Loading...
21-031-02_Fortiline_Inc._Agreement_executedCONTRACT NO. 21-031-02 We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: greg.panasuk@fortiline.com January 8, 2021 Greg Panasuk Fortiline Inc., dba Fortiline Waterworks 6759 White Drive Riviera Beach, FL 33407 Phone: 770-329-9024 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021-031-AY-PURCHASE OF WATER METER BOXES AND COVERS Dear Mr. Panasuk: On October 12, 2020 Fortiline Waterworks (the “Contractor”), submitted to the City of Miami Beach, Florida (the “City”) a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the award of the ITB shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission at its December 9, 2020 meeting, approved the City Manager’s recommendation pursuant to the ITB to award a contract to Fortiline Waterworks for purchases of water meter boxes and covers for the following line items: Line Item 10 -11 and 14 – Primary Contractor Line Item 2 -9 and 12 -13 – Secondary Contractor Line Item 1– Tertiary Contractor For a list of awarded Items refer to Exhibit A attached hereto. It is important to note that no services may be performed until such time as insurance has been received pursuant to the ITB and the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at valerievelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Lourdes Porras, Procurement Coordinator, Public Works Department at lourdesporras@miamibeachfl.gov or (305) 673-7000 ext. 22571. Sincerely, Alex Denis Director Procurement Department AD/ME/AG DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 EXHIBIT A: AWARDED LINE ITEMS ITB-2021-031-AY Purchase of Water Meter Boxes Core & Main LP Ferguson Enterprises LLC Fortiline Inc., DBA Fortinline Waterworks Item Description U/M Unit Cost Unit Cost Unit Cost 1 CLEAN OUT SEWER BOX, TRAFFIC RATED, 1015 or equal Each 44.13$ 44.00$ 44.46$ 2 SOLID COVER TO READ "SEWER", BOLT DOWN, 1015-02 or eEach 25.78$ 25.20$ 25.44$ 3 METER BOX, FLARED WALL 1118-12 or equal Each 46.94$ 46.20$ 46.57$ 4 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1118-02 or equal Each 24.49$ 24.15$ 24.16$ 5 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1324-02 or equal Each 39.06$ 37.80$ 38.04$ 6 METER BOX, FLARED WALL 1730-12 or equal Each 89.58$ 86.80$ 87.38$ 7 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1730-02 or equal Each 56.77$ 54.60$ 55.00$ 8 METER BOX, FLARED WALL 2436-18 or equal Each 292.78$ 286.00$ 288.87$ 9 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 2436-03 or equal Each 224.74$ 212.00$ 213.82$ 10 19x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 101.00$ 96.12$ 11 34x21x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 185.00$ 176.82$ 12 21x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 90.00$ 867.63$ 13 26x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 142.00$ 145.98$ 14 42x30x14 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 568.00$ 553.06$ DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ATTACHMENT A COMMISSION AWARD MEMO DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Attachment A ITB 2021-031-AY Bid Tabulation Item Description U/M Unit Cost Unit Cost Unit Cost 1 CLEAN OUT SEWER BOX, TRAFFIC RATED, 1015 or equal Each 2$44.13 1$44.00 3$44.46 2 SOLID COVER TO READ "SEWER", BOLT DOWN, 1015-02 or equal Each 3$25.78 1$25.20 2$25.44 3 METER BOX, FLARED WALL 1118-12 or equal Each 3$46.94 1$46.20 2$46.57 4 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1118-02 or equal Each 3$24.49 1$24.15 2$24.16 5 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1324-02 or equal Each 3$39.06 1$37.80 2$38.04 6 METER BOX, FLARED WALL 1730-12 or equal Each 3$89.58 1$86.80 2$87.38 7 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1730-02 or equal Each 3$56.77 1$54.60 2$55.00 8 METER BOX, FLARED WALL 2436-18 or equal Each 3$292.78 1$286.00 2$288.87 9 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 2436-03 or equal Each 3$224.74 1$212.00 2$213.82 10 19x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 2$101.00 1$96.12 11 34x21x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 2$185.00 1$176.82 12 21x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 1$90.00 2$867.63 13 26x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 1$142.00 2$145.98 14 42x30x14 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole Each No Bid 2$568.00 1$553.06 50%50%0% Legend 1 denotes primary bidder 2 denotes secondary bidder 3 denotes tertiary bidder Balance of Line Bidder Core & Main LP Ferguson Enterprises LLC Fortiline Inc., DBA Fortiline Waterworks DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ATTACHMENT B ADDENDA & ITB SOLICITATION DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED .............................................................................................................. 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS .......................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A SPECIFICATIONS APPENDIX B SPECIAL CONDITIONS APPENDIX C COST PROPOSAL FORM APPENDIX D INSURANCE REQUIREMENTS ITB 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 2 SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective Bidders to submit their qualifications, propose d scopes of work and cost proposals (the “bid”) to the City for the City’s consideration as an o ption in achieving the required scope of services and requirements as noted he rein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the so licitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB results in an award. The City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this Bid is to establish a contract, by mea ns of sealed bids, with a qualified firm(s), for the purchase and delivery of various sizes of water meter boxes and covers for the Public Works Department of the City of Miami Beach (the “City), on an as needed basis, in accordance with the prescribed specifications and requirements in Appendix A. The boxes and covers are needed to house and protect the water meters installed around the C ity’s streets, sidewalks, and alleys, as well as private properties, and easy access for meter reading to public Works personnel. Interested vendors are invited to submit bids in response to this ITB. The City of Miami Beach estimates the annual budget for this project to be $70,000.00. Duration of entire contract (with renewals, if exercised by the City) will be an estimated total of $210,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued October 12, 2020 Pre-Bid Meeting Tuesday, October 20, 2020 @ 10:00AM ET Dial-in Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Meeting Number: 423 374 11 and then press the pound (#) key Deadline for Receipt of Questions Tuesday, October 27, 2020 @ 5:00PM ET Responses Due Monday, November 9, 2020 @ 3:00PM ET Tentative Commission Approval Authorizing Award November, 2020 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 3 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7000, ext. 26695 ArjuYudasto@miamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e -mail at: RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. Attendance for the pre-bid meeting shall be via telephone and recommended as a source of information but is not mandatory. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the bidder from any obligation to comply with every detail and with all provisions and req uirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the bidder. 8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the “Cone of Silence.” The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, th e lowest responsive, responsible bidder(s) meeting all terms, conditions, and s pecifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 4 deemed in the best interest of the City, to the City Mana ger for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsibl e bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is no n- exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co -primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 5 SECTION 0200 GENERAL CONDITIONS 1. TERMS & CONDITIONS – GENERAL SERVICES – TYPE 1. By virtue of submitting a bid or proposal in response to this solicitation, bidder agrees to be bound by and in compliance with the Terms and Conditions for General Services – Type 1, incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/wp-content/uploads/2020/04/Terms-Conditions-Services-General- 4.3.2020.pdf DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 6 APPENDIX A ________________________________________________________________________ Specifications ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 7 C1. Minimum Eligibility Requirements. Bidders must submit evidence that they are qualified to satisfactorily perform the specified services. Additionally, the Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder shall provide documentation they are an approved, certified or designated agent, dealer, representative, or distributor of OEM products for the brand(s) of the manufacturer for which it has submitted a bid listed in the bidder’s submittal. Submittal Requirements: Proof may be in the form of: a) Current letters from the manufacturer, on the manufacturer’s letterhead, designating the bidder as a manufacturer, agent, dealer, rep resentative or distributor of the OEM products listed in the bidder’s submittal. The letters shall be dated within six (6) months of the bid submittal and it shall be signed by an authorized manufacturer’s representative. OR b) A copy of the signed agreement between the manufacturer and the bidder designating the bidder as an agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal. OR c) Reference to the manufacturer’s internet website, where the manufacturer clea rly lists the bidder as an agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal C2. Statement of Work Required. The purpose of this Bid is to establish a contract, by means of sealed bids, with a qualified firm(s), for the purchase and delivery of various sizes of polymer, traffic rated, Automated Meter Reading / Advanced Metering Infrastructure (AMR/AMI) compatible meter boxes and covers for the Public Works Department of the City of Miami Bea ch (the “City), on an as needed basis, in accordance with the prescribed specifications and requirements. Interested vendors are invited to submit bids in response to this ITB. C3. Specifications TECHNICAL SPECIFICATION. The Contractor shall provide all equipment, tools, labor, transportation, and incidentals necessary for the purchase and delivery of water meters as specified herein. PRODUCT DESCRIPTION Line Items No. 1-9 Polymer meter boxes and covers shall be CDR/Hubbel or approved equal. Model numbers are provided for bidder’s reference to show box and cover dimensions and design. Other acceptable manufacturers include, but are not limited to, Highline Products and Glasmaster. Covers proposed shall be built to fit existing meter boxes, which are CDR. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 8 The covers for the meter boxes shall have the words “Water” or “Sewer” permanently marked on the top of the lid or cover for ease identification. The l etters shall be slightly raised. Line Item No. 10 19x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with American Association of State Highway and Transportation Officials (AASHTO), Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a locating magnet molded within the lid • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (16 ¾” x 9 ½) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (2 – ½” x 3 – ½”) • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 11 34x21x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and sh all not overlap the top edge of the meter box DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 9 • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (31 ¾” x 16 5/16) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (2 – ½” x 3 – ½”) • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 12 21x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a locating magnet molded within the lid • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (19 1/8” x 10 7/16) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (2 – ½” x 3 – ½”) DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 10 • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 13 26x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a locating magnet molded within the lid • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (24 13/16” x 13 ¼”) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (3” x 4”) • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 14 42x30x14 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 11 • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (38” x 26”) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (3-1/2” x 4”) • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation APPROVED ALTERNATES The City currently utilizes the make(s)/model(s) of equipment stated herein. To determine the feasibility, including cost and operational considerations, of utilizing alternate equivalent products, the City is allowing the submittal of alternate equivalent make(s)/model(s) as stipulated in the Quote Form. “Alternate” Products Can Be Considered Upon Receipt of Specified Data. THE DETERMINATION OF EQUIVALENCY SHALL BE AT THE SOLE DISCRETION OF THE CITY. THE CITY RESERVES ALL RIGHTS AND AT ITS SOLE DISCRETION MAY UTILIZE EITHER THE ORIGINAL MAKE/MODEL SPECIFIED, OR AN ALTERNATE EQUIVALENT PRODUCT, OR ANY COMBINATION OF EITHER. a) REQUIRED DOCUMENTATION FOR THE SUBMITTAL OF ALTERNATE EQUIVALENT PRODUCT. This specific solicitation requires submission of the following documentation to enable City evaluation of “alternate equivalent” products a. The “equal” product shall be equal in quality and standards of performance to the item specified in the solicitation. Where an “alternate equivalent” item is offered, two (2) complete sets of product information sheets (such as factory specifications, standard manufacturer information sheets, catalogues, and brochures) must be submitted with the initial offer or within two (2) business days from the City’s written request. Failure to submit product information sheets shall be cause for disqualification of the bid. The product information sheets submitted by the offeror must meet the required specifications set forth in this solicitation. b. Where the standard product literature submitted provides information that does not comply with the specifications, the offeror shall state, in an official letter on corporate letterhead as part of their initial offer, the differences between the item they are specifically offering, and the equipment described by the standard product literature, to substantiate compliance to all of the specifications set forth in this solicitation. In such cases, any offer submitted with standard product literature but without the letter explaining compliance will result in the rejection of the offer for not meeting the solicitation specifications. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 12 APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 13 1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to- month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and firm during the term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contract term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms, if mutually agreed upon by both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the Contractor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the Contractor’s request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The Contractor’s adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the Contractor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. 3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty (30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the City in advance of the services being provided. In addition, the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. 4. SHIPPING TERMS. All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized City representative at the Public Works Division. 5. DELIVERY REQUIREMENTS. The vendor shall make deliveries within 10 calendar days after the date of the order. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the vendor(s); except in such cases where the delivery will be delayed DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 14 due to acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the delays in advance of the original deliv ery date so that a revised delivery schedule can be appropriately considered by the City. Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number of days stated above, the City reserves the right to cancel the contract on a default basis after any back order period that has been specified in this contract has lapsed. If the contract is so terminated, it is hereby understood and agreed that the City has the authority to purchase the goods elsewhere and to charge the incumbent vendor with any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. Certain City employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate user department to confirm the authorization. 6. BACK ORDER ALLOWANCES. The City shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the City within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the City reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. 7. WARRANTY/GUARANTEE REQUIREMENTS. Traffic load rated water meter covers shall have a ten (10) year warranty and shall be replaced at no cost by the manufacturer if lid fails during the warranty period. All other boxes and covers shall have a minimum of one-year warranty from date of acceptance by the City. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. 8. BALANCE OF LINE. Bidder should state the percentage discount offered to the City for all other related items, other than the specific unit price items, offered by the manufacturer(s) proposed by the bidder in the space provided on the bid form. The purpose of the Balance of Line is to provide the City with a supply source for items related to the scope of this solicitation, whose identification and quantity requirements can be established after award, at discounted prices. When placing orders for balance of line items, the City will request quotes from the vendor providing the highest discount for the manufacturer stated, or from other vendors providing discounts for the same manufacturer when in the best interest of the City. The City will only consider balance of line items from primary, secondary and tertiary awarded vendors. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 15 APPENDIX C ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 16 APPENDIX E ELECTRONIC COST PROPOSAL FORM Failure to submit Appendix C, Electronic Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal p rice form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix C) shall be completed mechanically. All corrections on the Cost Proposal Form (Appendix C) shall be initialed. Item Description Est. Quantity U / M Unit Cost Item Total (Quantity_X_Unit_Cost) 1 CLEAN OUT SEWER BOX, TRAFFIC RATED, 1015 or equal 100 Each $ $ Make Offered: Model Offered: 2 SOLID COVER TO READ "SEWER", BOLT DOWN, 1015-02 or equal 50 Each $ $ Make Offered: Model Offered: 3 METER BOX, FLARED WALL 1118-12 or equal 250 Each $ $ Make Offered: Model Offered: 4 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1118-02 or equal 325 Each $ $ Make Offered: Model Offered: 5 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1324-02 or equal 100 Each $ $ Make Offered: Model Offered: 6 METER BOX, FLARED WALL 1730-12 or equal 300 Each $ $ Make Offered: Model Offered: 7 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1730-02 or equal 350 Each $ $ Make Offered: Model Offered: 8 METER BOX, FLARED WALL 2436-18 or equal 10 Each $ $ Make Offered: Model Offered: DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 17 Item Description Est. Quantity U / M Unit Cost Item Total (Quantity_X_Unit_Cost) 9 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 2436-03 or equal 15 Each $ $ Make Offered: Model Offered: 10 19x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 250 Each $ $ Make Offered: Model Offered: 11 34x21x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 12 21x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 13 26x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 14 42x30x14 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: BALANCE OF LINE Bidder should state the percentage discount offered to the City for all other related items offered by the manufacturer proposed. The City will only consider balance of line items from primary, secondary and tertiary awarded vendors and only for related items. Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative’s Signature: DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 18 APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 19 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, includi ng products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vend or has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with su ch work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applie s regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be m ade for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 20 Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exempt ion letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 11/16/2020 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=570819190F1000…1/3 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Foreign Profit Corporation FORTILINE, INC. Filing Information F10000004477 57-0819190 10/04/2010 SC ACTIVE NAME CHANGE AMENDMENT 06/07/2012 NONE Principal Address 7025 NORTHWINDS DR NW CONCORD, NC 20827 Changed: 04/30/2012 Mailing Address 7025 NORTHWINDS DR NW CONCORD, NC 20827 Changed: 05/14/2020 Registered Agent Name & Address CAPITOL CORPORATE SERVICES, INC. 515 EAST PARK AVENUE 2ND FLOOR TALLAHASSEE, FL 32301 Name Changed: 06/05/2019 Address Changed: 06/05/2019 Officer/Director Detail Name & Address Title PRESIDENT, DIRECTOR Swedick, Mike D. 11/16/2020 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=570819190F1000…2/3 7025 NORTHWINDS DR NW CONCORD, NC 20827 Title VICE PRESIDENT NAGEL, MARTY 7025 NORTHWINDS DR NW CONCORD, NC 20827 Title DIRECTOR, SECRETARY TOMASSO, JOHN 15850 DALLAS PARKWAY DALLAS, TX 75248 Title DIRECTOR, CFO, TREASURER BECKEN, SHERRY 15850 DALLAS PARKWAY DALLAS, TX 75248 Title ASSISTANT SECRETARY Malburg, Amanda 15850 DALLAS PARKWAY DALLAS, TX 75248 Title VICE PRESIDENT HIBBS, GARY 15850 DALLAS PARKWAY DALLAS, TX 75248 Title VICE PRESIDENT CANTU, MARUCHY 15850 DALLAS PARKWAY DALLAS, TX 75248 Title ASSISTANT SECRETARY WALTERS, WENDY 7025 NORTHWINDS DR NW CONCORD, NC 20827 Annual Reports Report Year Filed Date 2018 04/12/2018 2019 04/17/2019 2020 05/14/2020 Document Images DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 11/16/2020 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=570819190F1000…3/3 05/14/2020 -- ANNUAL REPORT View image in PDF format 06/05/2019 -- Reg. Agent Change View image in PDF format 04/17/2019 -- ANNUAL REPORT View image in PDF format 11/21/2018 -- AMENDED ANNUAL REPORT View image in PDF format 04/12/2018 -- ANNUAL REPORT View image in PDF format 07/19/2017 -- AMENDED ANNUAL REPORT View image in PDF format 04/21/2017 -- ANNUAL REPORT View image in PDF format 04/20/2016 -- ANNUAL REPORT View image in PDF format 04/28/2015 -- ANNUAL REPORT View image in PDF format 04/30/2014 -- ANNUAL REPORT View image in PDF format 05/01/2013 -- ANNUAL REPORT View image in PDF format 06/07/2012 -- Name Change View image in PDF format 04/30/2012 -- ANNUAL REPORT View image in PDF format 08/26/2011 -- Reg. Agent Change View image in PDF format 03/16/2011 -- ANNUAL REPORT View image in PDF format 12/13/2010 -- Reg. Agent Change View image in PDF format 10/04/2010 -- Foreign Profit View image in PDF format Florida Department of State, Division of Corporations DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328.htm[12/14/2020 4:27:44 PM] BID SUBMITTAL QUESTIONNAIRE SECTION 1 – BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: 2021-031-AY Solicitation Title: PURCHASE OF WATER METER BOXES AND COVERS BIDDER’S NAME: Sheri Smith NO. OF YEARS IN BUSINESS: 23 NO. OF YEARS IN BUSINESS LOCALLY: 10 NO. OF EMPLOYEES: 12 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: Fortiline Inc., DBA Fortiline Waterworks BIDDER PRIMARY ADDRESS (HEADQUARTERS): 7025 Northwinds Drive, NW CITY: Concord STATE: NC ZIP CODE: 28027 TELEPHONE NO.: 7047889859 TOLL FREE NO.: FAX NO.: 7047889896 BIDDER LOCAL ADDRESS: 6759 White Dr. CITY: Riviera Beach STATE: FL ZIP CODE: 33407 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Greg Panasuk ACCOUNT REP TELEPHONE NO.: 770-329-9024 ACCOUNT REP TOLL FREE NO.: 561-253-9886 ACCOUNT REP EMAIL: greg.panasuk@fortiline.com FEDERAL TAX IDENTIFICATION NO.: 57-0819190 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder’s Authorized Representative: Sheri Smith Title of Bidder ’s Authorized Representative: Regional Bid Coordinator SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City’s e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328.htm[12/14/2020 4:27:44 PM] Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. YES NO If yes, please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeId=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 4 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328.htm[12/14/2020 4:27:44 PM] SECTION 5 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM NORTH CAROLINA AND MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Bidder shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-Moratorium-for- Services-Sources-from-North-Carolina-Mississippi-1.pdf SECTION 6 - REFERENCES AND PAST PERFORMANCE Project No.2021-031-AY Project Title PURCHASE OF WATER METER BOXES AND COVERS Proposer shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name: City of Cape Coral Contact Individual Name and Title: David Vallandingham Address: Cape Coral, FL Telephone: 2395740857 Contact’s Email: dvalland@capecoral.net Narrative on Scope of Services Provided: Water, Sewer, Wastewater, Underground Utilities and Supplies Reference No.2 Firm Name: Pasco County Contact Individual Name and Title: Brenda Justice Address: New Port Richey, FL Telephone: 7278472411 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328.htm[12/14/2020 4:27:44 PM] Contact’s Email: bjustice@pascocountyfl.net Narrative on Scope of Services Provided: On Going as needed Pipe, Valve and Fittings Reference No.3 Firm Name: Hillsborough County Contact Individual Name and Title: Judy Knotts Address: Tampa, FL Telephone: 8132725790 Contact’s Email: knottsj@hcflgov.net Narrative on Scope of Services Provided: Water and Sewer Materials Additional Reference Firm Name: Citrus County Contact Individual Name and Title: Dane Bargiel Address: Inverness, FL Telephone: 3525275457 Contact’s Email: dane.bargiel@citrusbocc.com Narrative on Scope of Services Provided: Citrus County Utilities Stock Materials DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328.htm[12/14/2020 4:27:44 PM] SECTION 7 - STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-conditions/ By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No.2021-031-AY Project Title PURCHASE OF WATER METER BOXES AND COVERS SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS Bidders are expected to be or become familiar with, the City’s Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeId=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE Bidders shall be solely responsible for ensuring that all applicable provisions of the City’s Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their bid submittal, in the event of such non-compliance. Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which have contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. YES NO If yes, list name (first and last name) of individuals, occupation, amount and date: First and Last Name Contributor Occupation Amount Date of Contribution 1 2 3 4 5 6 7 4 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328.htm[12/14/2020 4:27:44 PM] 8 9 SECTION 9 – SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- performance by any public sector agency? YES NO If answer to above is “YES,” bidder shall submit a statement detailing the reasons that led to action(s): SECTION 10 - EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES AND EMPLOYEES WITH DOMESTIC PARTNERS When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide “Equal Benefits” to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor’s employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? YES NO Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Bidder Provides for Employees with Spouses Bidder Provides for Employees with Domestic Partners Bidder does not Provide Benefit Health Check Sick Leave Family Medical Leave Bereavement Leave 4 4 4 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328.htm[12/14/2020 4:27:44 PM] If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager’s decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 6759 WHITE DRIVE ● RIVIERA BEACH, FL 33407 ● TELEPHONE 561.253.9886 ● FAX 561.253.9887 KNOWLEDGE ● EXPERIENCE ● SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION, VISIT US ON THE WEB AT WWW.FORTILINE.COM Procurement Department 1755 Meridian Avenue, 3rd FL Miami Beach, FL 33139 Purchase of Water Meter Boxes and Covers Bid No. 2021-031-AY Due: Monday, November 9, 2020 by 3PM Primary Contact: Greg Panasuk Municipal Sales Representative greg.panasuk@fortiline.com Phone: (770) 329-9024 Fortiline Inc., DBA Fortiline Waterworks Riviera Beach Branch 6759 White Drive Riviera Beach, FL 33407 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 6759 WHITE DRIVE ● RIVIERA BEACH, FL 33407 ● TELEPHONE 561.253.9886 ● FAX 561.253.9887 KNOWLEDGE ● EXPERIENCE ● SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION, VISIT US ON THE WEB AT WWW.FORTILINE.COM Local Branch Fortiline, Waterworks Inc. Riviera Beach Branch 6759 White Drive Riviera Beach, FL 33407 Phone: 561-253-9886 Fax: 561-253-9887 Name: Greg Panasuk Title: Municipal Sales Representative Phone: 770-329-9024 Email: jeff.brouillette@fortiline.com Name: David Guthart Title: Branch Manager Phone: 561-253-9886 Email: david.guthart@fortiline.com Corporate Office: Fortiline, Inc. Address: 7025 Northwinds Dr, NW Concord, NC 28027 Name: Sheri Smith, Regional Bid Coordinator Email: sheri.smith@fortiline.com Toll Free: 844-792-7473 Phone: 704-788-9859 Fax: 704-788-9896 Remit to: Fortiline, Inc. PO Box 744053 Atlanta, GA 30384-4053 Key Personnel Contact Information DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 D o c u S i g n E n v e l o p e I D : 7 5 6 D 2 9 B A - 9 2 E 6 - 4 B B 2 - 9 1 D E - 8 5 9 1 6 8 C D C 0 6 8 6759 WHITE DRIVE ● RIVIERA BEACH, FL 33407 ● TELEPHONE 561.253.9886 ● FAX 561.253.9887 KNOWLEDGE ● EXPERIENCE ● SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION, VISIT US ON THE WEB AT WWW.FORTILINE.COM DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Solicitation 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS Bid Designation: Public City of Miami Beach Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 1 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Bid 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS Bid Number    2021-031-AY  Bid Title    PURCHASE OF WATER METER BOXES AND COVERS  Expected Expenditure  $210,000.00 (This price is expected - not guaranteed) Bid Start Date  Oct 12, 2020 4:45:22 PM EDT Bid End Date  Nov 9, 2020 3:00:00 PM EST Question & Answer End Date  Oct 27, 2020 5:00:00 PM EDT Bid Contact   ARJU YUDASTO   305-673-7490   ARJUYUDASTO@MIAMIBEACHFL.GOV  Contract Duration  3 years Contract Renewal  2 annual renewals   Prices Good for  Not Applicable Bid Comments The purpose of this Bid is to establish a contract, by means of sealed bids, with a qualified firm(s), for the purchase and delivery of various sizes of water meter boxes and covers for the Public Works Department of the City of Miami Beach (the “City), on an as needed basis, in accordance with the prescribed specifications and requirements in Appendix A. The boxes and covers are needed to house and protect the water meters installed around the City’s streets, sidewalks, and alleys, as well as private properties, and easy access for meter reading to public Works personnel. Interested vendors are invited to submit bids in response to this ITB. The City of Miami Beach estimates the annual budget for this project to be $70,000.00. Duration of entire contract (with renewals, if exercised by the City) will be an estimated total of $210,000.00. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued October 12, 2020 Pre-Bid Meeting Tuesday, October 20, 2020 @ 10:00AM ET Dial-in Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Meeting Number: 423 374 11 and then press the pound (#) key Deadline for Receipt of Questions Tuesday, October 27, 2020 @ 5:00PM ET Responses Due Monday, November 9, 2020 @ 3:00PM ET Tentative Commission Approval Authorizing AwardNovember, 2020 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact:Telephone:Email: Arju Yudasto 305-673-7000, ext. 26695 ArjuYudasto @miamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov ; or via facsimile: 786-394-4188. Required Vendor Qualifications VENDOR QUALIFICATIONS Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 2 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Item Response Form Item    2021-031-AY--01-01 - SUBMIT MINIMUM ELIGIBILITY REQUIREMENT Quantity  1 each Prices are not requested for this item. Delivery Location  City of Miami Beach 1. PROCUREMENT 1755 MERIDIAN AVENUE 3rd FLOOR MIAMI BEACH FL  33139 Qty 1 Description Bidders must submit evidence that they are qualified to satisfactorily perform the specified services. Additionally, the Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered Item    2021-031-AY--01-02 - SUBMIT COST PROPOSAL FORM Quantity  1 each Prices are not requested for this item. Delivery Location  City of Miami Beach 1. PROCUREMENT 1755 MERIDIAN AVENUE 3rd FLOOR MIAMI BEACH FL  33139 Qty 1 Description Failure to submit Appendix C, Electronic Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 3 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 BID SUBMITTAL QUESTIONNAIRE SECTION 1 – BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: 2021-031-AY Solicitation Title: PURCHASE OF WATER METER BOXES AND COVERS BIDDER’S NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: BIDDER PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: BIDDER LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 4 Fortiline Inc., DBA Fortiline Waterworks 23 10 12 Fortiline Inc., DBA Fortiline Waterworks 7025 Northwinds Drive, NW Concord NC 28027 7047889859 7047889896 6759 White Dr. Riviera Beach FL 33407 Greg Panasuk 770-329-9024 561-253-9886 greg.panasuk@fortiline.com 57-0819190 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder’s Authorized Representative:Title of Bidder ’s Authorized Representative: SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City’s e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. YES NO If yes, please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 5 6 Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 5 Sheri Smith Regional Bid Coordinator DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 SECTION 4 - FINANCIAL CAPACITY When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeId=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. SECTION 5 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM NORTH CAROLINA AND MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Bidder shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-Moratorium-for- Services-Sources-from-North-Carolina-Mississippi-1.pdf SECTION 6 - REFERENCES AND PAST PERFORMANCE Project No.2021-031-AY Project Title PURCHASE OF WATER METER BOXES AND COVERS Proposer shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name: Contact Individual Name and Title: Address: Telephone: Contact’s Email: Narrative on Scope of Services Provided: Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 6 City of Cape Coral David Vallandingham Cape Coral, FL Water, Sewer, Wastewater, Underground Utilities and Supplies 2395740857 dvalland@capecoral.net DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Reference No.2 Firm Name: Contact Individual Name and Title: Address: Telephone: Contact’s Email: Narrative on Scope of Services Provided: Reference No.3 Firm Name: Contact Individual Name and Title: Address: Telephone: Contact’s Email: Narrative on Scope of Services Provided: Additional Reference Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 7 Pasco County Brenda Justice New Port Richey, FL 7278472411 bjustice@pascocountyfl.net On Going as needed Pipe, Valve and Fittings Hillsborough County Judy Knotts Tampa, FL 8132725790 knottsj@flgov.net Water and Sewer Materials DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Firm Name: Contact Individual Name and Title: Address: Telephone: Contact’s Email: Narrative on Scope of Services Provided: SECTION 7 - STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/city-hall/procurement/standard- terms-and-conditions/ By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No.2021-031-AY Project Title PURCHASE OF WATER METER BOXES AND COVERS SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS Bidders are expected to be or become familiar with, the City’s Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeId=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE Bidders shall be solely responsible for ensuring that all applicable provisions of the City’s Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their bid submittal, in the event of such non-compliance. Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which have contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. YES NO Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 8 Citrus County Dane Bargiel Inverness, FL 3525275457 dane.bargiel@citrusbocc.com Citrus County Utilities Stock Materials DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 If yes, list name (first and last name) of individuals, occupation, amount and date: First and Last Name Contributor Occupa Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager’s decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city- hall/procurement/procurement-related-ordinance-and-procedures/ Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 10 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED .............................................................................................................. 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS .......................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A SPECIFICATIONS APPENDIX B SPECIAL CONDITIONS APPENDIX C COST PROPOSAL FORM APPENDIX D INSURANCE REQUIREMENTS ITB 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 11 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 2 SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective Bidders to submit their qualifications, propose d scopes of work and cost proposals (the “bid”) to the City for the City’s consideration as an o ption in achieving the required scope of services and requirements as noted he rein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the so licitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB results in an award. The City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this Bid is to establish a contract, by mea ns of sealed bids, with a qualified firm(s), for the purchase and delivery of various sizes of water meter boxes and covers for the Public Works Department of the City of Miami Beach (the “City), on an as needed basis, in accordance with the prescribed specifications and requirements in Appendix A. The boxes and covers are needed to house and protect the water meters installed around the C ity’s streets, sidewalks, and alleys, as well as private properties, and easy access for meter reading to public Works personnel. Interested vendors are invited to submit bids in response to this ITB. The City of Miami Beach estimates the annual budget for this project to be $70,000.00. Duration of entire contract (with renewals, if exercised by the City) will be an estimated total of $210,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued October 12, 2020 Pre-Bid Meeting Tuesday, October 20, 2020 @ 10:00AM ET Dial-in Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Meeting Number: 423 374 11 and then press the pound (#) key Deadline for Receipt of Questions Tuesday, October 27, 2020 @ 5:00PM ET Responses Due Monday, November 9, 2020 @ 3:00PM ET Tentative Commission Approval Authorizing Award November, 2020 Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 12 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 3 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7000, ext. 26695 ArjuYudasto@miamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e -mail at: RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. Attendance for the pre-bid meeting shall be via telephone and recommended as a source of information but is not mandatory. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 7.BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the bidder from any obligation to comply with every detail and with all provisions and req uirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the bidder. 8.CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the “Cone of Silence.” The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, th e lowest responsive, responsible bidder(s) meeting all terms, conditions, and s pecifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 13 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 4 deemed in the best interest of the City, to the City Mana ger for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: •The ability, capacity and skill of the bidder to perform the Contract. •Whether the bidder can perform the Contract within the time specified, without delay or interference. •The character, integrity, reputation, judgment, experience and efficiency of the bidder. •The quality of performance of previous contracts. •The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsibl e bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is no n- exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co -primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 14 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 5 SECTION 0200 GENERAL CONDITIONS 1. TERMS & CONDITIONS – GENERAL SERVICES – TYPE 1. By virtue of submitting a bid or proposal in response to this solicitation, bidder agrees to be bound by and in compliance with the Terms and Conditions for General Services – Type 1, incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/wp-content/uploads/2020/04/Terms-Conditions-Services-General- 4.3.2020.pdf Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 15 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 6 APPENDIX A ________________________________________________________________________ Specifications ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 16 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 7 C1. Minimum Eligibility Requirements. Bidders must submit evidence that they are qualified to satisfactorily perform the specified services. Additionally, the Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder shall provide documentation they are an approved, certified or designated agent, dealer, representative, or distributor of OEM products for the brand(s) of the manufacturer for which it has submitted a bid listed in the bidder’s submittal. Submittal Requirements: Proof may be in the form of: a) Current letters from the manufacturer, on the manufacturer’s letterhead, designating the bidder as a manufacturer, agent, dealer, rep resentative or distributor of the OEM products listed in the bidder’s submittal. The letters shall be dated within six (6) months of the bid submittal and it shall be signed by an authorized manufacturer’s representative. OR b) A copy of the signed agreement between the manufacturer and the bidder designating the bidder as an agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal. OR c) Reference to the manufacturer’s internet website, where the manufacturer clea rly lists the bidder as an agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal C2. Statement of Work Required. The purpose of this Bid is to establish a contract, by means of sealed bids, with a qualified firm(s), for the purchase and delivery of various sizes of polymer, traffic rated, Automated Meter Reading / Advanced Metering Infrastructure (AMR/AMI) compatible meter boxes and covers for the Public Works Department of the City of Miami Bea ch (the “City), on an as needed basis, in accordance with the prescribed specifications and requirements. Interested vendors are invited to submit bids in response to this ITB. C3. Specifications TECHNICAL SPECIFICATION. The Contractor shall provide all equipment, tools, labor, transportation, and incidentals necessary for the purchase and delivery of water meters as specified herein. PRODUCT DESCRIPTION Line Items No. 1-9 Polymer meter boxes and covers shall be CDR/Hubbel or approved equal. Model numbers are provided for bidder’s reference to show box and cover dimensions and design. Other acceptable manufacturers include, but are not limited to, Highline Products and Glasmaster. Covers proposed shall be built to fit existing meter boxes, which are CDR. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 17 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 8 The covers for the meter boxes shall have the words “Water” or “Sewer” permanently marked on the top of the lid or cover for ease identification. The l etters shall be slightly raised. Line Item No. 10 19x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with American Association of State Highway and Transportation Officials (AASHTO), Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid •Shall have a molded finger hole •Shall have a locating magnet molded within the lid •Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) •Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box •Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep •Shall have “WATER” molded into the lid •Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body •Shall be GRAY and have a minimum of 3/8” wall thickness •Shall have minimum inside working room of (16 ¾” x 9 ½) •Shall have crush resistant ribbing along the outside of the box •Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade •Shall have one pipe slot molded on each end of the body that measures (2 – ½” x 3 – ½”) •Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 11 34x21x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid •Shall have a molded finger hole •Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) •Shall seat securely and evenly inside the meter box and sh all not overlap the top edge of the meter box Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 18 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 9 • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (31 ¾” x 16 5/16) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (2 – ½” x 3 – ½”) • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 12 21x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a locating magnet molded within the lid • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (19 1/8” x 10 7/16) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (2 – ½” x 3 – ½”) Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 19 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 10 • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 13 26x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a locating magnet molded within the lid • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep • Shall have “WATER” molded into the lid • Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body • Shall be GRAY and have a minimum of 3/8” wall thickness • Shall have minimum inside working room of (24 13/16” x 13 ¼”) • Shall have crush resistant ribbing along the outside of the box • Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade • Shall have one pipe slot molded on each end of the body that measures (3” x 4”) • Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation Line Item No. 14 42x30x14 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole: Must be compliant with AASHTO, Design Load of H-20; ASTM C 857-16, Design Load of A-16, 16,000 lbs. transferred through a 10” x 20” steel plate centered in the cover and body Polymer Lid • Shall have a molded finger hole • Shall have a molded touch read hole (01.88”), recessed (3 ¼” x 3/8” deep) • Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box • Shall have molded tread – pattern for skid resistance – tread dimensions shall be 0.188” x 0.938” x 0.150” deep Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 20 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 11 •Shall have “WATER” molded into the lid •Shall be GRAY and have a molded recycled emblem with a minimum of 50% Post Consumer Recycled and 50% Post Industrial/ Pre Consumer Recycled Content – Verified with a LEED Product Documentation. Polymer Body •Shall be GRAY and have a minimum of 3/8” wall thickness •Shall have minimum inside working room of (38” x 26”) •Shall have crush resistant ribbing along the outside of the box •Shall have a flange around the lid opening to help prevent settling and aide in the adjustment to grade •Shall have one pipe slot molded on each end of the body that measures (3-1/2” x 4”) •Shall have a molded recycled emblem with a minimum of 35% Post Industrial/ Pre Consumer Recycled Content – Verified with a Leed Product Documentation APPROVED ALTERNATES The City currently utilizes the make(s)/model(s) of equipment stated herein. To determine the feasibility, including cost and operational considerations, of utilizing alternate equivalent products, the City is allowing the submittal of alternate equivalent make(s)/model(s) as stipulated in the Quote Form. “Alternate” Products Can Be Considered Upon Receipt of Specified Data. THE DETERMINATION OF EQUIVALENCY SHALL BE AT THE SOLE DISCRETION OF THE CITY. THE CITY RESERVES ALL RIGHTS AND AT ITS SOLE DISCRETION MAY UTILIZE EITHER THE ORIGINAL MAKE/MODEL SPECIFIED, OR AN ALTERNATE EQUIVALENT PRODUCT, OR ANY COMBINATION OF EITHER. a)REQUIRED DOCUMENTATION FOR THE SUBMITTAL OF ALTERNATE EQUIVALENT PRODUCT. This specific solicitation requires submission of the following documentation to enable City evaluation of “alternate equivalent” products a.The “equal” product shall be equal in quality and standards of performance to the item specified in the solicitation. Where an “alternate equivalent” item is offered, two (2) complete sets of product information sheets (such as factory specifications, standard manufacturer information sheets, catalogues, and brochures) must be submitted with the initial offer or within two (2) business days from the City’s written request. Failure to submit product information sheets shall be cause for disqualification of the bid. The product information sheets submitted by the offeror must meet the required specifications set forth in this solicitation. b.Where the standard product literature submitted provides information that does not comply with the specifications, the offeror shall state, in an official letter on corporate letterhead as part of their initial offer, the differences between the item they are specifically offering, and the equipment described by the standard product literature, to substantiate compliance to all of the specifications set forth in this solicitation. In such cases, any offer submitted with standard product literature but without the letter explaining compliance will result in the rejection of the offer for not meeting the solicitation specifications. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 21 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 12 APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 22 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 13 1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to- month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. 2.PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and firm during the term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contract term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms, if mutually agreed upon by both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the Contractor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the Contractor’s request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The Contractor’s adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the Contractor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. 3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty (30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the City in advance of the services being provided. In addition, the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. 4.SHIPPING TERMS. All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized City representative at the Public Works Division. 5. DELIVERY REQUIREMENTS. The vendor shall make deliveries within 10 calendar days after the date of the order. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the vendor(s); except in such cases where the delivery will be delayed Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 23 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 14 due to acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the City of the delays in advance of the original deliv ery date so that a revised delivery schedule can be appropriately considered by the City. Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number of days stated above, the City reserves the right to cancel the contract on a default basis after any back order period that has been specified in this contract has lapsed. If the contract is so terminated, it is hereby understood and agreed that the City has the authority to purchase the goods elsewhere and to charge the incumbent vendor with any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. Certain City employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate user department to confirm the authorization. 6.BACK ORDER ALLOWANCES. The City shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the City within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the City reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re-procurement costs. If the vendor fails to honor these re-procurement costs, the City may terminate the contract for default. 7.WARRANTY/GUARANTEE REQUIREMENTS. Traffic load rated water meter covers shall have a ten (10) year warranty and shall be replaced at no cost by the manufacturer if lid fails during the warranty period. All other boxes and covers shall have a minimum of one-year warranty from date of acceptance by the City. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. 8.BALANCE OF LINE. Bidder should state the percentage discount offered to the City for all other related items, other than the specific unit price items, offered by the manufacturer(s) proposed by the bidder in the space provided on the bid form. The purpose of the Balance of Line is to provide the City with a supply source for items related to the scope of this solicitation, whose identification and quantity requirements can be established after award, at discounted prices. When placing orders for balance of line items, the City will request quotes from the vendor providing the highest discount for the manufacturer stated, or from other vendors providing discounts for the same manufacturer when in the best interest of the City. The City will only consider balance of line items from primary, secondary and tertiary awarded vendors. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 24 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 15 APPENDIX C ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 25 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 16 APPENDIX E ELECTRONIC COST PROPOSAL FORM Failure to submit Appendix C, Electronic Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal p rice form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix C) shall be completed mechanically. All corrections on the Cost Proposal Form (Appendix C) shall be initialed. Item Description Est. Quantity U / M Unit Cost Item Total (Quantity_X_Unit_Cost) 1 CLEAN OUT SEWER BOX, TRAFFIC RATED, 1015 or equal 100 Each $ $ Make Offered: Model Offered: 2 SOLID COVER TO READ "SEWER", BOLT DOWN, 1015-02 or equal 50 Each $ $ Make Offered: Model Offered: 3 METER BOX, FLARED WALL 1118-12 or equal 250 Each $ $ Make Offered: Model Offered: 4 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1118-02 or equal 325 Each $ $ Make Offered: Model Offered: 5 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1324-02 or equal 100 Each $ $ Make Offered: Model Offered: 6 METER BOX, FLARED WALL 1730-12 or equal 300 Each $ $ Make Offered: Model Offered: 7 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1730-02 or equal 350 Each $ $ Make Offered: Model Offered: 8 METER BOX, FLARED WALL 2436-18 or equal 10 Each $ $ Make Offered: Model Offered: Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 26 CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell 44.46 25.44 46.57 24.16 38.04 87.38 55.00 288.87 4,4446.10 1,272.15 11,642.10 7,851.35 3,803.60 26,214.00 19,249.30 2,888.68 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 17 Item Description Est. Quantity U / M Unit Cost Item Total (Quantity_X_Unit_Cost) 9 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 2436-03 or equal 15 Each $ $ Make Offered: Model Offered: 10 19x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 250 Each $ $ Make Offered: Model Offered: 11 34x21x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 12 21x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 13 26x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 14 42x30x14 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: BALANCE OF LINE Bidder should state the percentage discount offered to the City for all other related items offered by the manufacturer proposed. The City will only consider balance of line items from primary, secondary and tertiary awarded vendors and only for related items. Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative’s Signature: Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 27 Fortiline Inc., DBA Fortiline WaterworksSheri Smith7025 Northwinds Drive, NW, Concord, NC 28027 704-788-9859 sheri.smith@fortiline.com CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell 0 213.82 96.12 176.82 867.63 145.98 553.06 3,207.26 24,029.50 17,681.60 86,763.20 14,597.60 55,306.40 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 18 APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 28 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 19 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A.Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B.Commercial General Liability Insurance on an occurrence basis, includi ng products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C.Automobile Liability Insurance covering any automobile, if vend or has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with su ch work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applie s regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be m ade for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 29 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 20 Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exempt ion letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 30 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Question and Answers for Bid #2021-031-AY - PURCHASE OF WATER METER BOXES AND COVERS Overall Bid Questions There are no questions associated with this bid.   Question Deadline: Oct 27, 2020 5:00:00 PM EDT Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 31 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 Fred Leykamm Regional Manager Hubbell Lenoir City, Inc. November 7, 2020 Mr. Greg Panasuk Fortiline Waterworks 14202 SW 142nd Ave Miami, Florida 33186 SUBJECT: Authorized Distributor for Hubbell Lenoir City products Dear Mr. Panasuk Please accept this letter as confirmation that Fortiline Water Works, Miami branch is an authorized distributor in good standing for the re-sale of OEM enclosures/meter boxes from Hubbell Lenoir City, Inc. Please contact me for any additional information you may require? Respectfully, Fred Leykamm Regional Manager, Florida Region E-mail: ftleykamm@hubbell.com TEL: 386-405-3753 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 15 APPENDIX C ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB NO. 2021-031-AY PURCHASE OF WATER METER BOXES AND COVERS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 25 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 16 APPENDIX E ELECTRONIC COST PROPOSAL FORM Failure to submit Appendix C, Electronic Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal p rice form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix C) shall be completed mechanically. All corrections on the Cost Proposal Form (Appendix C) shall be initialed. Item Description Est. Quantity U / M Unit Cost Item Total (Quantity_X_Unit_Cost) 1 CLEAN OUT SEWER BOX, TRAFFIC RATED, 1015 or equal 100 Each $ $ Make Offered: Model Offered: 2 SOLID COVER TO READ "SEWER", BOLT DOWN, 1015-02 or equal 50 Each $ $ Make Offered: Model Offered: 3 METER BOX, FLARED WALL 1118-12 or equal 250 Each $ $ Make Offered: Model Offered: 4 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1118-02 or equal 325 Each $ $ Make Offered: Model Offered: 5 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1324-02 or equal 100 Each $ $ Make Offered: Model Offered: 6 METER BOX, FLARED WALL 1730-12 or equal 300 Each $ $ Make Offered: Model Offered: 7 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 1730-02 or equal 350 Each $ $ Make Offered: Model Offered: 8 METER BOX, FLARED WALL 2436-18 or equal 10 Each $ $ Make Offered: Model Offered: Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 26 CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell 44.46 25.44 46.57 24.16 38.04 87.38 55.00 288.87 4,4446.10 1,272.15 11,642.10 7,851.35 3,803.60 26,214.00 19,249.30 2,888.68 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 17 Item Description Est. Quantity U / M Unit Cost Item Total (Quantity_X_Unit_Cost) 9 SOLID COVER, TO READ "WATER" W/ TOUCH READ HOLE 2436-03 or equal 15 Each $ $ Make Offered: Model Offered: 10 19x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 250 Each $ $ Make Offered: Model Offered: 11 34x21x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 12 21x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 13 26x14x12 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: 14 42x30x14 Gray Polymer Box w/ Gray Polymer Lid w/ Badger Molded Hole 100 Each $ $ Make Offered: Model Offered: BALANCE OF LINE Bidder should state the percentage discount offered to the City for all other related items offered by the manufacturer proposed. The City will only consider balance of line items from primary, secondary and tertiary awarded vendors and only for related items. Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Manufacturer: ___% Discount Offered from MSRP Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative’s Signature: Bid 2021-031-AYCity of Miami Beach 10/12/2020 2:50 PM p. 27 Fortiline Inc., DBA Fortiline WaterworksSheri Smith7025 Northwinds Drive, NW, Concord, NC 28027 704-788-9859 sheri.smith@fortiline.com CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell CDR/Hubbell 0 213.82 96.12 176.82 867.63 145.98 553.06 3,207.26 24,029.50 17,681.60 86,763.20 14,597.60 55,306.40 DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 19 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, includi ng products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vend or has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with su ch work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applie s regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be m ade for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068 ITB 2021-031-AY 20 Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exempt ion letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. DocuSign Envelope ID: 756D29BA-92E6-4BB2-91DE-859168CDC068