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