Loading...
21-031-03 Core & Main LP Agreement Executed 1-11-2021CONTRACT NO. 21-031-03 SENT VIA E-MAIL TO:susan.reed@coreandmain.com January 8, 2021 Susan Reed Core & Main LP 18701 SW 108th Ave. Cutler Bay, FL 33157 Phone: 786-573-3401 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021-031-AY-PURCHASE OF WATER METER BOXES AND COVERS Dear Ms. Reed: On October 12, 2020 Core & Main, LP., (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 Core & Main, LP., for purchases of water meter boxes and covers for the following line items: Line Item 1 – Secondary Contractor Line Item 2 - 9 – 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 EX H I B I T A : A W A R D E D L I N E I T E M S IT B - 2 0 2 1 - 0 3 1 - A Y P u r c h a s e o f W a t e r M e t e r B o x e s ATTACHMENT A COMMISSION AWARD MEMO 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 ATTACHMENT B ADDENDA & ITB SOLICITATION 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 ITB 2021-031-AY 2 SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL.This as the means for prospective Bidders to submit their qualifications, proposed scopes of work and ption in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the suc 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 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 Publi 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 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 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.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 requirements 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 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, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as ITB 2021-031-AY 4 deemed in the best interest of the City, to the City Manager 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 Commissi recommendation(s) and, may approve or reject the City Manage 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, responsible 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 non- 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 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. 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 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 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: bidder as a manufacturer, agent, dealer, representative or distributor of the OEM products listed in the bid (6) months of the bid 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 rly lists the bidder as an agent, dealer, representative or distributor of the OEM products listed in mittal 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 Beac n 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 rence 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. ITB 2021-031-AY 8 The covers fo t ently marked on the top of the lid or cover for ease identification. The letters 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 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 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 x 3 ) 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 ¼x 3/8 deep) Shall seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box 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 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 x 3 ) 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 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 x 3 ) 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 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 ¼x 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 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. 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 a. specified in the solicitati 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 withi 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. 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 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 Contract sponsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the Contr quest for adjustment should be submitted 60 days prior to expiration of the then current contract term. The t 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 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 delivery 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. 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 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 price 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: 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 Representa Signature: 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 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.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 ompensation 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, including 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 vendor 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 Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement t 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 applies 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 made 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. 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 ion 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, exemption 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. ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB 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 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 price 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: 292.78 2,927.80 56.77 19,869.50 89.58 26,874.00 39.06 3,906.00 24.49 7,959.25 46.94 11,735.00 25.78 1,289.00 44.13 4,413.00 B00243618M C00173002P050X B00173012M C00132402P050X C00111802P050X B001118501 C20101502A01JX B101015500 CDR CDR CDR CDR CDR CDR CDR CDR 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 Representa Signature: 224.74 3,371.10 50CDR C00243603P050X CDR No Bid No Bid No Bid No Bid No Bid Susan Reed (786) 573-3401 Cutler Bay, FL3315718701 SW 108th Ave., susan.reed@coreandmain.com Susan Reed Core & Main LP CHECK21-20-0659496Employee(s) 7265829 CORE & MAIN LP 18701 SW 108 AVE MIAMI, FL 33157 75.00 7553515 220 SEPTEMBER 30, 2021 TANGIBLE PERSONAL PROP DLR RENEWAL 07/28/2020 CORE & MAIN GP LLC c/o DUCHARME, MCMILLEN & ASSOCIATES SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY Willis Towers Watson Northeast, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA Core & Main LP 1830 Craig Park Court Saint Louis, MO 63146 * General Liability: The $1,000,000 per Occurrence and $2,000,000 Aggregate limits displayed is a combination of $500,000 Self-Insured Retention and $500,000 Per Occurrence /$1,500,000 Aggregate limits of liability provided by the carrier noted above. Evidence of Insurance 07/31/2020 1-877-945-7378 1-888-467-2378 certificates@willis.com National Union Fire Insurance Company of P 19445 Willis Submission Carrier XL Insurance America Inc GENRC 24554 W17434734 A 1,000,000 1,000,000 15,000SIR: $500,000* 1,000,000 2,000,000 2,000,000 GL 1728964 08/01/2020 08/01/2021 B 2,000,000 08/01/202108/01/2020SEE ATTACHED C 5,000,000 10,000 US00093102LI20A 08/01/2020 08/01/2021 5,000,000 SEE ATTACHEDB 1,000,000No08/01/2020 08/01/2021 1,000,000 1,000,000 B Additional Lines of Coverage SEE ATTACHED 08/01/2020 08/01/2021 176724219931527SR ID:BATCH: Willis Towers Watson Certificate Center Page 1 of 1 ADDITIONAL COVERAGE SCHEDULE AUTOMOBILE LIABILITY Policy Effective & Expiration Dates: See Page 1 Limits: See Page 1 POLICY NUMBER STATE INSURER(S) AFFORDING COVERAGE CA 4594395 All Other States National Union Fire Insurance Company of Pittsburgh CA 4594397 MA National Union Fire Insurance Company of Pittsburgh CA 4594396 VA National Union Fire Insurance Company of Pittsburgh WORKERS COMPENSATION & EMPLOYERS LIABILITY Policy Effective & Expiration Dates: See Page 1 Limits: See Page 1 POLICY NUMBER STATE INSURER(S) AFFORDING COVERAGE WC 045886742 All Other States New Hampshire Insurance Company WC 045886743 CA American Home Assurance Company WC 045886745 MA, WI New Hampshire Insurance Company WC 045886744 FL Illinois National Insurance Company EXCESS LIABILITY Policy Effective & Expiration Dates: 08/01/2020-08/01/2021 POLICY NUMBER TYPE OF INSURANCE LIMITS INSURER(S) AFFORDING COVERAGE MKLM6MM50000019 Excess General Liability $10,000,000 xs $1,000,000 Primary Markel Insurance Company NY20RXSZ02HYLIV Excess Automobile Liability $3,000,000 xs $2,000,000 Primary Navigators Insurance Company 42-XSF-308468-02 Excess Automobile Liability $5,000,000 xs $5,000,000 Berkshire Hathaway Specialty Insurance Company *Umbrella Liability shown on Page 1 applies after above shown limits are exhausted for their respective lines of coverage ATTACHMENT D INSURANCE REQUIREMENTS 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.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 ompensation 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, including 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 vendor 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 Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement t 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 applies 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 made 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. 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 ion 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, exemption 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.