Bidder's indicating in his/her letter the specific regulation which required an facilities at any reasonable time, during normal working hours, to alteration,including any price ao§ustmonts occasioned thereby. The determine that Bidder has a bona fide place of business, and is a County reserves the right to accept such alteration or to cancel the responsible Bidder. contract or purchase order at no further expense to the County. DISOUALDICAT ION OF BWDER: More than one bid from an individual, firm, partnership, corporation, or association under the PERMITVLICENSESfFEES; Any permits, licenses, or fees same or different names will not be considered. Reasonable grounds required it'll be the responsibility of the Contractor,no separate or for believing that a Bidder is involved in more than one bid submittal additional payment will be made• will be cause for rejection of all bids in which such Bidders are believed to be involved Any or all bids will be rejected if there is Adherence to all applicable code regulations(Federal,State,County, reason to believe that collusion exists between Bidders. Bids in which City)are the responsibility of the Contractor. the prices obviously are unbalanced will be subject to rejection. INDEMNIFICATION; The Bidder, without exemption, shall AD RJSTMENTS/CHANGES/DEVIATIONS; No adjustments, indemnify and save harmless,the County,its employees and/or any changes or deviations shall be accepted on any item unless conditions of its Board Members from liability of any nature or kind,including or specifications of a bid expressly so provide. Any other cost and expenses for or on account of any copyrighted,patented,or adjustments,changes or deviations shall require prior written _unpateated invention,process, or item manufactured by the Bidder. approval,and shall be binding ONLY if issued by the County's Further,if such a claim is made,or is pending,the Bidder may,at its Purchasing Division. The Bidder shall bear sole responsibility for option and expense,procure for the County the right to use,replace any and all costs of claims arising from semi any adjustments,changes or or modify the item to render it non-infringing. If none of the deviations not properly executed as required herein. alternatives are reasonably available,the County agrees to return the article on request to the Bidder and receive reimbursement If the INSURANCE: The awarded Bidder(s) shall maintain insurance Bidder used any design,device,or materials covered by letters,patent coverage reflecting at least the minimum amounts and conditions or copyright,it is mutually agreed and understood,without exception, " specified in the attached Sample Contract or the Special Terms and that the bid prices shall include all royalties or cost arising from the Conditions. In the event the Bidder is a governmental entity or a self- use of such design, device, or materials in any way involved in the insured organization, different insurance requirements may apply. "work. _ Misrepresentation of any material fact, whether intentional or not, regarding the Bidders insurance coverage,policies or capabilities may ADVERTISING; In submitting a bid,Bidder agrees not to use the be grounds for rejection of the bid and rescission of any ensuing results therefrom as a part of any commercial advertising,without the Purchase Order or contract express written approval, by the appropriate level of authority within the County. PUBLIC CORDS; Upon award recommendation or ten (10) ASSIGNMENT; days after opening,whichever is earlier,bids become"public records" Any purchase order or contract issued pursuant to and shall be subject to public disclosure consistent with Chapter this Invitation to Bid and the monies which may become due 119.07(3Xo),Florida Statutes. Bidders must invoke the exemptions hereunder are not assignable except with the prior written approval of to disclosure provided by law in the response to the Bid,and must the County,through the Purchasing Division. identify the data or other materials to be protected,and must state the reasons why such exclusion from public disclosure is necessary. UAKCE WITH OCCIJPATIONAL SAFETY AND MOB; Bidder certifies that all material, equipment, etc., Bid#NB-363-99/GG 4 • .Pros/tip may be reviewed at the County Services Building,County previously failed in the proper performance of an award or to deliver -Cornmission.Records Office,2nd Floor,Room 2204. on time contracts of a similar nature or who,in the County's opinion, is not in a position to perform properly under this award. Seminole DID PREPARATION COSTS: Neither the COUNTY nor its County reserves the right to inspect all facilities of bidder,in order to representatives shall be liable fbr any expenses incurred in connection make a determination as to the foregoing. Seminole County reserves with preparation of a response to this Invitation to Bid. Bidders the right to waive any irregularities,informalities,and technicalities in should prepare their bids simply and economically,providing all offers received,and may,at its discretion,request a re-bid,or abandon information and prices as required the project/procurement in its entirety. SCcEPTANCE I REJFSTION; Seminole County reserves the light ANY AND ALL SPECIAL TERMS AND CONDITIONS, to accept or reject any or all bids and to make the award to that TECHNICAL REQUIREMENTS, SCOPE OF WORK OR Bidder,who in the opinion of the County will be in the best interest SPECIFICATIONS ATTACHED HERETO WHICH VARY of and/or the most advantageous to the County. Seminole County PROM THESE GENERAL CONDITIONS SHALL HAVE also reserves the right to reject the bid of any vendor who has PRECEDENCE. ':ria"-_'=`._.r:=y;r-=.:=:';"�:�;='.`-'�'r?urn :�xy.;.tty._1vE"._ r`�i:,t;`i=i: : "mow w:- • .:.:::_�;.0_.:._._.__-.'^'�__:.":;-...y.;.;..y_.:,_s:u"u'.`C:�:'l:I:�5:::::::;':I.�:S::.�.�_:�_i is-�-r_=:_'!__•_ • AWARD The County. reserves the right to award on an"All-or-None"basis or to award on a"Group by Group"or"Item-by-Item" basis,whichever is in the best interest of and/or most advantageous to the County. Whenever two or more bids which are equal with respect to price,quality, and service are received by the County for the procurement of conunodities or contractual services, a bid received from a business that completed the Drug Free Workplace form(enclosed),shall be given preference in the award process. DELIVERY Delivery is requested within 14-21 calendar days after receipt of purchase order or release order. Deliveries are to be made to the two locations as listed below: Environmental Services/Water and Sewer Consumer's Water Treatment Greenwood Lakes Waste Water Plant Maintenance Building Treatment Plant 3300 Dike Road 701 Greenway Blvd. Winter Park,FL 32792 Lake Mary,FL 32746 Phone: (407)678-8896 Phone: (407)321-0349 CONTRACT TERM/RENEWAL/TERMINATION a. The contract resuhing from this Invitation to Bid shall commence upon execution by both parties and extend for a period of twelve(12)months. The contract may be renewed for additional twelve(12)month periods,up to a maximum thirty-six(36)months upon mutual agreement of both parties. If any such renewal results in changes in Bid#AB-363-99/GG 5 • .• aaaenaum snail oe executes oy nour parties. xenewat or me contract snail oe subject to appropriation or tunas ay ' the Board of County Commissioners. b. The initiating County departments)shall issue release(purchase)orders against the term contract on an"as needed" basis. c: The contract may be canceled by the Contractor,for good cause,upon ninety(90)days prior written notice. d The County retains the right to terminate the contract,with or without good cause,upon thirty(30)days prior written notice. • e. In the event of termination by either party as provided herein,the Contractor shall be paid for services performed through the date of termination. METHOD OF ORDERING Items shall be ordered via individual purchase orders,release orders, blanket purchase orders or purchasing card on an "as needed" basis for the tenn of the contract. Invoices must be submitted against each individual purchase order, release order,or blanket purchase order. • a USE OF TRADE NAMES Specifications used are intended to be open and non-restrictive. Any reference to brand name or number shall not be construed as restricting to that manufacturer, but is used as a minimum standard of quality. When no reference or change - is made on the bid by a Bidder, it is understood that the specific brand item named on the Bid shall be furnished by the Bidder. If bidding on other than as specified, and offered as an equal, complete technical information, specifications, ...manufacturer's name and catalog reference must be clearly stated on the Bid Response Form or attached letter. • QUANTITIES Seminole County will not be held to any maximum or minimum purchase quantities as a result of this solicitation and/or resulting contract Seminole county reserves the right to purchase any,all,or none of its requirements from vendors awarded a contract as a result of this Invitation to Bid. All quantities as shown are approximate and no guarantee is made that any materials will be purchased. • EQUIVALENTS Bidders offering equivalent items must meet the general design and style given for the"as specified"item. BID OPENING Only the Bidders'names and Total Bid Offer shall be read aloud at the Public Bid Opening. Prices for each line item will not be addressed at that time. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES All Bidders submitting a response to this Invitation to Bid agree that such response also constitutes a bid to all governmental agencies within Seminole, Brevard, Lake, Orange, Osceola, and Volusia Counties, under the same A/8-363-99/GG 6 • interest to ao So. ' Earl; governmental agency desiring to accept these bids, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases and each shall be liable only for materials and/or services ordered and received by it,and no agency assumes any liability by virtue of this bid. This agreement in no way restricts or interferes with the right of any governmental agency to rebid any or all items. ESCALATION The County acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator clause will be accepted only under the following conditions: 1. Price increase(s) and price decrease(s) comparable to documented manufacturer's price changes or changes in industry-related indices. 2. Receipt of proper notification,to Purchasing,in writing, of all items affected by price increases/decreases. 3.. Where all prices shall have remained firm a minimum of 90 calendar days after effective date of contract. 4. All price increase(s)and decreases(s)to be approved by the County's Purchasing Manager. .................... ... : _ T M'$ICA _ItEC T3IItE 'S_fff A CONSTRUCTION 1. Fiberglass/Composite Boxes a Precast concrete/polymer and fiberglass reinforced b Compressive strength: 1 1,000 psi.minimum c Separate cover to interchangeable with either composite concrete/polymer with hinged cast iron reading lid,concrete with cast iron reading lid or cast iron traffic lid. d All boxes and covers shall meet the requirements for incidental traffic(H 1 0)loading as established by AASHTO. e All boxes and covers shall meet the requirements of section A-8 of ASTM C-857 on minimum structural design loading for underground precast utility stnrctures. f All covers shall be designed to fit and interchange with standard concrete boxes. g All covers shall be fifted with replaceable meter reader lids,hinged with replaceable brass or stainless steel pivot pins. h All covers must be made in USA and bear the manufacturers name. i Meter boxes and cover shall meet ASTM D570 standards for water absorption, gaining no more than one half of one percent in weight after exposure to moisture as established by the specification procedure. j All boxes are to be available in straight or flared wall design. k All boxes are to footed with 1 1/4""foot"to prevent sinking or settling. 1 All boxes shall have mouseholes available to meet any requirements. m All boxes with covers shall not exceed the maximum weight of 100 lbs. n All boxes shall have polymer/concrete collar with a fiberglass body. AB-363-$9/GG 7 . 2. Polvetlivlgne - a Homogenous polyethylene material with white interior walls b Compressive strength: 20,000-lbs. minimum c Separate covers to be ductile iron. d Covers shall be solid ductile iron with reader lid or touchread hole. e All covers must be made in USA and bear the manufacturers name. f All boxes and covers shall meet the requirements of federal specification RR-F621-D for a minimum proof load of 25,000 pounds on a 9"x 9"area. An independent third party laboratory shall verify this testing. g All covers shall be designed to fit and interchange with standard concrete boxes. h All covers shall be filled with replaceable meter reader lids,hinged with replaceable brass or stainless steel pivot pins. i All bones are to be available in straight or flared wall design. j All boxes are to footed with 1 1/4" "foot"to prevent sinking or settling. k All boxes shall have mouseholes available to meet any requirements. I All boxes with covers shall not exceed the maximum weight of 100 lbs. m All boxes shall have polyethylene collars for casting into concrete. • B. DIMENSIONS 1 3/4"Single Boxes a . Polyethylene-Okie Doakie Sales Inc. -OKDK-1 R or equal Inside dimension at bottom 15-3/8"L, 10-1/8"W, 12" D b Concrete/Polymer-CDR Systems-WA03-1015-12C or equal Inside dimension at bottom 15-3/8"L, 10-1/8"W, 12"D 2 3/4" Double Boxes a Polyethylene-Okie Doakie Sales Inc. -OKDK-1 3 or equal Inside dimension at bottom 17-1/2"L, 15-1/2"W, 12"D Outside dimension at top 18"L, 16"W, 12"D b Concrete/Polymer-CDR Systems-WA03-1517-12C or equal Inside dimension at bottom 17-1/2"L, 15-1/2"W, 12" D Outside dimension at top 17-7/8"L, 15-7/8"W, 12"D 3 1" Single Boxes a Polyethylene-Okie Doakie Sales Inc. -OKDK-12 or equal Inside dimension at bottom 17-518"L, 10-1/8"W, 12"D Outside dimension at top 18-1/8"L, 11 -1/4"W, 12"D b Concrete/Polymer- CDR Systems-WAOO-L 11 8-12C or equal Inside dimension at bottom 17-5/8"L, 11-3/4"W, 12"D Outside dimension at top 17-3/4"L, 10-7/8"W, 12"D 4 2" Single Boxes a Polyethylene-Okie Doalde Sales Inc. -OKDK-1 527 or equal Inside dimension at bottom 24-7/8"L, 13-1/2"W, 12"D Outside dimension at top 26-7/8"L, 15-3/4"W, 12"D b Concrete/Polymer-CDR Systems-WA03-1527-12C or equal Inside dimension at bottom 26-1/2"L, 14-7/8"W, 12"D Outside dimension at top 26-5/8"L, 15"W, 12"D C. GENERAL 8 A/B-363-99/GG D/66-£9£-g/y 6 (094 Lei„' (a�ajdwoo).zanoo of.' Q9 :• puu xoq paoiojupi ssui8lagrd • on $ . : $ `- v aa111X10J/44913110'J OKPOCE 11I'/£ 000`Z Z -47rDi xoq CC'S $ 88 $ a4 anoqu ioJ san00 ag}uss uoi!ase0 ea SZ gi oti��o/ ��1a/ xoq anoqu w31ap uo4�su0 d $ 8 8 $ - r av rauajod auo��Ciuo.iano0 WO 005 u t (a20idwoo) / �0 � _c,vo, aanoo puu xoq ssgj51agid $ $ 1)at' latugiodialaxmc0 a1U!S ut/£ 00£ I 5: _.r.v:....__......vr_....:............ ...__........._.._... ..r.l, t+,r,r rrr.,..I,,,.. ... ..:.i +r.::::.:...:....,.........p...t__............ _..T.... - - LL :. .. ,r...... r....... .. .. +.r...�.'...-.._......_.:....................._._::..._...._._.........�__._._._—....__.._......_.:....... .. .t :is - i�.:�� a:l:ii.,. ..: : t' . �._:...: r-� liuttwIl0.1 'Wm`NOLLVNUS`3Q g0d`Xiuno0 ajouImoS Suaiddne iioj saaud paxg`uuig Su!nnolio3 aqi s4nugns �igasaq iaPP!g pau2lstapun a44 `seuDIreoUlaads pug suoR!puoo 'Sous} SuwSazoJ acp g4!nn aouup. oe uz -i=:. **/��`v_i_.:_� yx1�___ am__.*,4'rP • •Suginpagos}uawdmba pue 3amodugw of anp paodaoog aq sou hw�t1an!iap aqi su a�agnn`sauan�iap paipouuo sc�aluj w' uan!S ag asnu1 aopou moq onn� •sranoo• "NUB saxoq jo Su!peojun pug Sutitaoat.103 a}s ag1 w actof`1annoduuw pug�uawd!nba MOP s! 4rrau131 nbai s!qy -P�nIJP act�s�jigd jo.2aqumu Ptm spout aq jjinn�an!jap go*�us `6.lantjap jo au1R Pug azep apniou!asnui ainpagos auL 'aouenpe u!smog g�Papas aq lsnw sapan!jap III S •3un70 ajou!waS urcp!nn sags Paraias to aq ji!M sarran1J3p tip' b 'sq[oovi ugri;WOW Su!g8lam;aiI� Inn s;aiiud PaP q A slims Bulls Slanoo puu saxoq ITV £ 's3.lapuoj jaaM Su!pgoilm am s ro3 mom?of s rai!uu ro/pue s�ioru�Pal isg uo pasanfap aq gip saanoo PUR smog,Iid Z 'w'd0£:Z p 'wt00:gJo smog NIuaanuaq spew aq;snw satranll3 fly i AH IAI'I3Q 'Q •paiajjo Su!aq sionpoid jo uopunigna .rado1d ajqu�oa PPP ivarog;ns ui suoPuogioads S II to puu amir•As ll""rums ap nnjoui IRS Slaw P!H 'mod asuodsa2I P!H uo pars o Suraq japow pug awua 0aury�r u W aW)s •sppow uogonpoid plepuuis `pas!�tanpe Aj�uauro `nnau aq hugs sianoo pug saxog i 1 /� LfJvv.� viv,_) 1-S!/VCfly�fl0,1C w/ 0,DQ 9 if IA II -:- 7 e-4' Cast Iron Reader for above box ,sjt,7 ,4 �,�— o?d.3O5 2b 25 ea Cast iron traffic cover for above c,,R xs,,» $ $ • - box �d — vl73 — 3 2500 ea 3/4" Double Polyethylene Box and o rxte D, )F $ ®v $ • ,e cover(complete) 7 a2 _ /�7.. ,-, 3a 500 ea Cover only :Ductile Iron with o.+-r-h r italyAgg $ 06 $ o_v Ductile Iron Reader for above box ,,sx)7 c)9 ` /*; S3 0 I 4 1000 ea 1" Single Concrete/Polymer cx,;Q, $ cO $ oo Fiberglass box and cover )/x)s ')i ye - 9ei �li 2 AC� (complete) y 1 4a 350 ea Cover only Concrete/Polymer with �Q $ 7,6 $ — /6 1 i Cast Iron Reader for above box i1x i _ G.9) 4b 25 ea Cast Iron Traffic Cover for above �nz $ 7.6 $ op box un)e a1 — .5-99— { 5 - 1500 ea 1" Single Polyethylene box and a gain x,r $ S 9 $ p' , cover(complete) . ,, x/� SD 76,3�' 5a . j 350 ea Cover only : Ductile Iron with .0."-xte 72,,,,,10 $ 0,.., oo $ g LJ p© o-p Ductile Iron Reader for above box /r x irk _ 6 75 ea 2" Single Concrete/Polymer ., Q _. $ c.�C41).'^' $ ao • Fiberglass box and cover 1sX17- )l I glol ,SQ (complete). �N1 V 6a 35 Cover Oly Concrete/Polymer with c . 91 go , Cast Iron Reader for above box ,sx 7 S, — /,gs0— ` 6b 15 Cast Iron Traffic Cover for above R -j qy 0 i D box isx. 7 S.) -- -79 9 - 7 100 2" Single Polyethylene box and 09,,.,E zb o' o0 cover(complete) ,,y., .17 7( 1 SOD 7a 15 Cover Only: Ductile Iron with p„,e- ,� ., oo 40 �� o0 Ductile Iron Reader for above box i5) P� Separate requests for boxes and vaults for oversized meters will be priced on an as needed basis. If Bidder is not the successful Bidder as the Prime[Su plier,will Bidder be willing to serve as a stand-by(Secondary)supplier under the terms,conditions,and prices as stated herein? l:.J Yes No Bidder(Company)Name: F.E.I.N.or SS Number: .a�-015-9907 U._S, n i-TAR 0)57/Z )' EW A) MailingAddress:3333 D 1412,1,47 -,e i.4e DOA) AD Street Address: . 4rrner C...ar State,Zip: QRt q iv la a ,FL 3 a 8vs City,State,Zip: 5*,+'r am V it, c0/orL, no ©—ice e •, 7xSv )a� 10 A/B-363-99/GG exi2 1 7X 3p %O., ram;.. ' �V: agreement, or connection with any corporation, firm, or person 'c'orp tion ) Partnership Proprietorship submitting a bid for the same materials,supplies or equipment,and Is to: all respects fair and without collusion or fraud I agree to abide by all Joint Venture conditions of this bid and cert[fy that I am authorized to sign this bid for the Bidder. X iditooj 4'Ih7 Authorized Signaae(Manual) Incorporated in the State of: 'pet-etwobeur Year: .i ' Telephone Number: ( 9p 7 a 9 7-6)V 7 Typed or Printed Name: J),4v n L. BR. .7 Toll Free Telephone Number: (800) +f 3,.- S.S>3 Title: J4L. OPAT /r)A-..1494- R Payment Terms: �� Fax Number. ( yo7 ) �90-88y 9 _ Delivery in gyp-30 days,ARO e�a _days, ,lot 30 F.O.B.: DESTINATION Bid Security is attached,when required,in the amount of:$ Bids may not be withdrawn for a period of 60 days after bid opening. All items bid must be in compliance with the stated specifications. Any Bidder taking exception shall indicate those exceptions on company letterhead and attach to their bid. Any que6tions regarding this bid should be addressed to Gloria M. Garcia,CPPB(407)665-7123 11 A/B-363-99/GG • on t ei awn vuiupicic chum ulc wipuiatc rtuuiulity, rsupuuwtaiup, rat tuui snip iluutwauuu ui, Jutin VCUUllC uuututau uu portion of the Bidder Information Sheet,whichever part applies,and include with their bid submittal. --i_-.`—.1_.:_._.;_.C�:'�_4T�3'�S_-�;2='.:�^'=...�_... +r_-;.'_`:-��.i,.'.-T-`t- �te E ';�'Si .:1r1 �'��..'T.r.--^�: . _: .�-'�J i_..�:�_.�`_ _ ':_i.,`,-,. -,.-4 ,_-- -+.,s.:::. .:`af--•--4.:+:.:+ ._ :F `�,Spft. !Ei r•r .FT".tw.,;,rry;_.:+:;._,:,'T.-F., +t,.'":-T`-, T.Fi_C,,,t. E!..,- -.:-� �..._,. ? :..,...:.-i.;_„=-=�'y7_.4:_: :.^:=?a=��- ,_.n_i.,.•" ^:: 'V.�,.m:"..�ti_r - .f'!,,;,;,,.-:_.t.�:;::T . ?.1':�.: _...ctr,v.. ,+F_:�!:.:.�.rv.S._,-,.i � �. �:___..-.rF•'._f_],� ii�iTt1= v.i_ -' - - '.�'a:I1�F.-'T.?+�'=�: , I 1-✓ �,..1._.. _.-- ..:s-� :_.._ .. ..sue._..: .. :_..- .::_ .. President . . 1..92QRY 14. hO12A/16;) _ Vice-President 1e-dIQY L. ia6 3r3 . Secretary + Treasurer /f6c t�11 ...4t.4v6)ivole .:— .:..:..:_v;..:..._!.._.._...... ...... ...... ^ r ,'■�,�y,�a u_.:.I_.... .v_Li�:;:=:.Lf'' "rL:::!'1':.v:[�'.._ -__ - -- - - - ...___.....�.....-v.i._._u.:_. v.:.:........:.v.:. ^ • :.:._v... v_.......__:.:._:. ..:v��: : :...v.:_v:-.....:.v!L�!:v.i ;M i..i, _ �1.w.�v ..'_ Prokarietor: Indicate with an asterisk(')in the first column,which officer will sign the resulting contract. If other than the President,include a copy of the corporate resolution which gives express,authority for execution of the specific bid and contract documents. Each bidder must assure that the officer information rovided is in accord with the bidder', porate registration supplied to the Secretary of State. Partner DFull Limited Partner: Full Limited Partner: Full Limited _ If your firm is a partnership, indicate for each partner whether he/she is a full or limited partner by CIRCLING either "full" or "limited". Managing partners with authority to bind the partnershi. should be identified. Firm#1 ii� ' ,R�irm�.. . _ .-F . �: 1�_ -- Finn Name: Film Name: 3 Address: Address: . City/State/Zip: City/State/Zip: - 9 Telephone: Telephone: Fax Number: Fax Number: Toll Free Phone: Toll Free Phone: President: President: Other Corporate Other Corporate Authority(signatory) Authority(signatory) Firm#3 Firm#4 Finn Name: Finn Name: :.Address: Address: City/State/Zip: City/State/Zip: : Telephone: Telephone: Fax Number: Fax Number. Toll Free Phone: Toll Free Phone: President: President: 1 Other Corporate Other Corporate Authority(signatory) - Authority(signatory) i r This Form Must Be Completed and Returned with your Submittal,if applicable 12 A/B-363-99/GG • • -Jr i ii is i ` '.v�.:i}�Y=j]rs :�iu�u:iu:r.._r-... aL_:rj-.:J�:..._..::...i ... .y, .u.r.:::�'•::J:=J i_i�:'e�r'li..._. .e-.��:�.!-..:.,.n.�...r__.._ u. _.. r.r.l•. r _,�L,,, ..r. .:.1':J: ... .._ .y.},.r...!! ��'!]...:a '...Sv..lu:i . A:L:.!iJ:f.�.::+iL.i�i:r,•r_....u:i�Lti:: i..ii:r:i. ...1i::u:=l!:�F': ',J::i,.V';•:. ..-._..... fAii __.., . ._....�L_V.!.vi.0_,Si.�i f'?,..utvuufw!4 ,-1,.. u.ur.,. .]-4,n;0,r.t.,.. .._....r:r»_4_.' :iL i:_''+�"_'-3r.:= rl4t1 . ��T,:.::..,_ r �'�':,4.�_cL.L 1,. .-,,, 4 . -+,-:it,. 4.1 ---":.�_..±;.+iu:* y.-, .;..!+yT•(S Y .... .- .,,;;''r. �;h';};;...:h;;"'"r r.G:;y-- '�; -r..-�.: .:;.:_r -r��4 ,r;,11„ ,.�ti"'.'-F'�'� -- 17- .r.,_T.r-r,.-'r `- ,�:x,:-. 1.4.�...�'4.�.'.?!e� �.,..:._,"t:t-�.. .,•Ai:.:�nr!+-Y t,.!.�. —_.-�....r- .. ivu.... :Egcjil i+-..?..:,i_,',-.i'—.i..._ev.� t!._..._. .�f:i'-. -=t4:i!..:+'nfy.F4 u , . - :. : ..�'4_:.lv�.:y.L_-,+•. _ tea_.—.., _ ._.gin"rl•_+�_F-i:.v'.u_i-+.:� :.. r- - :. t._ .'G:.':1:��:, _ -,�: r .--.:r...�.. ..,_',��_-_r'_� '-''-=-".r_ =='+3-fir:=;;�= �..... <^ -^•�_ 6..-r. T,a.,..-:�:r�-•---__:•_ff�.r--r-r. ...I.� ..,. :__ ..L,.r� __,,.,-:.rr+-.:'.;;_;ar.._--- - - Wit''_" a"*-�h,-w :v!3;�r. T__y.__-,- _rn_ .ri-y,:,, ::._..w,_:-.Fc �.=:_;-; _ �..:[y:c.':ram"-'tom__ _�j-"`,?ice-,... =,+�uT_;"_=.`!IS"3_;.,='r,C_,r_, .ur_v.,Zu�L'-i'"�tJ+�.�_.;.;.r .�.._.. :-_..,...__.r.;._.,.0 4i ..t� _:__..-.-r _!.�i'C: "u .i'L i�'[: - �r .! r:_r_,L...�iYr_ ......4 ,._;.;.+!�._p;.:,,•;-j.,a,.:..f+.�:.:.t!,. .:..,:_.7z...-?r..u.:::.�_ ._[ ''^�ic. ..r__,.r..:•_'e'.�.`L'-a:5�: GT- �;1�'aryt}Pii.:.::. ..:� r.:.:.::...-rr...-s_.�.- ., r _._.. ._._...,..t a;..........Fu_..-. ,.._...i..1_.:..r._.r - ice.r. r:._....._...__..r-._r.. rr.r.. .:r.al.....__..."...__.... =. � ..._...._._ .. - �___.- .°.,.,r�.: iO& , eav-v rY /rlos.✓ 836 -d9s3 ,�T & 4 t)e 06;7m/is ��1R ieA/ ley., 7�6- _3 S3 ffPaPJ�R - wit v iF.e�s V4- leg 9-1.73J Does B dder have any similar work in progress at time of Bid Opening? Yes ❑ No If"Yes", explain: ./ . F�-r672 It T;Y� merz672 T.i?.r 6,-,i?�+.r t - ' D,o�•v�$ 0- �i.�m.Ci- v J ,4 , llitiffAIN C +r A iLt S ,.,.,=-3-7: - _fix��:"__.�,- ---- •- - -- ---- --- - - --- 4. �,.r.__....___. ..... ..;,.-:::�': ...; :,'.�4:. r...j�.:is!.::._....... s.'!::v. __ __ _ �:.�::'.!'+�___" __ 11 y ii; .s 13 A/13-363-99/GG U.S.FILTER/DISTRIBUTION GROUP 3333 OLD WINTER GARDEN RD TELEPHONE 407-297-6147 ORLANDO,FL 32805 FACSIMILE 407-290-8849 To: Seminole County Tom Owens From:David Bryant Account Manager Date:November 4, 1999 Re: Addendum to Contract#AB-363-99/GG U.S. Filter Distribution would like to add the following items to the meter box contract#AB-363-99/GG under the same terms and conditions as the original items.These meter boxes are for the larger 2"meter installations. 2" CDR Concrete/Polymer box&cover WA00173012C =$122.00 2"Oakie Doakie Polyethylene box&cover OKDK15 =$122.00 Thank you for your consideration of this addendum. HTTP://WWW.USFILTER,COM