HomeMy WebLinkAboutCertification of Contract -Ferguson Enterprises, Inc.
C' ~ 1\- 5-)%~
lD
MIAMI BEACH
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
CONTRACT NO.:
13-05/06
EFFECTIVE DA TE(S): One (1) Year from date of Contract execution, with two (2) additional
one (1) year renewal options, at the City's discretion.
SUPERSEDES:
None
CONTRACTOR(S):
FERGUSON ENTERPRISES, INC. (Secondary)
A. AUTHORITY - Upon affirmative action taken by the City Commission of the City of
Miami Beach, Florida, on May 10, 2006, a Contract was approved for award and
subsequent execution between the City of Miami Beach Florida and FERGUSON
ENTEPRISES, 1Ne.
B. EFFECT - This Contract is entered into to provide for the supply and delivery of Ford
meter service fittings for the City of Miami Beach Public Works Department, on an as
needed basis. Therefore, all required services shall be made under the terms, prices and
conditions of this Contract, Bid No. 13-05/06, all addenda thereto, and CONTRACTOR's
bid response.
C. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with
the City of Miami Beach Procurement Division policies and procedures, at the prices
indicated, exclusive of all Federal, State and local taxes.
All Standing Orders shall show the City of Miami Beach Contract Number (13-05/06).
D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any
vendor failure to perform according to the requirements of this Contract to the
Procurement Director 305-673-7490.
E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as
required, and they must be signed by a Registered Insurance Agent licensed in the State
of Florida and approved by the City of Miami Beach Risk Manager.
F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party. In addition,
CONTRACTOR shall not subcontract any portion of the work required by this Contract.
CONTRACTOR represents that all persons delivering the services required by this
Page 2
Certification of Contract
Contract have the knowledge and skills, either by training, experience, education, or a
combination thereof, to adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform such services to
CITY's satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this Contract in
a skillful and respectable manner. The quality of CONTRACTOR's performance and all
interim and final product(s) provided to or on behalf of CITY shall be comparable to the
best local and national standards.
G. SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard
of the City of Miami Beach. As contract employees of the City, CONTRACTOR's
employees will be required to conduct themselves in a professional, courteous and ethical
manner at all times and adhere to the City's Service Excellence standards. Training will
be provided by the City's Organizational Development and Training Specialist.
H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section
287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to
the CITY, may not submit a bid on a contract with the CITY for the construction or repair
of a public building or public work, may not submit bids on leases of real property to the
CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with the CITY, and may not transact any business with the
CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes,
for category two purchases for a period of 36 months from the date of being placed on the
convicted vendor list. Violation of this section by Contractor shall result in cancellation
of the Contract and may result in Contractor debarment.
I. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under
this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be
subject to the supervision of CONTRACTOR. In providing such services, neither
CONTRACTOR nor its officers, employees or agents shall act as officers, employees, or
agents of the CITY. This Contract shall not constitute or make the parties a partnership or
joint venture.
1. THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third
party by this Contract. Therefore, the parties agree that there are no third party
beneficiaries to this Contract and that no third party shall be entitled to assert a claim
against either of them based upon this Contract.
The parties expressly acknowledge that it is not their intent to create any rights or
obligations in any third person or entity under this Contract.
2
Page 3
Certification of Contract
K. NOTICES - Whenever either party desires to give notice to the other, such notice must be
in writing, sent by certified United States Mail, postage prepaid, return receipt requested,
or by hand-delivery with a request for a written receipt of acknowledgment of delivery,
addressed to the party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed in writing in the
manner provided in this section. For the present, the parties designate the following:
For CITY:
Procurement Division
Attn: Gus Lopez. Procurement Director
1700 Convention Center Drive
Miami Beach. Florida 33139
For CONTRACTOR:
Ferguson Enterprises. Inc.
AUn: Jason Mueller. Sales Manager
2361 N.W. 22nd Street
Miami. Florida 33069
L. MA TERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in this Contract, Bid No. 13-05/06, and
all addenda thereto, is substantial and important to the formation of this Contract and,
therefore, is a material term hereof.
CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of
such provision or modification of this Contract. A waiver of any breach of a provision of
this Contract shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
M. SEVERANCE - In the event a portion of this Contract is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective unless
CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
3
Page 4
Certification of Contract
N. APPLICABLE LAW AND VENUE - This Contract shall be enforceable in Miami-Dade
County, Florida, and if legal action is necessary by either party with respect to the
enforcement of any or all of the terms or conditions herein exclusive venue for the
enforcement of same shall lie in Miami-Dade County, Florida. By entering into this
Contract, CONTRACTOR and CITY hereby expressly waive any rights either
party may have to a trial by jury of any civil litigation related to, or arising out of
the Project. CONTRACTOR shall specifically bind all subcontractors to the
provisions of this Contract.
O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document prepared with
the same or similar formality as this Contract and executed by the CITY and
CONTRACTOR.
P. All documents shall be executed satisfactorily to the CITY and until Insurance
Certificates have been filed and approved, this Contract shall not be effective.
Q. This Contract, Bid No. 13-05/06, and all addenda thereto, and CONTRACTOR's bid
response shall comprise the entire Agreement between CITY and CONTRACTOR.
4
Page 5
Certification of Contract
AGREEMENT
THIS AGREEMENT made this / ~ it, day of Iv! 1!1 20 () {" A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter referred to as the City,
which term shall include its successors and assigns, and
Ferguson Enterprises. Inc.
2361 N.W. 22nd Street
Miami. Florida 33069
(also referred to as Contractor)
Estimated Annual Contract Amount: $40.000.00.
IN WITNESS WHEREOF the said City has caused this Certification of Contract to be signed
by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by
the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to
be signed it its name.
By
~
Mayor
David Dermer
CONTRACTOR
ignature of Authorized
Corporate Officer
,_fftSl7r\ ll1"e{I~.. S(~ ~-
Print Name ITitle
Date
&- 5-0(P
Date
ATTEST:
~d~~
City Clerk
Robert Parcher
ATTEST:
Signature
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
423/0'
Dae
Print N amelTitle
5
,~;.
:'.~,.
-"
;-,;;
,
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
COMPANY NAME: ~fJ USe) 'J,
Bid Proposal Page 1 of 4
We propose to furnish all labor, material, equipment, supervision and transportation necessary to supply
and deliver on an as-needed basis, Ford meter service fittings as specified herein.
Estimated
Item Descriotion Annual Qtv. Unit Cost Total
1. Custom Meter Resetter 1-1/2" flanged 14"h 20 ea $ 4tJ'I. L{j $ fI)Ri.~
"Ford" Brand VBB46-14
2. Custom Meter Resetter 1-1/2" flanged 16"h 20 ea $ '/04. Lfl $XO ~ g..do
"Ford" Brand Part #VBB46-16
3. Custom Meter Resetter 2" flanged 14"h 20 ea $ '-I5"J~ I:J. $jo lfJ.4o
"Ford" Brand Part #VBB47-14
4. Custom Meter Resetter 2" flanged 16"h 20 ea $ lf5~, Id-. $ 90 Lf J.. If 0
"Ford" Brand Part #VBB47-16
5. "Ford" Fitting Part #52 1500 ea $ r~h $ l)ctlJ.(JO
/'/!5 - .69'D. tJD
6. "Ford" Fitting Part #54 500 ea $ $-
7. "Ford" Fitting Part #56 500 ea $ I, I B $ 590. ~
B. "Ford" Fitting Part #B43-342W 100 ea $ :;{~. .1 c/ $ J. ~ '3 L(. ()1)
9. "Ford" Fitting Part #B43-444W 400 ea $:3&.03 $ /~ '-!t;).blJ
10. "Ford" Fitting Part #BF43-666W 150 ea $ S 5. ~ t $ ?f 3 ;1.5'0
11. "Ford" Fitting Part #BF43-777W 100 ea $ gc(. 7 f.o $ 917 (;. (JlJ
12. "Ford" Fitting Part #LB4-34 200 ea $ 7. 7;). $ /5Vc:f ()D
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
22 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
,-
COMPANY NAME: /---i? ('{; U,7~5C r\
/
Bid Proposal Page 2 of 4
Estimated
Item Description Annual Qtv.
13. "Ford" Fitting Part #L84-44 200 ea
14. "Ford" Fitting Part #L84-66 80 ea
15. "Ford" Fitting Part #L84-77 80ea
16. "Ford" Fitting Part #C84-34 200 ea
17. "Ford" Fitting Part #C84-44 200 ea
18. "Ford" Fitting Part #C84-66 150 ea
19. "Ford" Fitting Part #C84-77 100 ea
20. "Ford" Fitting Part #L44-44 200 ea
21. "Ford" Fitting Part #L44-66 150 ea
. 22. "Ford" Fitting Part #L44-77 1 00 ea
23. "Ford" Fitting Part #C44-44 400 ea
24. "Ford" Fitting Part #C44-77 200 ea
25. "Ford" Fitting Part #C44-66 150 ea
26. "Ford" Resetter Part #V-42-7W 15 ea
27. "Ford" Resetter Part #V-42-9W 15 ea
28. "Ford" Resetter Part #V-42-12W 15 ea
29. "Ford" Resetter Part #V-44-10W 15 ea
30. "Ford" Resetter Part #V-44-12W 15 ea
TOTAL (Line items 1-30)
February 23. 2006
City of Miami Beach
Unit Cost Total
$ q.{gb
$ ~t (0 ~
$ .3~-1 L/
$ ~.l6
$ ,l()~ '2- ~
$ ;'5. 7:l
$ 2<.90
$ 10. -7.1.
$:]f,Lf5
$~
$ 7. :;1
$ :J1- f 7
$ D. l '3
$ 31. (} V
$ jJ... Lit{
$ 33. 5' ~
$U/. ) 6
$ {j;)..u Y $ Cf.-~q, 110
$ {/ ~, BvB.3(,f
$ l q 32. Vb
$:1051. ,}o
$ J'J 3Cf .dO
$JJ60.0b
$ I 2.5eo,(JD
$')..3 S~. ern
$ "J.-:29o.(Jl)
$~I t{~cJV
$ '17/1.50
$ 1/:5&;). ob
v?J9/P. (/lJ
$59 7t/ dlJ
$sJ /q, 50
$ t.I?J/. Utb
$ t{f~.lJLo
$5'6"5.70
$Q,7,7()
Bid No: 13-05/06
23 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
COMPANY NAME:
F7:; LASOI'\.
Bid Proposal Page 3 of 4
31.
Balance of Line: (This fixed discount shall
reflect percentage off the contractor's
standard pricing)
:).5
%off
Warranty:
/
Years
Estimated Delivery from receipt of order: 1-30 calendar days
Minimum order requirements: $
(?), ClO
Delivery charge for less than minimum order value: $
(0,00
February 23, 2006
City of Miami Beach
Bid No: 13-05106
24 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
11J.~ 1-,30 ~,5
/
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED
PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
~.$()y\ ~/ (',,- .
COMPANY NAME: r-e fi
J::
Bid Proposal Page 4 of 4
PAYMENT TERMS: NET 30. If other, specify here
SUBMITTED BY:
SIGNED:
Inc..
Bidders must acknowledge receipt of addendum (if applicable).
Addendum No. 1:.J-I&-tJ<p Addendum NO.2:
Insert Date
Addendum No.3:
NAME/TITLE(Print) :
ADDRESS:
CITY/STATE:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL 1.0.#:
February 23. 2006
City 01 Miami Beach
Insert Date
Addendum NO.4:
Insert Date
Insert Date
.::Jc.2>:>'\ A-h...e II frl s.., / es (l,1=e9 """-
~.j;j (p I A ~(A-) ::4(~ ..Ff,.
j(J~(("O Px C\. PL ZIP: 33(J {() Y
C(f5V- 973 --l3/0D
c;!5V'- r0o,- OcJ QS
5'-c.j-- /.J- / I 7 '7 I
,
Bid No: 13-05/06
25 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of six (6) clients
or government organizations for which the Bidder is currently furnishing or has furnished similar
services.
1) Company Name C: 1 0 f-. PI. Lttuc-Ifrck /.{.
Address J(JD N. ~ J( e Lu ~ IJve.
Contact Person/Contract Amount ~)b nud<.. fv'" / .:300, CZ(J. cro
Telephone No. C[5l(-2:)-8--r; Jf:; L( Fax No. 95(/- P:J-K- (.;05~~
E-mail N/,q-
r
Address
fl1-; o~ tt)[(( . r?:.~h ~ ,
.do I lU. R~d ~elto '~JL R.d
2)
Company Name
Contact Person/Contract Amount ..-:} e 1"'"(,) ""- J2. ~jc{()._ '\~.-'\ , .)':;'0, c.-~){,i" <.V
Telephone No. 5'U ( - 3Cj-1-7 ',7'\ Fax No. 5'Ct f - {lj ]-- 77 1'.5
E-mail ~) / 4
/
3) Company Name 1Ct let'...: "be.) ~. C;~u.(\ f-l
Address Al? 13 t) ~ 330,? i f.t/
Contact Person/Contract Amount E (' l.v,',,\ Pe f.,o \ " I') /, ()'(}(), (;Tl.X). vO
Telephone No. jf((p -SI;,,,) -/fjerj Fax No. 7cf'(C/ .-5'S:J- tf"(c.;}((J
E-mail
/1.)/4
{
February 23, 2006 .
City of Miami Beach
Bid No: 13-05/06
27 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CUSTOMER REFERENCE LISTING (CONTD.)
4)
Company Name
o ~ of /Joyv. e <:.1- <'-a J
790 fU'. J-k~~ e~' f-C_J'f(j 1]1 uJ}
Address
5)
Contact Person/Contract Amount _s-: .......... 0" /11 ~ "'WE ~ S'O, ceit) - CO
Telephone No.]c5- "J..)V' - y~ Fax No.]t/5'- d-:J.l..( - ",/?-YC(
E-mail f.-J/J:j-
/
Company Name . 8~ ~ lSe'(r\fo"\ ~'\l
Address -l.(2) - ~~7^~ Bt}",1?I uJ.,
Contact Person/Contract Amount be;"",^ ~ ~:-C trt1.\ -tre;) 2t:;o IOlT(). (?l)
Telephone No. 5(01- 7 ft'i- [03/7 Fax No. 5(01- 71';2- tpJ( 10
E-mail -IV/A-
Company Name N'o{',J(i. kRyf~~e4.uf ~fh.
Address t!? llqlC ;!:Ji l<R7 (-lied FL. ?]()l/o
Conlact Person/Contract A,mount J.(" /"^j b -efJl?,j- 250, a.C.
Telephone No.J{i5 210 :dC(sy Fax No. dDS dCt:] I Y)...s
E-mail ~/ ~
6)
February 23. 2006
City of Miami Beach
Bid No: 13-05106
28 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CONTRACTOR'S QUESTIONNAIRE
NOTE: Information supplied in response to this questionnaire is subject to verification. -
Inaccurate or incomplete answers may be grounds (or disqualification from award of this
bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By r::~:j lL-Sot'"'. ~IA t pr ~ I ~5~ ,\ "t I
Principal Office ~~( ^Jv...J '2':J-~ -S",(- PGJrvfot'1lJ tt.A,{:(.:?JOwy
How man.x y.ears has your organization been in business under your present business
name? ~() -t-
Does your organization have cl{ljfent occupational licenses entitling it to do the work/service
contemplated in this Contract? Us
Please state license(s) type and number: Set' aHcuA (J /he t'I,{-s
Include copies of above licenses and certificates with proposal.
Have you ever had a contract terminated due to failure to comply with contractual
specifications? I/J 0
If 50, where and why?
(/V/A-
.
In what other lines of business are you financially interested or engaged? /lJ6rn-<
~r. ~eference5 as to experience,. ability, and financial standing
~- H-er 10+ ( vpd, +-.
S'e.e. 4f/ciu,ed
February 23. 2006
City of Miami Beach
Bid No: 13-05/06
29 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. The term "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
~I'\( .
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have ~ have not contributed to the campaign either directly or indirectly, of a
candidate who l'Ias been elected to the office-of Mayor or City Commissioner for the City of
Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom
said contribution was made.
"r<'", ,
1\...'0 ,.,,,,,,-
I HEREBY CERTIFY that the above answers are true and correct.
~~USQ"" ~~lti.pt.'-~e~ lnc_
~ 4I.1Aft,~~~" 60"e(lt~J ...s: (f?S
(SEAL)
(SEAL)
February 23. 2006
City of Miami Beach
Bid No: 13-05/06
30 of 30
S$~,INC:
12500 Jefferson Avenue
Newport News, VA 23602-4314
Phone: (757)874-7795
FAX: (757) 989-2501
Reply to: P.O. Box 2778
Newport News, VA 23609-0778
March 26, 2004
Metrofueling
P.O. Box 607
Wilsonville, OR 97070-0607
To Whom It May Concern:
RE: Credit References
We are enclosing credit information for Ferguson Enterprises, Inc. and its divisions. Due to the volume of credit applications
processed daily, we would appreciate your accepting this letter and the enclosed information in lieu of a completed application form.
Ferguson is the nation's largest wholesale distributor of plumbing, pipe valve and fittings, HVAC, waterworks and industrial
products. Please refer to our Dun & Bradstreet credit report under Ferguson Enterprises, Inc., Newport News, Virginia for additional
financial information. Our current Dun & Bradstreet rating is 5A2.
Ferguson Enterprises, Inc., a Virginia corporation, was founded in July 1953; today we operate 775 locations in 49 states, the
District of Columbia, Puerto Rico, and Mexico. Since June 1982, we have operated as a wholly owned subsidiary of Wolseley pic, a
publicly traded United Kingdom corporation. Consolidated financial statements for Wolseley are included in its annual report
available online at www.wolseley.com. Accordingly, we are prohibited from distributing our intemaJ financial statements.
We require purchase order numbers on all invoices, as well as, two (2) copies of each invoice. All accounts will be paid in
accordance with our purchase order payment terms unless agreed otherwise at the time of order placement, in which case we will
pay in accordance with the agreed upon terms. Sales tax exemption certificates are available upon request.
Please feel free to contact the trade references and banks listed on the attached Credit Information Data Sheet. All information
obtained shall be used solely for the purpose of granting credit. If any additional information is required to establish our account,
please direct your correspondence to me at 12500 Jefferson Avenue, Newport News, VA 23602-4314 (Phone: 757-874-n95; Fax:
757-989-2501 ).
Thank you for your consideration in opening our account.
Sincerely,
FERGUSON ENTERPRISES, INC.
~s P~/~
Russell S. Evans, Jr.
Assistant Treasurer
RSEjr/hgk
Enclosure
7,'
_.,0-"
.......:-:-.:'
"
CORPORATE OFFICERS:
FERGUSON ENTERPRISES, INC.
STANDARD CREDIT INFORMATION
Chip S. Hornsby, President & CEO
Stewart P. Mitchell, Vice President/CFO
Terry E. Hall, Secretary
Joseph R. Witt, Treasurer
Russell S. Evans, Jr., Asst. Treasurer
PRINCIPAL BUSINESS ACTIVITY:
Wholesale distributor of plumbing, heating, pipe valve and fittings,
BY AC, waterworks and industrial products.
SIC Code:
FEDERAL TAX NUMBER:
DUN'S NUMBER:
Wachovia Services
Corporation
1628 Browning Rd SC8928-C
Columbia, SC 29226
Requests made by mail only
803-216-3834 Phone
American Brass & Iron
7825 San Leandro
Oakland, CA 94621
800-468-4766 Phone
510-632-8035 Fax
Written Confirmation Only:
5074,5085,5075,5064,5051,5084,3089
54-1211771
00-895-5171
BANK REFERENCES
Bank of America
Credit Inquiry Services
P.O. Box 100289
Columbia, SC 29202-3289
803-765-4882 Phone
1-900-555-5100 Fax
Request in prior to 3 p.m.
same day response
($10 charge to requester's
phone bill)
TRADE REFERENCES
Moen Faucet
25300 AI Moen Drive
North Olmstead, OH
44070-8022
800-634-6041 Phone
800-848-6636 Fax
Kohler Company
Attn: Credit References
444 Highland Drive
Kohler, WI 53044
Nibco
P.O. Box 1167
Elkhart, IN 46515
574-295-3000 Phone
574-295-3307 Fax
Charlotte Pipe & Foundry
P.O. Box 35430
Charlotte, NC 28235
800-438-6091 Phone
704-348-6418 Fax
Delta Faucet
55 E 111 Street
Indianapolis, IN 46280
Attn: Diana Theurer
IV.....l..J. -P....~
w po
~CJ ...t:l
:5 oC \l..'
l?lii~~.~
~oD. t:
iliA. ...
a::u1 ::E~
U:. LIl
~ A.
~
~
~
,1
.
j
..
U)Gl
~ f3~
II: ~<C
~~ j~
::~*~a::
IIIW~IIl~
~~~-S~
:Jt;t:A.(.J
:::.4~w~~ g
zz"'oo
o;::)ffl~() :t
~8~~i m
--g.~jil'~.~. ~
09 11I0 0
:E lru- z
S lii~ m
:I ::ao< en
i ::E~ ~
Il.
x
~ ti
::a Ill: a:
001i1 ~
uS.... ...
WIU~a:~
~~lio.1i
98'~~
~~~~5
::I!........~
s;:-
~
d
l~
-+-
~
..0
I
,.,
g
,...
..0
..0
ltl
o
-
o
z
Ul
III
ffi
;>:!ru
<~::::I
c.Z
I-
o
Z
u
;;z:
.... >
~
CI) z
w :::;,
CI) 0
... U
IX
~ Cl..HJJ
/=C1CcnCl
~w c:t
g""\1'g
...~~z
... ...
"'~Z3Z
I ~QCII;:)
"'Z:CI)
~l/)::lQ""
"''''C!)r-lltl
~~~~;;
Inrgu.....4/1')
al
'\".
VI
......
LIJ
W
>Itl
ON
~
a..
%
W
u
o z
a:: ...
~
~
II;
~
.-
~
8
O'l
Q
>0
,..,
N
CII
W
III
...
CI:
Il.
llC
W
~I- III
ZIl..CC3
wc.r,..w
Q"'Z
Z N
ox I-
III <x CI:
~I-OO
C!l llQll..
Q::I- :J;
ll.JI- 0 W
l.L.cClL.Z
cC
~
ClC
U C
Z I-
H :::!
m
en ...
W Q::;
III I-
H en
a:: M
Q. g
a:: ......
w w
~I~
z c:t
W ell
-w
5i &5~i~li~t:IlIMroC~c
III 'Ci ::c !C11 nlll~liIi,J
::l13:ai ",!8~~1 08
I ~i ~1~i:i;,:;,;li.
~s'i~:shi~~t~
,....
~Q w
QgO c
eQ~ 1ii
= ~g~ ffi
8~ ~~~ ;:
m~ "N Q 0
tl" egO W
~~~ ~oo l}l
is!~
~I~
,
~:'
t
. I '., I . " " . . . :. ' ,: ' . .. .:" :.:. .
Marsh lIne.
6/6/2006 2:40 PM
PAGE
2/003
Eastern Time Zone
PR ODUCER
Marsh USA Inc.
Three James Center
1051 East Cary Street, Suite 900
Richmond, VA 23219
Attn: Fergusonenterprises.certrequest@marsh.com
CERTIFICATE NUMBER
CLE-001478184-01
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE
POLICY. THIS CERTIFICATE DOES NOT AMEND, HTE"'D OR AlTER THE COVERAGE
AFFORDED BY THE POLICIES DESCRIBED HEREIN_
COMPANIES AFFORDING COVERAGE
C~PINY
A LIBERTY MUTUAL FIRE INSURANCE COMPANY
INSURED
Ferguson Enterprises, Inc.
and Subsidiaries
(See Attached Named Insured Schedule)
Post Office Box 2778
Newport News, VA 23609-0778
COIAPINY
B LIBERTY INSURANCE CORPORATION
COIAP !NY
C
Co.IP INY
D
THIS IS TO CERTIFY THAT PO.JOES OF INSJRANCE DESCRIBED HERBN HAVE BEEN ISSUED TO THE INSJRED N,tMED HEREIN FOR THE POJCY PERIOD INDICATED.
NOTWTH5r ANDING ANY REQUIREMENT, TERM OR CONDITI o.J OF ANY CONTRACT OR OTHER DOaJMENT \NITH RESPECT TO WHI CH THE CERTlFICATE MAY BE I SSJED OR MAY
PERTAIN, THE INSJRANCE AFFORDED BY THE POUOES DESCRIBED HERBN IS SUBJECT TO 1LL THE TERMS, CONDITIONS AND EXClUSONS OF SUCH POLlOES AGGREGATE
LIMITS s-iOWII MAY HAVE BEEN REDUCED BY PAD ClAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION L1M ITS
LTR DATE (MMIDDNV) DATE (MM!DDNV)
A GENERAl UABILlTY RG2-C51-004344-035 08/01105 08101/06 GENERAL /lGGREGATE $ 4,000,000
X COMMER01L GENERAL LIABILITY PRODUCTS - CO\'IPIOP AGG $ 2,000,000
ClAIMS M.ooE ~ OCaJR PEROON1L &AOVINJURY $ 2,000,000
OMIER'S & COIITRACTOR'S PROT EACH OCOJRRENCE $ 2,000,000
FIRE DAMAGE (Any onefi,e) $ 1,000,000
MSJ EX? Any me person) $ 10,000
A ALl TOM OBILE L1ABIUTV AS2-C51-004344-045 08/01105 08101/06 $ 5,000,000
CO\'IBINED SNGlE LIMIT
X NoIY AUTO
1LL OMlED AUTOS BODIL Y IN..lJRY $
s::HEDUlED AUTOS (per person)
HIRED AUTOS BODILYIN..lJRY $
No.J..()V',1IIED AUTOS (per accident)
X ysical Damage $
PROPERTY D,tMAGE
X elf-l nsu red
GARAGE LIABILITY "'-ITOONLY -EAAOOOENT
NoIY AUTO OTHER THAN AUTO OIIIL Y
EACH ACODENT
AGGREGATE
EXCESSLIABILITV EACH OCCURRENCE
UMBREllAFCRM AGGREGATE
OTHER TH AN UMBRELLA FORM
B WORKERS COMPENSATION AND WA7-C5D-004344-015 (AOS) 08101105 08101106
EMPLOYERS' LIABILITY
B WC7-C51-004344-025 (OR, WI) 08/01/05 08101106
THE PROPRIETOR! X INCl El DISEASE-PClICY LIMIT
PARTNERSEXEaJTlVE
O'FICERSARE EXCl EL DISEASE-E,ACH EMPLOYEE
OTHER
DESCRIPTION OF OPERATlONSILOCATlOillSIVEHICLESISPECIAl.ITEMS
Miami Beach
City of Miami Beach
Attn: Maria Fernandez
1700 Convention Center Drive
Miami Beach, FL 33139
SHOUlD ~NY OF Tt-E POliCES DESCRIBED HEREIN SE CANC8.LED BEFORE floE EXPIR~TlON D~TE THERECF,
THE INSURER ~FFORDING cx:>IERAGE IMLL ENDEAVaI TO M'dL --3.Q DAYS WRITTEN NOTICE TO THE
CERTlFICATE HCLDER NAr.ED HEREIN. BUT F~ILURE TO WJL SUCH NOTICE SHAlL IMPOSE NO OBLiGloTlCN aI
U~SILiTYOF ANY~INO lJ'ON THE INSURER AFFORDING COIERMlE. ITS~GENTSOR ~EPRE5ENTATI\lES. OR THE
ISSUER OFTHlSCERTlFICATE.
MARSH USAlillC_
BY: Regina R. Enroughty ~S-
l'J<1.~::>n I lilG.
0/0/2000 2:40 ~~ ~AGE
3/003
Eastern Time Zone
PRODUCER
Marsh USA Inc.
Three james Center
1051 East Cary Street, Suite 900
Richmond, VA 23219
AIIn: Fergusonenterprises certrequesl@marsh.com
ca!.p1."':o.r
E
COMPANY
F
INSURE D
Ferguson Enterprises, Inc.
and Subsidiaries
(See Allached Named Insured Schedule)
Post Office Box 2na
Newport News, VA 23609-Ona
CO\.1PMlY
G
CO\.1PMlY
H
NAMED INSURED SCHEDULE
Alamo Pipe & Supply
Clayton Group, Inc.
Economy Plumbing and Heating Supply Co" Inc.
Endries Intemational, Ine.
Energy & Process Corporation, a Ferguson Subsidiary
Ferguson Enterprises, Inc. dba Fer!iluson Full Service Supply
Ferguson Enterprises, Inc. dba Louisiana Utilities Supply Company
Ferguson Fire & Fabrication, Inc. (1I<a Sierra Crall, Inc.)
Ferguson Waterworks
Ferguson Waterworks EPPCO
Ferguson Waterworks Sumner & Dunbar
Frischkorn, Inc., a Ferguson Subsidiary
Home Equipment Company, Inc. dba Cline Contrad Sales
J.D. Daddario Company, Incorporatecl
Lane Piping Co.
Un coIn ProcJucts
Lyon Conklin & Co., Inc.
Pacific Fire & Safety
Park Supply, a Ferguson Subsidiary
Pipe Produds, a Ferguson Subsidiary
Record Supply Company, A Nevada Corporation
Sumecord Supply Company, A Nevada Corporationner & Dunbar
Supply North Central Group, a Ferguson Enterprise
The Parnell Martin Companies, LLC
The Plumbers Warehouse, a Wolseley Company
Webb Distributors, Inc.
Westume Supply inc.
Miami Beach
City of Miami Beach
Altn: Maria Fernandez
1700 Convention Center Drive
Miami Beach, FL 33139
MARSH USA !He. BY
lD
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachR.gov
COMMISSION MEMORANDUM
FROM:
Mayor David Dermer and Members of the City Commission
Jorge M. Gonzalez, City Manager ~ ~ ~
May 10, 2006 () U
REQUEST FOR APPROVAL TO AWARD CONTRACTS TO NATIONAL WATERWORKS AND
FERGUSON ENTERPRISES, PURSUANT TO INVITATION TO BID 13-05/06, FOR THE SUPPLY
AND DELIVERY OF FORD METER SERVICE FITTINGS, BASED ON FIRM UNIT PRICES
TO:
DATE:
SUBJECT:
ADMINISTRATION RECOMMENDATION
Approve the award of contracts.
FUNDING
Funds in the amount of $40,000 are available from budgeted accounts of Public Works as follows:
$30,000 Public Works Account Number 425.0410.000680
$10,000 Public Works Account Number 425.0410.000342
The annual budgeted amount for Fiscal Year 2006 is $40,000. However, additional funds may be
required during and in subsequent fiscal years due to increased need of materials, subject to the review
and approval of the Office of Budget and Performance Improvement (OBPI).
KEY INTENDED OUTCOME SUPPORTED
Ensure well-maintained infrastructure.
ANALYSIS
The purpose of Invitation to Bid No. 13-05/06 (the "Bid) is to establish a contract, by means of sealed
bids, for the purchase of Ford Water Meter service fittings as specified herein, on an as needed basis,
from a source(s) of supply that will give prompt and efficient service. This contract shall remain in effect
for one (1) year from date of contract execution by the Mayor and City Clerk, and may be renewed by
mutual agreement for two (2) additional years, on a year to year basis.
The Bid was issued on February 23, 2006, with an opening date of March 23, 2006. BidNet issued bid
notices to 23 prospective bidders. The notices resulted in the receipt of three (3) bids.
This is a purChase of valve parts such as gaskets, couplings, housings, flare connections, caps, plugs,
bushings and other hardware associated with the maintenance of various types of valves found in a
waterlwastewater system.
The lowest bid was received from National Waterworks. This vendor has been in business for over 10
years as a distributor of plumbing equipment parts and supplies. The second lowest bid was received
from Ferguson Enterprises, a distributor of plumbing equipment and supplies for 50 years. Both
vendors supply government agencies such as City of Ft. Lauderdale, Boca Raton, Miami-Dade County,
City of Homestead, Pompano Beach, and Deertield Beach among others.
70
CONCLUSION
Based on the aforementioned, the Administration recommends that the City award contracts to National
Waterworks as primary vendor and Ferguson Enterprises as secondary vendor for the purchase of
Ford meter service fittings based on firm unit prices. It is important to note that Corcel Corporation's
base bid does not include items 5, 6, 7 and 13. When said items are excluded from all bidders' total
pricing, the lowest and best bidder is National Waterworks.
BID TABULATION
National WatelWorks Ferguson Corcel Corp. *
Unit Unit Unit
Qtv. Price Total $ Price Total $ Price Total $
1 VBB46-14 20 399.54 7,990.80 404.41 8,088.20 420.00 8,400.00
2 Part #VBB46-16 20 399.54 7,990.80 404.41 8,088.20 420.00 8,400.00
3 Part #VBB47-14 20 437.66 8,753.20 452.12 9 042.40 460.00 9,200.00
4 Part #VBB47-16 20 437.66 8,753.20 452.12 9,042.40 460.00 9,200.00
5 Part #52 1500 0.86 1,290.00 0.86 1,290.00 No bid No bid
6 Part #54 500 1.33 665.00 1.18 590.00 No bid No bid
7 Part #55 500 1.33 665.00 1.18 590.00 No bid No bid
8 Part #B43-342W 100 25.62 2,562.00 26.34 2,634.00 25.56 2,556.00
9 Part #B43-444W 400 35.05 14.020.00 36.03 14,412.00 34.95 13,980.00
10 Part #BF43-
666W 150 57.30 8,595.00 58.89 8 833.50 58.71 8,806.50
11 Part #BF43-
777W 100 97.07 9,707.00 99.76 9,976.00 95.76 9,576.00
12 Part #L84-34 200 7.78 1,556.00 7.72 1,544.00 8.20 1,640.00
13 Part #L84-44 200 9.54 1,908.00 9.66 1,932.00 No bid No bid
14 Part #L84-66 80 24.94 1,995.20 25.64 2,051.20 21.75 1 740.00
15 Part #L84-77 80 35.75 2,860.00 36.74 . 2,939.20 35.07 2,805.60
16 Part #C84-34 200 5.74 1,148.00 5.75 1,150.00 5.95 1,190.00
17 Part #C84-44 200 6.14 1 228.00 6.28 1,256.00 6.25 1,250.00
18 Part #C84-66 150 15.37 2,305.50 15.72 2,358.00 15.62 2 343.00
19 Part #C84-77 100 22.40 2,240.00 22.90 2,290.00 22.78 2 278.00
20 Part #L44-44 200 10.47 2,094.00 10.72 2,144.00 10.40 2,080.00
21 Part #L44-66 150 30.76 4,614.00 31.45 4,717.50 30.51 4,576.50
22 Part #L44-77 100 62.23 6,223.00 63.62 6,362.00 58.12 5,812.00
23 Part #C44-44 400 7.22 2,888.00 7.24 2,896.00 7.34 2,936.00
24 Part #C44-77 200 29.82 5,964.00 29.87 5,974.00 30.31 6,062.00
25 Part #C44-66 150 22.08 3,312.00 22.13 3,319.50 21.89 3,283.50
26 Part #V-42-7W 15 32.04 480.60 32.04 480.60 36.39 545.85
27 Part #V-42-9W 15 32.44 486.60 32.44 486.60 36.81 552.15
28 Part #V-42-12W 15 33.58 503.70 33.58 503.70 37.99 569.85
29 Part #V-44-1 OW 15 61.18 917.70 61.18 917.70 74.72 1,120.80
30 Part #V-44-12W 15 62.63 939.45 62.64 939.60 77.18 1,157.70
Base bid: $114,655.75 $116,848.30
$112,061.45
Total excluding line Items $110,127.75 $112,446.30 $112,061.45
5-6-7-13:
"'Non-responsive - Cambridge Brass brand proposed
T:\AGENDA\2006\may1006\consentIFord Fillings PW MEMO.doc
71
<9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305.673-7490, Fax: 305-673-7851
INVITATION TO BID NO. 13-05/06
ADDENDUM NO. 1
March 1 6, 2006
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS is amended as follows:
I. Note that Item 7 of Proposal Page 1 (page 22 of the Bid Documents) should read
"Ford" Fitting Part # 55 instead of 56. Bidders are requested to make the correction
on the Proposal Form.
II. The results from the last time this contract was bid out, and award information
from Miami Dade County Contract with the items that the City purchases off that
contract are attached for bidder's reference.
Bidders are reminded to please acknowledge receipt of this addendum on page 25 of the Bid
Documents or their bid may be considered non-responsive..
CITY OF MIAMI BEACH
P/
f't/
t .^
Gus Lopez, CPPO
Procurement Director
mf
.
I
I
i
I
I
,
I
,
1
,
j
I
j
,
I
'-i'."'-",> .,.
..
COMMISSION MEMORANDUM NO. 7~e-98
TO:
..
Mayor Neisen O. Kasdin aad
Members of the City Commission
DATE: November 4t 1998
FROM:
"
Sergio Rodriguez
City Manager
SUBJECT:
o b l, ~ 7
Request for A proval to Award a Contract to Fergusoa Uaderground,Iae. in
the Estimated ADnual Amount of 540,000, Punuaat to Bid No. 110-97/99 for
a One Year Contract for Providing Ford Meter Service Fittings, with a Second
Y car Option to Renew.
ADMINISTRA TION RECOMMEND A nON
II/V!C;Y
IIJ3/trD
Approve the award.
S-~I'"~1
Ctfl,
BID AMOUNT AND FUNDING
$40,000.00 Funds are available from Public Works Warehouse Account Number
191.4400.000481.
BACKGROUNQ
The City's Public Works Water Department requires the use ofFord Meter Box Company service
fittings on City-wide drinking water lines. In addition to utilizing the City's vendor bid ~ the City
also obtained the names of Florida authorized distributors directly from Ford Meter Box Company
located in Wabash Indiana, in order to assure material confonnity and to increase competition.
ANAL YSIS
The Invitation to Bid was issued on September 16,1998, with an opening date of October 5,1998.
Sixty-eight (68) notices and eleven (II) specifications were mailed, resulting in the receipt of six
(6) bids and four (4) "No Bid" responses.
The low bidder Sav-On did not bid Ford Meter Box Company fittings as specified, therefore, their
Bid was considered non-responsive.
11
AGENDA ITEM Co ~ ~
DATE~
Bid Award No. 110.97/99
November 4, 1998
Page Two
..
BID TABULATION
Please see attached
CONCLUSION
The City Commission should approve the award of this bid to the lowest responsive, responsible
Bidder, Ferguson Underground Inc.
SR:~~:1MF~
..
12 ,
~
-
,
I
*
,
.1
,
.;.
,
.,
--
..
I
.
-
M
I
J
,
I
, E L
.
;;; - - - - - \0 00 -.I 0\ l,A . loot N ~
.... loot I.J - Q -
..
.. .. .. .. .. .. . .. . . (') r (') n ri (f
.." ~ I i a' r i i t j I I
0
a a a 0 .. ;
.. .. .. .. .. .. .. . .. a a a
." ~ :!! ~ ~ :!! .." :!! :!! .. = CD!:
a' j' I' a' =:. :: f f f f l!= ii
i. s. S' j' S' :I ;" q it Sf n 5'
. lIQ OIl lIQ " .. .. <...
." ! ." ." l ! ;: ." ." ::a ::a :;10 f =~ <::a
lit ! ! III ! n I I fJ 1:1
:l ;l ;l l! CI:II
z z z Z % 1- z z f i - .- ~
c c c c c c c if Q if !!f
a a :I a 51 a 51 3 I.J I.J N - 0'1 - ....-
~ Sf ~ ~ c:r go go J :if .. .. .. ~
n 5 ::::::
;: ~ .. ~ .. i:Z ;;; ;;'l ::l = :::I i::I
.. .. II> ~ { IV
. .. ..
~ ~ - ~ ~ ~ ~ ~ - ::I ::J ::I :::I
r- t1:I c;1 m m c;1 v. v. v. OIl CIIil ::I
0'1 .... N 8. a. . .. !
00 ~ ." ." .... .... ::I ::I
.... .... .... loot I..> - - - OQ t ~
w .... .... w J.. I 8-
I . . .... 00 0'1 .... C.
.... -.l ..... ~ .... .... . .;} .
-.l -.l .... N :T :T - - -
.., -.l 0'1 ~ ~ 00 0'1 ....
~ ~ ~ . :f- .
:T :T'
0 0 eo.. tI't eo.. tI't ... eo..
... m ... r ... ... m eo.. eo.. N !oj N IV N N t
v. c- 0'1 IV - t'" - Q ... ..... -.I 0- v. VI
;,., ~ !>> Q .... 00 m Q :..... ..0 ~ \0 .... ..... -.I ~
V. - i..I 0- S -f - .... i..I j." N ~ ~ i,..
0- .... - m ..... ..... -.I 0 00 00
0 0
0 0 ... .., ... ... ... ... !::
... m tI't ... ... ... m .... .... .... ...., N N ""
V. c- o.. .... IV r- ... ... <::> 0 <::> 00 ... ..... j;!
~ m 00 <::> ~ -.I m <::> <::> '"" \J\ VI v. \0 ~
.... -l 8 N ClCI :.c -I Qo g.. N j." N Q 8 8 ~
m <::> 0 00 m .... VI .... V. .... 0
0 0 ..
0 0 ... tI't eo.. ... ... ...
... m ... ... ... eo.. m ... ... .... .... ... .... .... '"" ~
~ r- ..... .... N N r- 0 <::> VI VI "^ N !oj N
m 00 0- !lO <:) m :.c ;,.. I..> W .... '00 N N
- -I 2 ~ - g -I ;,., VI V. ~ :.... ~
0- .... \0 I:i
l'l'I ... m '"" .... .... - 0\
0 0
C :I ~
~ ~ tI't ... ... ... ... "" IR
... ... ... ... ... ... ... l.- I.- IoN N .... ....
t"" CI\ ~ .... - t'" - Q Q f Q ClII ..... .....
!.It ~ ..... = .. ~ {-:I ~ :..:. .. .... I.- ClII ClII II
u. -I 0. U. :..:. - -of ClII OJ 0. ia io W ~
Ut ts2 '00 Ut ClO - e"'I \0 \0 \0 '00 ....
t:I 0 tI
~
0 0 ... r ... eo.. ... tI't i
... m ... ... ... ... m ... ... .... fj .... .... .... ~
r"" 1: VI W N t'" - I:) N N I:) >0 \Cl
..... m VI .... u. rr: :... 00 \Cl ~ \0 - ...., N ~~
VI -I :.... :.c N VI -l v. V'l ;,., VI V. ;,., :.... :.....
v. l'l'I '"" '"" \J\ <:) m <::> <::> <:) <:) v. VI
0 0 S
~
0 0 ... ... ... ~ ... ... ~
m ... ... ... ... m ~ ... .... .... ... ...., N
... r- 0\ .... N - l"" <::> - - - \0 00 00 j;(
"'" m 00 <::> f-o 00 !!1 00 Q. ... ..... -.l VI \Cl ~
:,.. "'""l 0.. VI ..... - .... - 2 2 2 w :,.. ~ ISi
N m .... !oj 00 N m - .... .... ~
0 0
o
""Q
O-f
~-<
mO
-1"'1"1
m~
~>
m~
""-
<=
"'-1'"
>n>
om(')
m:!!:::
~~~
....OCi:l
~c:
ml""
->
0-1
~~
=~
'?-
..om
~~
~
~.
.
.
au '"
"
~
It
-
II
It
II
~
~
~
~
,
,
,
,
1
.... .... .... I~ .... ~ tl. '" N ~'" ..,..~ '1f .~' .... ~,",.,.. -
t: ..... ~ .....
.... ~ .... - (;) -0 .... \A .&. W - .0 .. - 0\
-..I
-:1 . . . . . . . . . . . . .. I -: ;1 ~
~ ~ ." ~ ci' ~ cr ci' ci' ." "'1'1 ." ." ." -d .
c 1 0 0 1 0 0 0 0 Q 1 1 d1
.. a a. a. a... .. a .. a. a. a. a. a. 0
c.. c.. c.. a a
. . . . . . . . . . . . . . . .
. . .
~ ;!! at ~ ~ ::!! :!! ~ ~ ;) ;i! ;J ;!! :!l ~ :!! :n :n :!! iJ
- .. ~. =: =: - - - - ~ =: ~, =: e.
s' s' s' :i" ::s :i" 5' 5' S' :j" :r s. 5" :i" :i" ;. j' i'
GO GO OQ CIlI lIQ OQ lJQ lJQ OQ ~ GO GO CIQ IJQ lJQ GO GO Ii
""::l ""::l "J ""::l ""::l ." ~ "'t7 ~ ""::l ""::l ""::l "'t7 "l:II "'0 ! l i ;p "'0
Co>> U lliI U ! 1\1 U ::.0 III 1\1 Co>> w ! III
::1 ::1 ::1 ... ::1 ::1 ::1 ::1 :l ::1 :t ::1 ::l .
.. ::1 :t
'Z % % Z Z Z :z z z ~ :z ~ 3= 'Z 'Z f i f z %
c c: c: c: c: c: c: c 5 c: c: c
3 :I ~ 3 3 3 :1 3 = 3 3 3 3 3 ::s g ~
:if i' t :r i' g0- go ~ a- a- a- go- ~ w g- ~
" nl " a- go Sf g-
.. ... ... ... ... .. ... ... .. ... ... ... ... .. ~ ~
'" '" ... '" .. '" '" '" '" '" '" '" '" '" t: c:z fA ~
~ .. 'It; - .. - ~ ,.. ,.. ~ .. .. "'" ,.. ,.. ~ -. ... 'II: -
"'1'1 7i: 7i: -I ;;! -i ~ () (j t"'" C"'" e- n n () n C"'" r- C"'"
< < < < ~ 40- "'" ... ~ ~ .jl" """ co QO QO 00 00
~ """ """ . .&. .e- ... .jl" """ "'" ... .c- oo ~
A A .&. ... ..... ~ A t
..... .~ .&. """ "'" ..... ~ i.. . '" .i.. .:., 0.. 1.. . .
~ '" ..... .... ~ '" . ..... w .... .
J,.. I "'" -..I ... ..... 0- ... ..... 0\ A ... .... .e-
.... -..I 0- J>.
..... 0\ ... "'"
..... 0\ ... IV -..I 0\ ....
~ t: ~ E
" 0 0 0
!o'I :-:1 bo'I 7'1 m m ... m bo'I t;A bo'I bo'I .... ... ... foot ~ lilt ...
VI r- - c- c- - e- ..... ... IV - M
VI ..... .&. IV - 0\
~ t':'l ~ - en ~ - m 0 ..... - VI 0 ~ ....
- 2::> V. ~ Q 00
- ....I VI ~ -l :...a -i 00 ~ :a.. a. :...a ~
r:i VI C\ -= ... -
-.0 ..... 00 r:I r:"I IV r:"I- IV ..... -.0 VI ... - '" -
c 0 0 0
0 0 0 0
..... t':'l ... .. en r:'I ... m bo'I bo'I bo'I .... llo't ... "" .. M tit ... M
VI t"'" - C"'" " - r- ..... 'J'O "" IV ...., - - .&. ... N - Q\
.... en ..... ~ t':'l ~ - rn <:) ..... - \.... "" Q i..> ~ VI .... a,
..... -I N 0- -I 00 -I ~ - 00 ~ a. :., No :.
v. m e:::- m r:'I IV m -.0 <:) VI VI - "^ - (;) ..0 00 ....
" " 0 0
0 0 0 0
!o'I r:l ... ... r:'l rn ... rn ... .. ... ... .. ... foot foot M ... .. M
0\ t"'" - c- t"'" - " IV VI .e- N - N ..... -..I
?O .... . (;)
- m VI ~ ~ [T1 .... ~ ..... ~ -::l ... .... IV ;.0 U. 00 U.
- -i ~ -i :. 00 QO ~ tn ... ;.0 No :..a 2 ...
00 - ..0
..... m .... r:1 r:'l - m ..... e:::- >0 - ..0 w
0 0 0 0
; 0 c C
M ~ ... M l'II t!l!J M t!IJ M ... M ... M ... ... M Colt ... ~
'.II e'" - - r- ~ - r" ~ ... ~ N - - "" ~ N - C\
N ~ ~ Q ~ ~ - ~ Q lA l.N - -.I lA = ~ UI -.I ~
\.0 N 0- lio ~ N ~ V. u. :..... lIo - ~ e
...; - lA N ~ ..0
= (lll 0'\ ""'" tIS tllS ~ t!IJ l.N e co UI .:I
- 0 '=' c
....
0 c 0 10 tit
.... c:; lilt ... ~ m M m ... lilt M ... foot ... "" M M M
..... C c- t"'" r' IV ... g IV - ..... '"" IV '-0
:--' IJ'O VI . .&.
..::0. ~ ~ m C'l'I Q\ ~ 00 ..0 <:) .&. 00 ~ N
'-' ::i ~ :lO -l -i ...... \.c - :a.. :.0 00 ~ :.0 <::) :.0 .... v.
=> Q Q m m Q rn V\ <:;) V\ 0 <::) VI VI VI ....
,.,
a c 0 0
0 0 0 0 ... ...
... m ... ... ~ rn ... m ... ... ... ... ... ... ... ... M N - ...
V\ :-' - - t"'" - c- ..... V\ .&. N .... - . . ~ Q\
.... - Q .... - VI <::) ..,. ~
Crt .... Q ~ ~ ~ 0 ...... to. Q N a-
00 ....; No ~ ~ ~ '" ~ a- -.I ~ 00 ..... . ~ .
N rn . Q rn C'l'I ~ ..... ..... 0\ -
0 0 0 10
S~
! I
a,
a
:llI
Cl
~
en
m
=
~
=
>
8
m
:llI
?'
m
-I
m
?J
~
c
~
Vi
In
C
':I
':I
r-
<
r-
!!!
~
>
Z
"':l
:i
~..
!!
Co
-I
m
Q
Z
n
> ~
r-
VI
2
C::
"'i r-
o
Z
VI
';<--'-'::
~
lltf
I!Il !:!'I . ,.
a I 0
a s.~
- ::I jf
if 'a.. 0 -l
82.;t
=. n jjO" ~
~;:=I r-
-ft>C
~aB.
:Qe:
;:.=.~
= - ~
g.~=
it.:../:
~ ~
I
.J
tl
i
I
I
1
I
z
o
lJ ~
iii :.;,
1 51
-" Co
:'I?
n _
Con
ft
..
~
N
~ ~
"^
W
Go
;!.
~
N
-
00
00
....
N
-
~
N
U.
~ N
.' 0-
N
M
~ ~
-
W OD
~ Ut
C.
....
-
foIt
.....
to.) ~
v.
.. ~ .....
. (:)
'"^
foIt
N
.". j..)
~ ~
· C
-..I
'-CONTRACT AWARD SHEET
BID NO. 6583-1/04-1
J~~\.{ Osl. ~ .. .~
( I';'W'III IY E: FORD FIT~ ~ :: ------..,
- Description "- Vendor: Vendor:
I
\ Ferguson ' Lion
....... ~
Il~t '- Ressetters. Ford iN .42- 7w $ 22.15 S 24.90
..., Rcsselter&, Ford NY -42-9w 22.44 25.20
Rcsscttcrs, ford #V-42.12w 23.50 . 26.35
U~t" ~. Reaaetters. Ford #V-42-1Sw 24.48 21.50
L ~~ Renetten, Ford #V-44-1Ow 42.75 49.15
~;) Re5setteu. Ford #V-44-12w 43.75 50.55
Rcssetters, Font. #V-42-15w 24.49 51.95
8. 3/4ft'ExPansion Connection, Pord #EC-23 5.10 5.60
9. 518" ExDllIISioD Connection. Ford ~C.l 4.50 4.95
10. 3/4";X 3/4" X 3/4" Service Tees. Ford #1'222.333 7.89 8.85
Delivery Time Mer Receipt of Order: 1 - 20 dayS 5-7davs
GROUP F: F.m\J!.FITIINGS .
Item Descri,ption Primarv Vendor: SecondarY Vendm:
Ferguson Lion
L 3/4" Straillht (Str.) Check Valves. Ford #Hs31-323 $7.70 $ 8.65
2. 3/4" Ball Meter Valves. Ford#B-13-332 14.15 16.60
3_ 3/4" Ball Meter Valves, Ford #8-23-342 17.85 . 19.95
4. 5/8" Ball Service Valvea Ford #B11-233W 8.24 9.15
S. AuRIc: InvertedIC.ev Meter Valves, Ford#.K'v13-332W 7.52 8.45
6. AlII Ie Inverted Key Meter Valvel Ford #KV23-332W 9.11 10.20
7. Ani e Inverted Key Meter Valves. Ford #KV23-342W 10.12 I1.3S
8. Am e Inverted Key Meter Valves, Ford #KV23-444W 12.17 13.80
9. Str.lnvCI1Cd Key Meter Valves, Ford NSVI3-444W 19.26 21.00
10. Su:. Inverted K.ev Meter Valves, Ford #SV23-332W 11.79 13.5S
11. Sir. Inverted Key Meter Valves Ford #SV23-444W 23.99 27.00
12. 518. Sir. Ball Me. Valves. ford #Bn:ll2. (For 5/8" X 3/4" And 3/4" MclQ') 9-13 10.25
13. 5/8" Str. Ball Meter ValvC$. F ord1ffl13.232w 9.13 10.15
14. Valve Branch Assemblies. FQrd #lUV23-42W 26.95 30.2:5
Delivery Time .After ReceiPt Qf Order: 1 - 18 days S-7davs
GRO
L ER FlTTIN
PrimaJv Vendor.
Hughes
S 7.85
9.5S
12.85
Item
De5crintion
1.
2.
3.
30da
Secondarv Vendor:
A&BPipe
$8.80
10.73
14.43
Stock-30 da s
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONIRACTS DMSION
PAGBSOF1
AWAJl])SHBBT.4ac
RcvItoeoI..191l1Cl
INVITATION FOR BIDS
SUPPLY AND DELIVERY OF FORD METER SERVICE FlnlNGS
BID # 13-05/06
BID OPENING: MARCH 23, 2006 AT 3:00 P.M.
Gus Lopez, CPPO, Procurement Director
PROCUREMENT DIVISION
1700 Convention Center Drive, Miami Beach, FL 331 39
www.miamibeachfl.gov
F:\PURC\$ALL \MART A \Bids \05-06 \ITB 13-05-06 Ford fittings. doc
e MIAMIBEACH
<9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachf1.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
PUBLIC NOTICE
Invitation to Bid No. 13-05/06
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 23rd day of March,
2006 for:
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
At time, date, and place above, bids will be publicly opened. Any bids or proposals received after
time and date specified will be returned to the bidder unopened. The responsibility for submitting a
bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
Purpose: The purpose of this bid is to establish a contract, by means of sealed bids, for the
purchase of Ford Meter service fittings as specified herein, on an as needed basis, from a source(s)
of supply that will give prompt and efficient service. This contract shall remain in effect for one (1)
year from date of contract execution by the Mayor and City Clerk, and may-be renewed by mutual
agreement for two (2) additional years, on a year to year basis.
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central bid
notification system created exclusively for state and local agencies located in South Florida.
Created in conjunction with BidNet(r), this new South Florida Purchasing system has replaced the
DemandStar system and allow vendors to register online and receive notification of new bids,
amendments and awards. Vendors with Internet access should review the registration options at
the following website: www.Qovbids.com/scripts/southflorida/public/home1.asp. If you do not have
Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile
to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305)
673-7851. The Bid title/number shall be referenced on all correspondence. All questions must be
received no later than ten (10) calendar days prior to the scheduled Bid opening date. All
responses to questions/clarifications will be sent to all prospective bidders in the form of an
addendum.
The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best
interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of
Miami Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CAMPAIGN
CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
2 of 30
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI
BEACH WE BS ITE: http://www . miamibeachfl.Qov Inewcitv Idepts/purchase/bidintro .asp
. CONE OF SILENCE -- ORDINANCE NO. 2002-3378
. CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879.
. DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234.
. PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344.
. LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-3363
. LOCAL PREFERENCE ORDINANCE NO. 2003-3413
Sincerely,
"""'"
~/~~~
/... //"........-
t. .......
Gus Lopez, CPPO
Procurement Director
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
3 of 30
<9 MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
_Our company does not handle this type of product/service.
_We cannot meet the specifications nor provide an alternate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre-proposal meeting.
_OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid or this completed form, may result in your
company being removed from the City's bid list.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
4 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
Original copy of Bid Form as well as any other pertinent documents must be returned in
order for the bid to be considered for award. All bids are subject to the conditions specified
hereon and on the attached Special Conditions, Specifications and Bid Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title
to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive,
Miami Beach, Florida 33139. Facsimile or e-mailed bids will not be accepted.
1.2 EXECUTION OF BID:
Bid must contain a manual signature of an authorized representative in the space provided
on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be
considered for award. All bids must be completed in pen and ink or typewritten. No
erasures are permitted. If a correction is necessary, draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person
signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original bid conditions and specifications CANNOT be changed or altered in
any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter
form, signed by bidders and attached to the bid.
1.3 NO BID:
If not submitting a bid, respond by returning the enclosed bid form questionnaire, and
explain the reason. Repeated failure to bid without sufficient justification shall be cause for
removal of a supplier's name from the bid mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and extended total,
when requested. Prices must be stated in units of quantity specified in the bidding
specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise
stated in special conditions). Discounts for prompt payment. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately and
no attempt is to be made to tie any item or items in with any other item or items. Cash or
quantity discounts offered will not be a consideration in determination of award of bid(s).
1.5 TAXES:
The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax
and Use Certificate Number is 04-00097-09-23.
1.6 MISTAKES:
Bidders are expected to examine the specifications, delivery schedules, bid prices and
extensions and all instructions pertaining to supplies and services. Failure to do so will be
at the bidder's risk.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
5 of 30
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this bid shall be
the latest new and current model offered (most current production model at the time of this
bid). All containers shall be suitable for storage or shipment, and all prices shall include
standard commercial packaging.
1.8 UNDERWRITERS' LABORATORIES:
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies
shall be U.L. listed or re-examination listing where such has been established by U.L. for the
item(s) offered and furnished.
1.9 BIDDER'S CONDITIONS:
The City Commission reserves the right to waive irregularities or technicalities in bids or to
reject all bids or any part of any bid they deem necessary for the best interest of the City of
Miami Beach, FL.
1.10 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified in the
following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are
informational guides as to a standard of acceptable product quality level only and should not
be construed as an endorsement or a product limitation of recognized and legitimate
manufacturers. Bidders shall formally substantiate and verify that product(s) offered
conform with or exceed quality as listed in the specifications.
Bidder shall indicate on the bid form the manufacturer's name and number if bidding other
than the specified brands, and shall indicate ANY deviation from the specifications as listed.
Other than specified items offered requires complete descriptive technical literature marked
to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE
BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid
will be considered as a bid in complete compliance with the specifications as listed on the
attached form.
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Item delivered, not conforming to
specifications, may be rejected and returned at vendor's expense. These items and items
not delivered as per delivery date in bid and/or purchase order may be purchased on the
open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in:
A) Vendor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense and, if not destroyed,
will, upon request, be returned at the bidder's expense. Bidders will be responsible for the
removal of all samples furnished within (30) days after bid opening. All samples will be
disposed of after thirty (30) days. Each individual sample must be labeled with bidder's
name. Failure of bidder to either deliver required samples or to clearly identify samples may
be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered
to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
6 of 30
1.13 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met), show
number of days (in calendar days) required to make delivery after receipt of purchase order,
in space provided. Delivery time may become a basis for making an award. Delivery shall
be within the normal working hours of the user, Monday through Friday, excluding holidays.
1.14 INTERPRETATIONS:
Unless otherwise stated in the bid, any questions concerning conditions and specifications
should be submitted in writing to the Procurement Director, 1700 Convention Center Drive,
Miami Beach, FL 33139. Fax (305) 673-7851.
1.15 BID OPENING:
Bids shall be opened and publicly read on the date, time and place specified on the Bid
Form. All bids received after the date, time, and place shall be returned, unopened.
1.16 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk
of loss or damage to all items shall be the responsibility of the successful bidder until
acceptance by the buyer unless loss or damage result from negligence by the buyer.
If the materials or services supplied to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order upon written notice to the seller
and return product at bidder's expense.
1.17 PAYMENT:
Payment will be made by the City after the items awarded to a vendor have been received,
inspected, and found to comply with award specifications, free of damage or defect and
properly invoiced.
1.18 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
decision of the City shall be final and binding on both parties.
1.19 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner
affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a
cause for relief from responsibility.
1.20 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of Miami Beach,
Florida and its employees from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article
manufactured or used in the performance of the contract, including its use by The City of
Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters,
patent, or copyright, it is mutually understood and agreed, without exception, that the bid
prices shall include all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
1.21 OSHA:
The bidder warrants that the product supplied to the City of Miami Beach, Florida shall
conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be considered as a
breach of contract. Any fines levied because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same.
February 23.2006
City 01 Miami Beach
Bid No: 13-05/06
70130
1.22 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
precedence.
1.23 ANTI-DISCRIMINATION:
The bidder certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375,
relative to equal employment opportunity for all persons without regard to race, color,
religion, sex or national origin.
1.24 AMERICAN WITH DISABILITIES ACT:
To request this material in accessible format, sign language interpreters, information on
access for persons with disabilities, and/or any accommodation to review any document or
participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-
673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY
users may also call 711 (Florida Relay Service).
1.25 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new. The items bid must be new, the latest model,
of the best quality, and highest grade workmanship.
1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami Beach property to deliver
materials or perform work or services as a result of a bid award, the successful bidder will
assume the full duty, obligation and expense of obtaining all necessary licenses, permits
and insurance and assure all work complies with all applicable Miami-Dade County and City
of Miami Beach municipal code requirements as well as the Florida Building Code. The
bidder shall be liable for any damages or loss to the City occasioned by negligence of the
bidder (or agent) or any person the bidder has designated in the completion of the contract
as a result of his or her bid.
1.27 BID GUARANTY: N/A
1.28 DEFAULT:
Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before
such award is made, may result in forfeiture of that portion of any bid surety required equal
to liquidated damages incurred by the City thereby, or where surety is not required, failure to
execute a contract as described above may be grounds for removing the bidder from the
bidder's list.
1.29 CANCELLATION:
In the event any ofthe provisions of this bid are violated by the contractor, the Procurement
Director shall give written notice to the contractor stating the deficiencies and unless
deficiencies are corrected within ten (10) days, recommendation will be made to the City
Commission for immediate cancellation. The City Commission of Miami Beach, Florida
reserves the right to terminate any contract resulting from this invitation at any time and for
any reason, upon giving thirty (30) days prior written notice to the other party.
1.30 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department, 1700
Convention Center Drive, Miami Beach, Florida 33139.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
8 of 30
1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00
P.M.
1.32 . SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute
shipments will be returned at the bidder's expense.
1.33 FACILITIES:
The City Commission reserves the right to inspect the bidder's facilities at any time with
prior notice.
1.34 BID TABULATIONS:
Bidders desiring a copy of the bid tabulation may request same by enclosing a self-
addressed stamped envelope with the bid.
1.35 PROTEST PROCEDURES:
Bidders that are not selected may protest any recommendation for Contract award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for resulting protested bids and proposed awards. Protest not timely pursuant
to the requirements of Ordinance No. 2002-3344 shall be barred.
1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true
meaning of the specifications or other Bid documents or any part thereof, the Bidder must
submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior
to scheduled Bid opening, a request for clarification. All such requests for clarification must
be made in writing and the person submitting the request will be responsible for its timely
delivery.
Any interpretation of the Bid, if made, wtll be made only by Addendum duly issued by the
City of Miami Beach Procurement Director. The City shall issue an Informational Addendum
if clarification or minimal changes are required. The City shall issue a Formal Addendum if
substantial changes which impact the technical submission of Bids is required. A copy of
such Addendum shall be sent by BidNet@ via e-mail or facsimile to each Bidder receiving
the Solicitation that is a subscriber to the Bidnet@ notification system. Bidders who are not
subscribers to the Bidnet@ system are responsible for ensuring that they have received all
addenda. In the event of conflict with the original Contract Documents, Addendum shall
govern all other Contract Documents to the extent specified. Subsequent addendum shall
govern over prior addendum only to the extent specified. The Bidder shall be required to
acknowledge receipt of the Formal Addendum by signing in the space provided on the Bid
Proposal Form. Failure to acknowledge Addendum shall deem its Bid non-responsive;
provided, however, that the City may waive this requirement in its best interest. The City will
not be responsible for any other explanation or interpretation made verbally or in writing by
any other city representative.
1.37 DEMONSTRATION OF COMPETENCY:
1) Pre-award inspection of the Bidder's facility may be made prior to the award of contract.
Bids will only be considered from firms which are regularly engaged in the business of
providing the goods and/or services as described in this Bid. Bidders must be able to
demonstrate a good record of performance for a reasonable period of time, and have
sufficient financial support, equipment and organization to insure that they can satisfactorily
execute the services if awarded a contract under the terms and conditions herein stated.
The terms "equipment and organization" as used herein shall be construed to mean a fully
February 23, 2006
City of Miami Beach
Bid No 13-05/06
9 of 30
equipped and well established company in line with the best business practices in the
industry and as determined by the City of Miami Beach.
2) The City may consider any evidence available regarding the financial, technical and
other qualifications and abilities of a Bidder, including past performance (experience) with
the City in making the award in the best interest of the City.
3) The City may require Bidders to show proof that they have been designated as
authorized representatives of a manufacturer or supplier which is the actual source of
supply. In these instances, the City may also require material information from the source
of supply regarding the quality, packaging, and characteristics of the products to be supplies
to the City through the designated representative. Any conflicts between this material
information provided by the source of supply and the information contained in the Bidder's
Proposal may render the Bid non-responsive.
4) The City may, during the period that the Contract between the City and the successful
Bidder is in force, review the successful Bidder's record of performance to insure that the
Bidder is continuing to provide sufficient financial support, equipment and organization as
prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts
awarded to it by the City, the City may place said contracts on probationary status and
implement termination procedures if the City determines that the successful Bidder no
longer possesses the financial support, equipment and organization which would have been
necessary during the Bid evaluation period in order to comply with this demonstration of
competency section.
1.38 DETERMINATION OF AWARD
The City Commission shall award the contract to the lowest and best bidder. In determining
the lowest and best bidder, in addition to price, there shall be considered the following:
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perform the Contract within the time specified, without
delay or interference.
c. The character, integrity, reputation, judgement, experience and efficiency of
the bidder.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
1.39 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this
contract, including any or all of its right, title or interest therein, or his or its power to execute
such contract to any person, company or corporation without prior written consent of the
City of Miami Beach.
1.40 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein.
February 23, 2006
City of Miami Beach
Bid No 13-05/06
10 of 30
1.41 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase
from the resulting contract, provided the Department of Management Services, Division of
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the
Division to the other State agencies at the agencies option.
1.42 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the
awarded vendor. However, items that are to be a Spot Market Purchased may be
purchased by other methods, i.e. Federal, State or local contracts.
1.43 ELIMINATION FROM CONSIDERATION
This bid solicitation shall not be awarded to any person or firm which is in arrears to the City
upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any
obligation to the City.
1.44 WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
1.45 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the
contract period. The City is not obligated to place any order for a given amount subsequent
to the award of this bid solicitation. Estimates are based upon the City's actual needs and/or
usage during a previous contract period. The City for purposes of determining the low
bidder meeting specifications may use said estimates.
1.46 COLLUSION
Bids from related parties. Where two (2) or more relatedj)arties each submit a bid or
proposal for any contract, such bids or proposals shall be presumed to be collusive. The
foregoing presumption may be rebutted by presentation of evidence as to the extent of
ownership, control and management of such related parties in the preparation and submittal
of such bids or proposals. Related parties mean bidders or proposers or the principals
thereof which have a direct or indirect ownership interest in another bidder or proposer for
the same contract or in which a parent company or the principals thereof of one (1) bidder
or proposer have a direct or indirect ownership interest in another bidder or proposer for the
same contract. Bids or proposals found to be collusive shall be rejected. Bidders or
Proposers who have been found to have engaged in collusion may be considered non-
responsible, and may be suspended or debarred, and any contract resulting from collusive
bidding may be terminated for default.
1.47 DISPUTES
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
. Any agreement resulting from the award of this Bid (if applicable); then
. Addenda released for this Bid, with the latest Addendum taking precedence; then
. The Bid; then
. Awardee's Bid.
1.48 REASONABLE ACCOMMODATION
I n accordance with the Title II of the Americans with Disabilities Act, any person requiring an
accommodation at the Bid opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
February 23, 2006 Bid No: 13-05/06
City of Miami Beach 11 of 30
1.49 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this proposal.
1.50 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bidder or contractor, which
offer shall be deemed accepted upon approval by the City Commission of the City of Miami
Beach, Florida and in case of default on the part of successful bidder or contractor, after
such acceptance, the City may procure the items or services from other sources and hold
the bidder or contractor responsible for any excess cost occasioned or incurred thereby.
1.51 TIE BIDS:
Please be advised that in accordance with Florida Statues Section 287.087, regarding
identical tie bids, preference will be given to vendors certifying that they have implemented
a drug free work place program. A certification form will be required at the time of Bid
submission.
1.52 PUBLIC ENTITY CRIMES (PEC):
A person or affiliate who has been placed on the convicted vendor list following a conviction
for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to public entity, may not be awarded or perform work as a contractor, supplier, sub-
contractor, or consultant under a contract with a public entity , and may not transact
business with any public entity in excess of the threshold amount provided in Sec. 287.017,
for CATEGORY TWO for a period of 36 months from the date of being placed on the
convicted vendor list.
1.53 DETERMINATION OF RESPONSIVENESS:
Determination of responsiveness will take place at the time of bid opening and evaluation.
In order to be deemed a responsive bidder, your bid must conform in all material respects to
the requirements stated in their Bid.
1.54 DELIVERY TIME:
Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar
days) for each item. It must be a firm delivery time, no ranges will be accepted, i.e.; 12-14
days.
1.55 CONE OF SILENCE
This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No.
2002-3378. A copy of all written communication(s) regarding this bid must be filed with the
city clerk.
1.56 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful bidder
of such termination which shall become effective upon receipt by the successful bidder of
the written termination notice.
February 23,2006
City of Miami Beach
Bid No: 13-05/06
12 of 30
In that event, the City shall compensate the successful bidder in accordance with the
Agreement for all services performed by the bidder prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City
for damages sustained by the City by virtue of any breach of the Agreement by the bidder,
and the City may reasonably withhold payments to the successful bidder for the purposes of
set off until such time as the exact amount of damages due the City from the successful
bidder is determined.
1.57 TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful bidder of such termination,
which shall become effective thirty (30) days following receipt by bidder of such notice. In
that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. If the Agreement is terminated by the City as provided in this section,
the City shall compensate the successful bidder in accordance with the Agreement for all
services actually performed by the successful bidder and reasonable direct costs of
successful bidder for assembling and delivering to City all documents. No compensation
shall be due to the successful bidder for any profits that the successful bidder expected to
earn on the balanced of the Agreement. Such payments shall be the total extent of the
City's liability to the successful bidder upon a termination as provided for in this section.
1.58 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The contractor shall be responsible for his work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
project. He shall specifically and distinctly assume, and does so assume, all risks of
damage or injury to property or persons used or employed on or in connection witllthe work
and of all damage or injury to any person or property wherever located, resulting from any
action or operation under the contract or in connection with the work. It is understood and
agreed that at all times the contractor is acting as an independent contractor.
The contractor, at all times during the full duration of work under this contract, including
extra work in connection with this project shall meet the following requirements:
Maintain Automobile Liability Insurance including Property Damage covering all owned,
non-owned or hired automobiles and equipment used in connection with the work.
No change or cancellation in insurance shall be made without thirty (30) days written notice
to the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business under the
laws of the State of Florida and these companies must have a rating of at least B+:VI or
better per Best's Key Rating Guide, latest edition.
Original signed Certificates of Insurance, evidencing such coverages and endorsements as
required herein, shall be filed with and approved by the City of Miami Beach Risk Manager
before work is started. The certificate must state Bid Number and Title. Upon expiration of
the required insurance, the contractor must submit updated certificates of insurance for as
long a period as any work is still in progress.
February 23. 2006
City of Miami Beach
Bid No: 13-05/06
13 of 30
It is understood and agreed that all policies of insurance provided by the contractor are
primary coverage to any insurance or self-insurance the City of Miami Beach possesses
that may apply to a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage
from the first dollar of exposure. No deductibles will be allowed in any policies issued on
this contract unless specific safeguards have been established to assure an adequate fund
for payment of deductibles by the insured and approved by the City's Risk Manager.
The liability insurance coverage shall extend to and include the following contractual
indemnity and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a
municipal corporation, its officers, agents, and employees from all claims for bodily injuries
to the public in and up to the amount of $1 ,000,000.00 for each occurrence and and for all
damages to the property of others in and up to the amount of $1,000,000.00 for each
occurrence per the insurance requirement under the specifications including costs of
investigation, all expenses of litigation, including reasonable attorney fees and the cost of
appeals arising out of any such claims or suits because of any and all acts of omission or
commission of any by the contractor, his agents, servants, or employees, or through the
mere existence of the project under contract".
The foregoing indemnity agreement shall apply to any and all claims and suits other than
claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach,
its officers, agents, and employees, as determined by a court of competent jurisdiction.
The contractor will notify his insurance agent without delay of the existence of the Hold
Harmless Agreement contained within this contract, and furnish a copy of the Hold
Harmless Agreement to the insurance agent and carrier.
The contractor will obtain and maintain contractual liability insurance in adequate limits for
the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement
from any and all claims arising out of this contractual operation.
The contractor will secure and maintain policies of subcontractors. All policies shall be
made available to the City upon demand. Compliance by the contractor and all
subcontractors with the foregoing requirements as to carrying insurance and furnishing
copies of the insurance policies shall not relieve the contractor and all subcontractors of
their liabilities and obligations under any Section or Provisions of this contract. Contractor
shall be as fully responsible to the City for the acts and omissions of the subcontractor and
of persons employed by them as he is for acts and omissions of persons directly employed
by him.
Insurance coverage required in these specifications shall be in force throughout the contract
term. Should any awardee fail to provide acceptable evidence of current insurance within
seven days of receipt of written notice at any time during the contract term, the City shall
have the right to consider the contract breached and justifying the termination thereof.
If bidder does not meet the insurance requirements of the specifications; alternate insurance
coverage, satisfactory to the Risk Manager, may be considered.
February 23. 2006
City of Miami Beach
Bid No: 13-05/06
14 of 30
It is understood and agreed that the inclusion of more than one insured under these policies
shall not restrict the coverage provided by these policies for one insured hereunder with
respect to a liability claim or suit by another insured hereunder or an employee of such other
insured and that with respect to claims against any insured hereunder, other insureds
hereunder shall be considered members of the public; but the provisions of this Cross
Liability clause shall apply only with respect to liability arising out of the ownership,
maintenance, use, occupancy or repair of such portions of the premises insured hereunder
as are not reserved for the exclusive use of occupancy ofthe insured against whom claim is
made or suit is filed.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
15 of 30
INSURANCE CHECK LIST
XXX 1.
Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
XXX 2.
Comprehensive General Liability (occurrence form), limits of liability $1 ,000,000.00 per
occurrence for bodily injury property damage to include Premisesl Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
XXX 3.
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
XXX 5.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after bid opening.
Bidder
Signature of Bidder
February 23,2006
City of Miami Beach
Bid No: 13-05/06
16 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
2.0 SPECIAL CONDITIONS
2.1 TERM OF CONTRACT:
This contract shall remain in effect for a period of one year from date of contract execution by the
Mayor and City Clerk, and may be renewed by mutual agreement for two (2) additional years.
2.1.1 Orders will be placed to vendors on an as-needed basis to meet City usage requirements.
2.1.2 Providing the successful bidder will agree to maintain the same price, terms and
conditions of the current contract, this contract could be extended for an additional two (2)
years, on a year to year basis, if mutually agreed upon by both parties.
2.2 METHOD OF AWARD
Award of this contract may be made to the primary and secondary lowest and best bidders, as
defined in General Conditions 1.38, whose bid will be most advantageous to the City of Miami
Beach. Should the primary vendor fail to comply with the Terms and Conditions of this Contract,
the City reserves the right to award to the secondary vendor, if it is deemed to be in the best
interest of the City.
It is the intent of the City to award this contract for the total amount to one bidder. However, the
City reserves the right to award per line item, should it be determined it is in the City's best
economic interest.
2.3 PAYMENT:
Invoices for payment will be submitted upon delivery. Invoices will be subject to verification and
approval by the ordering Department's designated representative.
2.4 SHIPPING TERMS:
Prices shall include freight to City's premises, and shall be F.O.B. Destination. Vendor shall hold
title to the goods until such time as they are delivered to, and accepted by, an authorized City
representative.
2.5 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 Bid Form shall remain fixed and firm during the one year 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 contractual term.
OPTION TO RENEW WITH PRICE ADJUSTMENT:
The contract could be extended for an additional two (2) years, on a year to year basis, if mutually
agreed by upon 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 vendor'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 vendor's request for
adjustment should be submitted 60 days prior to expiration of the then current contract term. The
vendor adjustment request must clearly substantiate the requested increase. If no adjustment
request is received from the vendor, the City will assume that the vendor has agreed that the
optional tem may be exercised without pricing adjustment. Any adjustment request received after
the commencement of a new option period may not be considered.
February 23. 2006
City of Miami Beach
Bid No: 13-05106
17 of 30
2.6 PRE-BID CONFERENCE/SITE INSPECTION: N/A
2.7 CONTACT PERSON:
The contact person for this Invitation to Bid is Marta Fernandez. The contact person may be
reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail:
martafernandezrubio@miamibeachfl.gov . Communications between a proposer, bidder, lobbyist
or consultant and Procurement Staff is limited to matters of process or procedure.
Requests for additional information or clarifications must be made in writing to the contact person,
with a copy to the City Clerk, no later than ten (10) calendar days prior to the scheduled Bid
opening date.
The City will issue replies to inquiries and any other corrections or amendments it deems
necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders
should not rely on representations, statements, or explanations other than those made in this Bid
or in any written addendum to this Bid. Bidders should verify with the Procurement Division prior
to submitting a proposal that all addenda have been received.
YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66, ENTITLED CONE
OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES RELATIVE TO ORAL
AND WRITTEN COMMUNICATIONS.
2.8 SAMPLES: N/A
2.9 DELIVERY TIME:
Vendors shall specify on the attached Bid Form the estimated delivery time (in calendar days) for
each item. Upon delivery, all materials shall be unloaded by vendor. Delivery shall be prior to 3:30
PM, Monday through Friday with-in the City of Miami Beach.
2.1 0 LIQUIDATED DAMAGES:
Failure to deliver materials within the specified time may result in the successful bidder being
assessed the additional cost incurred by the City (liquidated damages) for any and all costs
associated with the material being delivered by a secondary vendor.
2.11 DISCOUNTS (From published price lists):
Bidders are requested to offer a balance-of-line fixed discount on all related parts, supplies and
equipment which are offered in addition to the items offered on the bid sheet. These fixed
discounts shall reflect percentage of savings from the contractor's standard pricing. This discount
applies to all updates on pricing for the duration of the contract. Furthermore, the balance-of-line
discount does not apply to any of the vendor's specials, marketing promotions, or other sales that
are available to each contract eligible user.
Further, contractors may update the balance of line offerings as new equipment and/or services
become available for which the stated discount will apply. The City reserves the right to accept or
reject any individual item(s) or all items offered as balance of line.
Contractors, upon notification of award, shall submit the contractors' standard pricing, as locally
published and in effect on the date of the bid opening, showing all equipment and services that
are offered through balance of line, and shall indicate the fixed discount(s) and/or special pricing
offered to the City. Price lists accepted will be published as part of the resulting contract.
2.12 ESTIMATED QUANTITIES:
Quantities stated are for bidders' guidance only and no guarantee is given or implied as to
quantities that will be used during the contract period. Estimated quantities are based upon
previous needs and estimated usage for a one (1) year period. Said estimated quantities may be
used by the City for the purpose of evaluating the low bidder meeting specifications.
February 23, 2006
City of Miami Beach
Bid No: 13-05106
18 of 30
2.13 HOURLY RATE: N/A
2.14 WARRANTY:
The successful bidder will be required to warranty all materials supplied. Warranty shall be
described in detail on the attached Bid Form.
In addition to the warranty supplied by the manufacturer, the bidder hereby acknowledges and
agrees that all material supplied by the Bidder in conjunction with this Bid shall be new, warranted
for their merchantability, and fit for a particular purpose. The successful bidder must accept return
for full credit for defective items, items shipped in error or damaged in shipment. The City of
Miami Beach shall return items in "as received" condition.
2.15 PRODUCT/CATALOG INFORMATION:
Upon request, bidders must submit specifications and/or samples on the product(s) they propose
to furnish on this bid.
2.16 REFERENCES (PROVIDE REFERENCES, IN THE CUSTOMER REFERENCE FORM)
Each bid must be accompanied by a minimum of six (6) references of clients or government
organizations for which the Bidder is currently furnishing or has furnished similar services.
Reference shall include the name of the company, a contact person and the telephone number.
NO BID WILL BE CONSIDERED WITHOUT THIS LIST.
2.17 COMPLETE UNIT REQUIRED:
The scope of these specifications is to insure the delivery of complete product ready for operation.
Omission of any essential detail from these specifications does not relieve the supplier from
furnishing such unit.
2.18 FACILITY LOCATION:
Materials will be delivered to the Public Works Yard located at 451 Dade Boulevard, Miami
Beach, Florida 33139. Delivery to other locations within the City limits may be requested.
2.19 BIDDER QUALIFICATIONS:
In order for bids to be considered, bidders must submit with their bid, evidence that they are
qualified to satisfactorily perform the specified service. Evidence shall include all information
necessary to certify that the bidder: maintains a permanent place of business; is an authorized
distributor of the items specified in their proposal; has not had just or proper claims pending
against him or his firm; and has provided similar type, size and complexity of such work. The
evidence will consist of listing of contracts for similar equipment that have been provided to public
and private sector clients, within the last three (3) years, and letter from the manufacturer that
bidder is an authorized distributor for the proposed manufacturer.
2.20 LATE BIDS:
At time, date, and place above, bids will be publicly opened. Any bids or proposals received after
time and date specified will be returned to the bidder unopened. The responsibility for submitting
a bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
2.21 EXCEPTIONS TO SPECIFICATIONS:
Exceptions to the specifications shall be listed on the Bid Form and shall reference the section.
Any exceptions to the General or Special Conditions shall be cause for the bid to be considered
non-responsive.
2.22 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a
valid bid, the ORIGINAL AND ONE COPY of the Bid Form pages and all required submittal
information must be returned, properly completed, in a sealed envelope as outlined in the first
paragraph of General Conditions.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
19 of 30
2.23 MAINTENANCE AGREEMENT: N/A
2.24 EQUAL PRODUCT: N/A
2.25 CUSTOMER SERVICE:
Excellent customer service is the standard of the City of Miami Beach. As contract employees of
the City, all employees will be required to adhere to the City's "Service Excellence" standards and
expected to conduct themselves in a professional, courteous and ethical manner in all situations.
The successful bidder's employees must work as a cooperative team of well-trained
professionals, and must serve the public with dignity and respect. All business transactions with
the City will be conducted with honesty, integrity, and dedication.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
20 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
3.0 MINIMUM SPECIFICATIONS
3.1. MATERIALS
3.1.1 The commodities to be purchased from this contract shall include Ford meter service
fittings, and other related materials that may be required during the term of this contract.
See attached Bid Proposal Form for a list of materials.
3.1.2 Brand: Ford - no substitutes.
3.1.3 Where applicable, all fittings shall conform to "ANSI/AWWA Standard C800-05,
Underground Service Line Valves and Fittings", or latest revision.
3.2. SCOPE OF SERVICES
Successful bidder(s) will be required to supply and deliver Ford Meter service fittings to the Public
Works Division. The City will issue Standing Orders to the selected vendor(s) for the purchase of
materials on an as needed basis throughout the year.
3.2.1 Orders shall be placed by Public Works Division personnel, as needed.
3.2.2 Prices shall include freight to City's premises, and shall be F.O.B. Destination. Vendor
shall hold title to the goods until such time as they are delivered to, and accepted by, an
authorized City representative.
3.2.3 Vendors shall specify on the Bid Form the estimated delivery time (in calendar days) for
each item. Upon delivery, all materials shall be unloaded by vendor. Delivery shall be prior
to 3:30 PM, Monday through Friday with-in the City of Miami Beach.
3.2.4. Minimum order requirements, if any shall be indicated in the Bid Form.
3.2.5 Invoices and packing slips shall include adequate information including: department's
name, location, full item description, unit prices, Standing Order number, receiving
signature, quantities, delivered and backorder status.
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
21 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
COMPANY NAME:
Bid Proposal Page 1 of 4
We propose to furnish all labor, material, equipment, supervision and transportation necessary to supply
and deliver on an as-needed basis, Ford meter service fittings as specified herein.
Estimated
Item DescriDtion Annual Qtv. Unit Cost
1. Custom Meter Resetter 1-1/2" flanged 14"h 20 ea $
"Ford" Brand VBB46-14
2. Custom Meter Resetter 1-1/2" flanged 16"h 20 ea $
"Ford" Brand Part #VBB46-16
3. Custom Meter Resetter 2" flanged 14"h 20 ea $
"Ford" Brand Part #VBB47-14
4. Custom Meter Resetter 2" flanged 16"h 20 ea $
"F ord" Brand Part #VBB4 7 -16
5. "Ford" Fitting Part #52 1500 ea $
6. "Ford" Fitting Part #54 500 ea $
7. "Ford" Fitting Part #56 500 ea $
B. "Ford" Fitting Part #B43-342W 100 ea $
9. "Ford" Fitting Part #B43-444W 400 ea $
10. "Ford" Fitting Part #BF43-666W 150 ea $
11. "Ford" Fitting Part #BF43-777W 100 ea $
12. "Ford" Fitting Part #LB4-34 200 ea $
Total
$
$
$
$
$
$
$
$
$
$
$
$
February 23, 2006
City of Miami Beach
Bid No: 13-05106
22 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
COMPANY NAME:
Bid Proposal Page 2 of 4
Estimated
Item Description Annual Qtv. Unit Cost Total
13. "Ford" Fitting Part #L84-44 200 ea $ $
14. "Ford" Fitting Part #L84-66 80 ea $ $
15. "Ford" Fitting Part #L84-77 80 ea $ $
16. "Ford" Fitting Part #C84-34 200 ea $ $
17. "Ford" Fitting Part #C84-44 200 ea $ $
18. "Ford" Fitting Part #C84-66 150 ea $ $
19. "Ford" Fitting Part #C84-77 1 00 ea $ $
20. "Ford" Fitting Part #L44-44 200 ea $ $
21. "Ford" Fitting Part #L44-66 150 ea $ $
22. "Ford" Fitting Part #L44-77 100 ea $ $
23. "Ford" Fitting Part #C44-44 400 ea $ $
24. "Ford" Fitting Part #C44-77 200 ea $ $
25. "Ford" Fitting Part #C44-66 150 ea $ $
26. "Ford" Resetter Part #V-42-7W 15 ea $ $
27. "Ford" Resetter Part #V-42-9W 15 ea $ $
28. "Ford" Resetter Part #V-42-12W 15 ea $ $
29. "Ford" Resetter Part #V-44-1 OW 15 ea $ $
30. "Ford" Resetter Part #V-44-12W 15 ea $ $
TOTAL (Line items 1-30) $
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
23 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
COMPANY NAME:
Bid Proposal Page 3 of 4
31.
Balance of Line: (This fixed discount shall
reflect percentage off the contractor's
standard pricing)
%off
Warranty:
Years
Estimated Delivery from receipt of order:
calendar days
Minimum order requirements: $
Delivery charge for less than minimum order value: $
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
24 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
Bid Proposal Page 4 of 4
PAYMENT TERMS: NET 30. If other, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED
PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY:
COMPANY NAME:
SIGNED:
(I certify that I am authorized to execute this proposal and
commit the bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
Addendum NO.1:
Addendum NO.2:
Insert Date
I nsert Date
Addendum NO.3:
Addendum NO.4:
I nsert Date
I nsert Date
NAME/TITLE(Print):
ADDRESS:
CITY/STATE:
ZIP:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL I.D.#:
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
25 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
BID CHECK LIST
To ensure that your bid is submitted in conformance with the Contract Documents, please verify
that the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.22
X Execution of Bid
General Conditions Section 1.2
N/A Equivalents/Equal Product
General Conditions Section 1.10
Special Conditions Section 2.24
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.26
General Conditions Section 1.58
N/A Bid Guaranty/Performance Bond
General Condition Section 1.27
X Warranty
Special Conditions Section 2.14
X Product/Catalog Information
Special Conditions Section 2.15
X References
Special Conditions Section 2.16 and Page 24
X Bidder Qualifications
Special Conditions Section 2.19
X Exceptions to Specifications
Special Conditions Section 2.21
Contractor's Questionnaire
X (Page 29)
February 23. 2006
City of Miami Beach
Bid No: 13-05/06
26 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of six (6) clients
or government organizations for which the Bidder is currently furnishing or has furnished similar
services.
1)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
2)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
3)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
27 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CUSTOMER REFERENCE LISTING (CONTD.)
4)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
5)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
6)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
E-mail
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
28 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CONTRACTOR'S QUESTIONNAIRE
NOTE: Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from award of this
bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By
Principal Office
How many years has your organization been in business under your present business
name?
Does your organization have current occupational licenses entitling it to do the work/service
contemplated in this Contract?
Please state license(s) type and number:
Include copies of above licenses and certificates with proposal.
-
Have you ever had a contract terminated due. to failure to comply with contractual
specifications?
If so, where and why?
In what other lines of business are you financially interested or engaged?
Give references as to experience, ability, and financial standing
February 23, 2006
City of Miami Beach
Bid No: 13-05/06
29 of 30
SUPPLY AND DELIVERY OF FORD METER SERVICE FITTINGS
BID # 13-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. The term "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have have not 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. Please provide the name(s) and date(s) of said contributions and to whom
said contribution was made.
I HEREBY CERTIFY that the above answers are true and correct.
(SEAL)
(SEAL)
February 23, 2006
City of Miami Beach
Bid No 13-05/06
30 of 30