Loading...
HomeMy WebLinkAboutC2L Contract 35-05/06 HD Supply Waterworks, LTDe MIAMI BEACH C z - 701/c/6 CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON. CONTRACT NO.: 35-05/06 EFFECTIVE DATE(S): One (1) year from date of execution of this Contract with two (2) additional one (I) year renewal options SUPERSEDES: N/A CONTRACTOR(S): HD Supply Waterworks, Ltd. A. AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of the City of Miami Beach, Florida, on December 4, 2006, this Contract has been approved for award and execution by the City of Miami Beach Florida and HD Supply Waterworks, Ltd. B. EFFECT - This Contract was entered into for the purchases of pipe and fittings, cast ductile iron and cast gray iron, on an "as needed basis". Therefore, all required services shall be made under the terms, prices and conditions of this Contract, Invitation to Bid (ITB) No. 35-05/06, all addenda thereto, and CONTRACTOR'S proposal in response thereto. 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 reference the City of Miami Beach Contract Number (35- 05/06). D. CONTRACTOR PERFORMANCE - City of Miami Beach Public Works Director, or his designated representative 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' - 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. Page 2 Certification of Contract CONTRACTOR represents that all persons delivering the services required by this Contract have the knowledge and skills, by either 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 a contract employee 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 CITY purchase and may result in Contractor debarment. 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 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. J. 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: Accounts Payable 1700 Convention Center Drive Miami Beach. Florida 33139 For CONTRACTOR: HD Supply Waterworks. Ltd. Attn: Paul B. Thomas 10810 N.W. 92 Terrace Suite # 108 Miami. FL 33178 305-477-2383 L. MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth in this Contract, and the documents incorporated hereto 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. 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 fmding 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 Contract. 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 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. The Contract Documents which comprise the entire Agreement between CITY and CONTRACTOR are attached to this Contract and made a part hereof, and consist of 1.) this Certification of Contract; 2.) the City's ITB and any and all addenda thereto; and 3.) CONTRACTOR'S proposal in response thereto. 4 Page 5 Certification of Contract CERTIFICATION OF CONTRACT THIS CONTRACT made this dl day of OC 704 Cit--- 2000 , A.D. between the CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter referred to as CITY, which term shall include its successors and assigns, and HD Snooty Waterworks. Ltd. Attn: Paul B. Thomas 10810 N.W. 92 Terrace Suite# 108 Miami. FL 33178 305-477-2383. hereinafter referred to as CONTRACTOR Estimated Annual Contract Amount:$150.000. 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 Contract to be signed it its name. CO TRAC (O /y �uWt ditiNseal) alaytA sident Howrl l P Name ATTEST: jdr-17- Secretary Aitvrfrond Print Name CITY 1 Mayor David Dermer BEACH ATTEST: City Clerk Robert Parcher APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 12.414 I'3h!7 �JDityAttomey JN gate F:\PURC\$ALL\Maria\Bids\05-06\ITB-35-05-06 Purchase of Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron\Contracts\nationalwaterworks.doc 5 • SUPPLY WATERW6RKS I 1820 Metcalf Avenue Thomasville, GA 31792 t 229-226-1433 f 229-225-1632 October 27, 2006 CITY OF MIAMI BEACH FINANCE DEPT 451 DADE BLVD MIAMI BEACH,FL 33139-1508 Dear Valued Customer: YOStiele 1IP-nut-8r ; El q.J ��f@ndori'* ©3311-6 7g� 5 13 3L Ql 101110 S.UJ Si Ricrn 33IS; -Trriff 5110_9 021594 In keeping with our promise to keep you updated to the progress of integrating National Waterworks and Hughes Supply Water & Sewer, we are pleased to inform you that we are now one company with one name, HD Supply Waterworks, Ltd. With our new company branding strategy, we will continue the service excellence that you have come to expect from each of the original companies while keeping you up-to-date with the latest technological advances to keep you on the cutting edge. Our commitment to you remains the same: superior local service while leveraging our national platform and scope to provide our branches with the best tools and products available in our industry. Our slogan "Local Service, Nationwide" remains the everyday focus of our associates, who are committed to providing you with superior local service. All remittances, for any invoices currently outstanding, should be made payable to HD Supply Waterworks. Our lockboxes are not changing, just the name on the invoice. If you currently have a tax exemption certificate on file with us, we respectfully request that you send us an updated one issued to HD Supply Waterworks for our files in order to ensure your exemption status with us remains current. Please mail these to the address listed below: HD Supply Waterworks ATT: Tax Exemption P.O. Box 1419 i0QtlG7 piwra Ads Thomasville, GA 31792 AtionyAN GA 30g g4 Also included on the reverse of this letter is a current W9 form with our new company name and updated tax identification number for your records. The associates of HD Supply Waterworks sincerely appreciate your business and we look forward to the opportunity to continue to earn it. If you have any questions, you can contact your sales representative, credit representative, or visit our new website, waterworks.hdsunDlv.com, for the latest information. Sincerely, / / Terry Howell President & CEO Local Service, Nationwide National Waterwirks UGHES Viianii Beach ITB 35-05106 Purchase of Iron Pipe & Fittings `()nc am, One Bright Future" National Waterw‘ irks "One Team, One Bright Future" August 10, 2006 Mr. Gus Lopez Procurement Director City of Miami Beach Procurement Division 1700 Convention Center Drive Miami Beach, FL 33139 Dear Mr. Lopez, U!LJGHES On behalf of National Waterworks — Hughes Supply, I want to thank you for the opportunity to present a response to your Invitation for Bid #35-05/06 for the Purchase of Pipe and Fittings, Cast Ductile Iron & Cast Grey hon. In order to provide a comprehensive proposal we formed a bid team to review and make recommendations to meet the goals and requirements of the City of Miami Beach. Combining both sound business practices and competitive pricing we hope that this response will exceed your expectations. National Waterworks, Hughes Supply, & Home Depot Supply National Waterworks and Hughes Supply have recently merged through acquisition by the Home Depot Supply Enterprise. National Waterworks and Hughes Supply have been in the water and sewer distribution business for over 50 years. By integrating over twenty of the finest distribution companies in the United States, we are uniquely qualified to support our customers. We are the largest water industry organization with over 240 service center locations to serve you nationwide. National Waterworks — Hughes Supply currently has 28 branches operating in the State of Florida with over $30,000,000 of available inventory warehoused. As a leader in technology solutions, National Waterworks — Hughes Supply is committed to helping our customers become more profitable by reducing the overall cost of procurement. Through the use of technology, we have implemented services to assist our customers in estimating, purchasing, project management, inventory reduction, material identification, and accounts payable. Our single interactive system allows us to bring a combined inventory of over $200 million dollars and the talents of all our locations to meet the City of Miami Beach's needs. In addition to having the largest sales force in the industry, we employ market specialists to help implement programs for the Municipal accounts and to provide technology and product training. National Waterworks — Hughes Supply is proud to be the distributor of choice for many Strategic Partnerships with Public Utilities in the State of Florida. Our technology is offered at no additional cost and will save the City of Miami Beach time, resources and money. Scope of Service to be provided National Waterworks — Hughes Supply feels uniquely qualified to provide the scope of services requested by the City of Miami Beach. For over 15 years National Waterworks — Hughes Supply has invested a large amount of resources into our "Value Added Services Initiative" in an effort to remain on the leading edge of technology, providing the best in customer service to our Municipal accounts. Our years of knowledge and experience in the implementation of programs such as these, with little or no modification, allow for municipalities to experience levels of success in the following areas: • Increase in percentage of warehouse orders being shipped complete • Quicker delivery of requested materials • Rapid response to City's customer service/ warranty issues • Streamlines process between purchase order stage to accounts payable stage • Increased city employee productivity through high levels of material availability for projects and maintenance allows higher level of productivity and lower levels of employee down-time. • Miami Beach will have electronic access to distributor inventory levels, account history, and ability to procure items through our interactive web site. In addition to the Iron Pipe & Fittings priced in this document, National Waterworks — Hughes Supply is proud to offer its most valuable asset, our people. The team assembled to make this proposal and service your account has well over 200 years of combined experience in the underground waterworks industry and has extensive knowledge in servicing the municipal accounts. The National Waterworks and Hughes Supply team have been instrumental in the successful implementation of Strategic Partnerships listed in the reference section of this proposal. I can assure you we are very excited at the opportunity to work closely with you while we implement this "best value" procurement partnership with you. The following response outlines why National Waterworks — Hughes Supply is an excellent partner for the City of Miami Beach. National Waterworks — Hughes Supply can offer the latest technology and customer service solutions in the underground waterworks marketplace today. National Waterworks — Hughes Supply, with a network of over 240 service centers, each experienced in municipal business and connected on a single, real time integrated software system stands ready to serve your needs. We are eager to utilize this opportunity to explain the latest inventory services, e-commerce solutions, and Internet accessible reporting we can provide to the City of Miami Beach. Thank you again for your time and your review of our proposal. The National Waterworks — Hughes Supply team look forward to addressing any questions or concerns at your convenience. Sincerely, Paul B. Thomas Director of Municipal Sales SE National Waterworks — Hughes Supply - National Waterwjrks IIUGHES° "One Teani, One Bright Future" Customer Service The experience and qualifications of the people who will be involved in the servicing of this contract have over 200 years combined experience in the water and sewer industry and extensive knowledge in the servicing of Municipal accounts. While Jeff Brouillette will be your primary point of contact as your local Sales Representative, there are many people who make up the team. With three local branches within 40 miles of the City of Miami Beach we are proud to introduce the following persons: NAME Lynn M. Roncska Pat Meier Tripp Shay Don Hornsby Angela Abadia Anita Christian Hiram Vega Pedro Hernandez Jeff Brouillette TITLE District Manager Branch Manager Operations Manager CSR Operations Manager CSR III Years EXPERIENCES 23 Years Clerical/Purchasing/Customer Service/ Operations/Branch Management/District Management 25 Years Sales / Branch Management 16 Years 34 Years SALES/CUSTOMER SERVICE/PURCHASING 4 Years Operations 12 Years Clerical / CSR Customer Service / Purchasing / Operations CSR 1 Year CSR Account Manager CSR / Warehouse 30 Years CSR/ Field Installation/ Project Management 14 Years CSR Manager/Manufacterer Rep/ Backflow Teacher - FWPCOA/Sales Management/ Tammy CSR 6 Years CSR/ Operations Orsino Jimmy Rivera CSR 10 Years CSR/ Warehouse Manager Luis Rojas CSR 4 Years CSR/ Driver Paul Thomas Director of 21 Years Municipal Sales CSR, Municipal Sales, Manufacturers Rep., Municipal Sales Manager m m m m m m 0 '-<Z 0 v m o.= m n 3 3 3 3 d m of 3 F <p 3(1 3 3>? m m Si. om 3 Q °i 01 <�T 0 m m d b p 3 m co O O m 0. 0) m 3 r r 2 m m m m 0 m n n r -T1 r 3 a. N m r r m T r r m m r r' r m x 2.r r r m r r r r 40 0) CO mm r r 4- ld puelamei ld all!nuos)pe(` m` m r S rr %v 33 0 no Rn, 0 a H m i 7 O ivrrr z r A A A A A A A A A A A A m N 0 0 0 0 O W N N + 0 0 01 0 0 0 A O 0 W 0 0 0 -A N co t0 t0 + W+ 10 N O) + N V A N tO Ol 0 Co N N CO IT (0 O Cl) Co N V W16 0 71 0“ m W 0, '- 0 N'- W W'-IN-1r :f(11 A V V'- 710)(-00 1 m o. O O m m o m3 S m o '< S 0 0 0 �1 y 2 m m F m o c 3 D 0 0« Z 3 3 0 m o=i 3 3 y AA V x -13c <3-o to ,y, t�'o gd < < `" O=m—,d o dam m o ao»D� m =a m g o- o.A 0 ui m' $ m < < n m o 3 3 m£ m% m m o �' o o Q m m i m D • z = -t/+i O 0 m a CO D y 3 /n o° c o.. 3 d W O o r — ¢ (D < m �< c 3 3Fri < 0 O ill m m 17 m 10 3 3 0. o: 71 o rr o m Z m m 01 �< d m > > m d 0) w n m A O 2 c � 1 to O 'S z m 3 lT ,� 0 •'c m@ n 0, O o. ▪ n c y N m 0 0 s Z s 0 is O 3 Z O D A -1 O A JOI 01 43 Co Co Co CO t0 CO W tT N CO Ul A A W <O CO W W V CO CO tO J N N Oa N N N A A_ j 0 <T 0 0 0 0 01 ((TT 0 0 0 0 0 0 0 J W W W W O Q y 0 0 pD J -4 `V A 01 01 01 Ol Crip03 A A N (O t0 • N N m J p 91 J 01 0 0 A V V S WT 0 <No N_ J 0 m J N (0 0) Ql tll CO 01 �Q00• 4. W CO .74 417 C.,0. O W N (O T V N(0 <al W co pl m Oo V coA W A Ol O Ca 8 A (o CO (O N iJ. WWt O <T p_ (yl p - (NJ tJ N J V U <00 J W N CO 0 N V A CO V ol W-+ V 001 N A V 0 N CO 03 - CO CO 0200 0 0 0 0 O A + COCA CO N 0 09EV-9L9/0913 CO t0 t0 W 01 Co Co N A A W COO W W W J CO CDD (00 V O + A_ a 0 00 010 0) 0 0 N A <0T N N COoW A A N tT <a 0 W A W 0) N N W (0 0 0 U7 0 f :I- -4 V 0 CO W A V V A CO (D 01 V 0 W 0 J 0 0 0 0 A 01 01 O N (r O N CO t0 01 W 0 coal O 0 A N V ID V (� co N tlo N O W I. a J V CON NJ W (01 + 0) Al 0 N 0 A 0 0 N • CO N (T Co 0 W CO V W N 0 0 CO t0 CO N V CO 0 0 A •pl N N 6966-LEb/6EZ CO Co yy 0 V N (T 0 N N+ 0++ 0 W CO A 0++ 0 N 0+ V Co J CO A 01 01 0 m 0 N 0 0 0 O CO 0 W 0+ N 00 00 A+ 0(T W V (00 ✓ C• T 0 N CO N N N .n W y 0 U J 0 A+ A Z m o /Cil m w D a1 r �' m 01 w D 3 n ? N Z 2 ti o 0 0 0 o c • c o o w E l< c W H 2 9 C ool o. ..Z m a o y 'm • - m r c' m a m N N 'm m e 'v m `< y¢ d W 0 0 m 3 n m 0- 3» M O N 7.,--I , J a J O ». A io o m • a m (n O m O mC D a -< ,_,1 N 2'0 >> y W D Z 0 ▪ D y N N N T� a. N i i A 0 m CD !n V) U) tD 3 m A A m D 0 o C m V co co 0. -i-i-i-irn 0n A A v v A0 0E. 0 0N. 3 3 3 3ty) d ` m` r ?1 11 m *wii v Q m m o)0 m o o a m m 3 2 0 0 0. 3, 3' 3. 3, d o o m.< m 0w o m @ gm3 ��0 a���do �d 3 �.�N m o 0 - 0 o mmrrrrrrrrrrrrrrrr x 0 2 ym C O -1 Dg co A co N O 7 -4 W W W <.l (41 Ca 43 CD 43 CO C.0 � (�I ▪ ((��ol 43 43 9' 43((..11 0 CA) CO g <<..11 0 N V A l(NO Ol 01 43 (Nil N N Ca pAp N A p Jo O CONA W a--• - 0 V ( NT (AD COW((00 X011 V O + 0 0 CO O A W J N A A (0T A N 01 A (00 0 m m J W a W-3 N CO 0 - National anUGHES® \Vaterwjrks "One Team, One Bright Future" Detailed Approach to Service the Citv of Miami Beach National Waterworks — Hughes Supply has 3 branches within 40 miles of Miami Beach. Our normal hours of operation are from 7 AM to 5 PM Monday — Friday. Delivery of common materials on the contract will be accomplished with in 1-3 days ARO. Orders may be placed with distributor personnel through one of the following options: by phone, fax, or directly into the distributor system via online order entry. Delivery of materials will be dictated by the City of Miami Beach. The City may pick up materials from the distributor location or materials can be delivered either to a job site or to the City warehouse. Because the City of Miami Beach is interested in value added purchasing, I have included a timeline and training for some of our value added services. Timeline & Training: National Waterworks — Hughes Supply has many service oriented tools to offer the City of Miami Beach at no additional cost. Implementation strategy: Work is accomplished through the local branches and services provided by our corporate marketing and IT staff. All will be channeled through a single point of contact, Jeff Brouillette, the customer's Account Manager with National Waterworks — Hughes Supply. An initial planning meeting would be held. Part number interchange will be completed first, along with a detailed analysis of the customer's material requirements. Staff will be trained as each of the above services that best fit the customer's requirements are implemented. The timeline would be dependent upon the services provided, and some events would run concurrently. Based upon what services the City of Miami Beach decides to utilize, a typical implementation could consist of (per site or account): Bid award Implementation meeting (1 week) Part number interchange and inventory needs evaluation (2 weeks) Implementation of online services, procurement model, material expediting tools, and accounts payable processes, (2 weeks) Implementation of project management software and process, (2 weeks) The time line of communication will follow the outline above. The methods will be direct onsite visits and implementation planning meetings as required. On- site training will be provided as required as well as web based support training and helpdesk support via both the web and phone service. All steps would require some involvement by different parties within the accounts' organizations. Training time for each step is minimal. The greatest time requirement on the customer is inventory and service requirements analysis and possible software integration support if desired (work order integration, etc). Possible warehouse segregation is required for material management services such as VMI. Continued local and onsite support will be offered via the terms of the contract. Additionally, as a nationwide company, National Waterworks — Hughes Supply offers significant company resources to support the project. Manuals for all procedures and tools will be provided. On-site and web based training will be available at startup and for follow-up training. Emergency Response: National waterworks — Hughes Supply will provide an emergency call list at all times. The contact person will have access to the branch inventory and would coordinate with the City of Miami Beach for delivery or access to materials. For emergency material not stocked locally National Waterworks — Hughes Supply will use all possible contacts to get any items needed as quickly as possible. Through our integrated software system we access the inventory of 240+ branches. In addition we will utilize our contacts with other local utilities and utilities nationwide that are currently using our e-commerce system and also utilize our contacts with our vendors/manufacturers to expedite any emergency materials needed by Miami Beach. After contract award to National Waterworks — Hughes Supply, Jeff Brouillette will work with designated Utility personnel to establish an emergency response plan. INVITATION FOR BIDS PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 BID OPENING: AUGUST 1ST, 2006 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 www miamibeachfLgov F \PURC\BALL\Marra\Bids\0506\ITS-35-05-06 Purchase of Pipe and Fittings, Cast Ductile Iron and Coss Groy Iron \ITB 35-05-06 PURCHASE OF PIPE AND FIITINGS, CAST DUCTILE IRON AND CAST GRAY IRON doc MIAMI BEACH MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl goy PROCUREMENT DIVISION Tel: 305-673-7490, Fox: 305-673-7851 Invitation to Bid No. 35-05/06 PUBLIC NOTICE 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 1sT day of August, 2006 for: PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON 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 Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron 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. A pre-bid conference will be held on July 18th, 2006 at 10:00 a.m. at the City of Miami Beach City Hall, 4th Floor, City Manager's Small Conference Room, located at 1700 Convention Center Drive, Miami Beach Florida, 33139. Attendance (in person or via telephone) to this Pre-bid meeting is encouraged and recommended as a source of information but is not mandatory. Bidders interested in participating in the pre-bid meeting via telephone m ust follow these steps: (1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America) (2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (*) key). Bidders, who are interested in participating via telephone, please send an e-mail to mestevez@miamibeachfl.gov expressing your intent to participate via telephone. 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.aovbids.com/scripts/southflorida/public/home1.aso. If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214. June 30, 2006 Bid No 35-05/06 City of Miami Beach 2 of 30 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. 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 WEBSITE: htto://www.miamibeachfl.aov/newcity/dents/ourchase/bidintro.aso • CONE OF SILENCE -- ORDINANCE NO. 2002-3378 • CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879. • DEBARMENT PROCEEDINGS -- ORDINANC E 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, Gus Lopez, CPPO Procurement Director June 30, 2006 Bid No 35-05/06 City of Miami Beach 3 of 30 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamiboachfl.gov PROCUREMENT DIVISION Tel. 305.673.7490, Fax. 305-673-7851 NO BID NOTICE TO PROSPECTIVE BIDDERS 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. June 30, 2006 Bid No 35-05106 City of Miami Beach 4 of 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 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 S pecial 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. June 30, 2006 Bid No- 35-05/08 City of Miami Beach 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. 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, M iami Beach, FL 33139. June 30. 2006 Bid No 35-05/06 City of Miami Beach 6 o? 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 to/or 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. June 30. 2006 Bid No: 35-05/06 City of Miami Beach 7 of 30 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 of the 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. June 30, 2006 Bid No• 35-05/06 CO of Miami Beach 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 sub miffing the request will be responsible for its timely delivery. Any interpretation of the Bid, if made, will 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 June 30. 2006 Bid No 35-05106 City of Miami Beach 9 of 30 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 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 best value bidder. In determining the best value bidder, in addition to price, there shall be considered the f ollowing: 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 Contra ct. 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. June 30. 2006 Bid No. 35-05/06 City of Miami Beach 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 related parties 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. June 30, 2006 Bid No. 35-05/06 City of Miami Beach 11 of 30 1.48 REASONABLE ACCOMMODATION In 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. 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 June 30, 2006 Bid No: 35-05/06 City of Miami Beach 12 of 30 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. 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 w ith 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 with the 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 June 30. 2006 Bid No. 35-05/06 City of Miami Beach 13 of 30 the required insurance, the contractor must submit updated certificates of insurance for as long a period as any work is still in progress. 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 awardees 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. June 30, 2006 Bid No. 35-05/06 City of Miami Beach 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 of the insured against whom claim is made or suit is filed. June 30, 2006 Bid No 35-05/06 City of Miami Beach 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 Premises/ 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 $ .00 Liquor Liability $ .00 _ Fire Legal Liability $ .00 _ Protection and Indem nity $ .00 _ Employee Dishonesty Bond $ .00 Other $ .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 specificatioril insurance may be required within five (5) days -r bid opening. 1 -ick fq icr f} Sew tr. Ltd.'► ! Bidder 11 -)Signa re of Bidder and that evidence of this n9 es P & Management, Inc Its General Partner June 30, 2006 Bid No: 35-05/06 City of Miami Beach 16 of 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 13-05106 2.0 SPECIAL CONDITIONS 2.1 TERM OF CONTRACT: This contract shall remain in effect for a period of 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. 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 deemed as the best value bidders, as defined in General Conditions 1.38, whose bid will represent the Best Value 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. June 30. 2006 Bid No 35-05/06 City of Miami Beach 17 of 30 2.6 PRE-BID CONFERENCE/SITE INSPECTION: A pre-bid conference will be held on July 18th, 2006 at 10:00 a.m. at the City of Miami Beach City Hall, 4t Floor, City Manager's Small Conference Room, located at 1700 Convention Center Drive, Miami Beach Florida, 33139 2.7 CONTACT PERSON: The contact person for this Invitation to Bid is Maria Estevez. The contact person may be reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail: mestevezCahmiamibeachfl.gov Communications between a proposer, bidder, lobbyist or consultant and Procurement Staff is limited to matters of process or proced ure. 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. 2.10 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 eligibl e 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. June 30, 2006 Bid No 35-05/06 City of Miami Beech 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 autho rized 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. June 30, 2006 Bid No' 35-05/06 City of Miami Beach 19 0130 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. 2.26 CLIENT SURVEY: Please provide your client with Performance Evaluation Letter and Survey attached herein on pages 29 and 30, and request that your client submit the completed survey to the contact person listed on page 18. Contractors are required to send out Performance Evaluation Surveys to each of their clients. Contractors are also responsible for making sure their clients return the Performance Evaluation Surveys to the City. The City reserves the right to verify and confirm any information submitted in this process. Such verification may include, but is not limited to, speaking with current and former clients, review of relevant client documentation, site -visitation, and other independent confirmation of data. June 30. 2006 Bid No: 35-05/06 City of Miami Beach 20 of 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 3.0 MINIMUM SPECIFICATIONS 3.1. MATERIALS 3.1.1 The commodities to be purchased from this contract shall include Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron, and other related materials that may be required during the term of this contract. See attached Bid Proposal Form for a list of materials. 3.2. SCOPE OF SERVICES Successful bidder(s) will be required to supply and deliver Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron 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 ba sis 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 Bi d 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. June 30, 2006 Bid No: 35-05/06 Cdy of Miami Beach 21 of 30 HUGHES WATER & SEWER, LTD. Bid Proposal Page 1 of 28 Company Name We propose to furnish all labor, material, equipment, supervision and transportation necessary to supply and deliver on an as -needed basis, Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron as specified herein. GROUP A: SINGLE GASKETPUSH ON DUCTILE -IRON PIPE (CEMENT -LINED) (Price on a per foot basis) Estimated Estimated Item Description Annual Qty. Unit Cost Total Delivery Time 1. 3 -inch pipe, class 350 180' $ 11.90_ $_2142.00 30- 2. 4 -inch pipe, class 350 540' $ 9.53 $5,146.00 _ 7 3. 6 -inch pipe, class 350 720' $ 9.16 $ _6,595.00 7 4. 8 -inch pipe, class 350 720' $ 12.22 $_ 8,798.40 7 5. 10 -inch pipe, class 350 72' $ 15.78 $ _ 1,136.16 7 6. 12 -inch pipe, class 350 180' $ 20.26 $_3,646.80_ 7 7. 16 -inch pipe, class 250 180' $ 29.61 $_5,329.80_ 7 8. 20 -inch pipe, class 250 180' $ 40.07 $_7 212.60_ 14 9. 24 -inch pipe, class 200 100' $ 51.58 $_5,158.00 21 10. 30 -inch pipe, class 150 36' $ 69.77 $2 511.72 _ 21_ 11. 36 -inch pipe, class 150 36' $ 95.32 $_3 431.52_ 21 GROUP M110: CAST DUCTILE/GRAY-IRON FITTINGS, MECHANICAL JOINT, AND CONNECTING PIECES WITH ONE END FLANGED (CEMENT - LINED) (CONFORMING WITH ANSI/AWWA C110/A21.11-93) (Price on a per unit basis) Item Description 12. Fittings, 4 -inch Y's Tee's 90" 45" Estimated Annual Qty. Unit Cost 50 ea $ NA $ 228.73 $ 185.25 $ 185.25 Estimated Delivery Time 21 14 14 HUGHES WATER & SEWER, LTD. Bid Proposal Page 2 of 28 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ NA Regular Sleeve $ NA Plugs (solid) $ NA Plugs (Tap) $ NA Caps (solid) $ NA Caps (Tap) $ NA Reducers $ 157.01 14 Mega lugs (or "equal") $ 14.67 3 Accessories with gland $ 21.18 _ 3 Accessories without gland $ 7.62 3 Gland $ 13.55 3 13. Fittings, 6 -inch 50 ea Y's $ NA Tee's $ 334.35 14 90" $ 273.91 14 45" $ 245.68 14 Cross $ 495.87 _30_ Regular Sleeve $ _NA Plugs (solid) $ _NA_ Plugs (Tap) $ _NA_ Caps (solid) $ _NA_ Caps (Tap) $ NA_ Reducers $ 197.11 21 HUGHES WATER & SEWER, LTD. Bid Proposal Page 3 of 28 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Mega lugs (or "equal") $ _ 16.75_ 3 Accessories with gland $ 27.67 3 Accessories without gland $ 10.17 3 Gland $ 17.23 3 14. Fittings, 8 -inch 50 ea Y's $ NA Tee's $ 550.65 21 90" $ 390.26 21 45" $ 352.98 28 Cross $ _700.32 _21_ Regular Sleeve $ _NA_ Plugs (solid) $ NA_ Plugs (Tap) $ _NA_ Caps (solid) $ _NA_ Caps (Tap) $ NA_ Reducers $ 290.86_ 21_ Mega lugs (or "equal") $ 25.56 3 Accessories with gland $ 40.38 3 Accessories without glad $ 11.58 3 Gland $ 29.09 3 15. Fittings, 10 -inch 50 ea Y's $ NA Tee's $ NA Bid Proposal Page 4 of 28 Company Name Estimated Item Description Annual Qty. 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Glands 16. Fittings, 12 -inch 50 ea Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) HUGHES WATER & SEWER, LTD, Unit Cost $ 584.54_ $ 511.12 $ _1,106.95 $ NA NA $ NA $ _NA_ $ NA $ 376.14_ $ _37.83_ $ 28.80 $ _14.40_ $ _31.63 Estimated Delivery Time 14 14 28 21 3 3 3 3 $ NA $ _1,472.93 21_ $ 767.53 21 $ _ 781.64 _21 $ 1 472.36 _21_ $ NA $ NA $ NA HUGHES WATER & SEWER, LTD. Bid Proposal Page 5 of 28 Company Name Estimated Estimated Item Descrintion Annual Qty. Unit Cost Delivery Time Caps (solid) $ NA_ Caps (Tap) $ NA Reducers $ 606.57_ 21 Mega lugs (or "equal") $ _55.02_ 3 Accessories with gland $ _35.02_ _ 3 Accessories without gland $ _76.53_ 3 Glands $ _48.29_ 3 17. Fittings, 16 -inch 25 ea Y's $ _NA_ Tee's $ 2 804.09 _ _21_ 90" $ 1 379.17 21 45" $ 1 556.51 21 Cross $ 2,643.70 21 Regular Sleeve $ NA_ Plugs (solid) $ NA Plugs (Tap) $ NA Caps (solid) $ NA Caps (Tap) $ NA Reducers $ 1114.86 21_ Mega lugs (or "equal") $ 100.33 3 Accessories with gland $ 113.52 3 Accessories without gland $ 25.70 3 Gland $ _ 70.88_ 3 Bid Proposal Page 6 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time 18. Fittings, 20 -inch 25 ea Y's $ NA Tee's $ _5,067.70_ 28_ 90" $ NA 21 45" $ 2,012.85 _21_ Cross $ NA Regular Sleeve $ NA Plugs (solid) $ NA_ Plugs (Tap) $ NA_ Caps (solid) $ NA Caps (Tap) $ NA_ Reducers $ 2,065.94 28 Mega lugs (or "equal") $ 176.24 3 Accessories with gland $ 216.87 3 Accessories without gland $ NA_ Gland $ 125.94 1-3 19. Fittings, 24 -inch 25 ea Y's $ NA Tee's $ 6,031.20 28 90" $ 4 523.26 28 45" $ 2,964.49 28 Cross $ NA Regular Sleeve $ NA Bid Proposal Page 7 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Plugs (solid) $ _ NA_ Plugs (Tap) $ _ NA Caps (solid) $ NA_ Caps (Tap) $ NA Reducers $ 2120.72 28 Mega lugs (or "equal") $ 213.12 7 Accessories with gland $ 259.23 7 Accessories without gland $ NA Gland $ 216.31 7 20. Fittings, 30 -inch 25 ea Y's $ NA Tee's $ _13 792.30 _28_ 90" $ NA 45" $ NA Cross $ NA Regular Sleeve $ NA Plugs (solid) $ NA Plugs (Tap) $ NA Caps (solid) $ NA Caps (Tap) $ NA Reducers $ NA Mega lugs (or "equal") $ 560.08 14_ Accessories with gland $ 480.62 14_ Bid Proposal Page 8 of 28 Company Name item Description HUGHES WATER & SEWER, LTD. Estimated Estimated Annual Qtv. Unit Cost Total Delivery Time Accessories without gland Gland $ NA $ 471.87 14 GROUP M153: CAST DUCTILE -IRON FITTINGS, MECHANICAL JOINT (CEMENT - LINED) (CONFORMING WITH ANSI/AWWA C153/A21.11-53-94) (Price on a per unit basis) item Description Estimated Estimated Annual Qtv. Unit Cost Total Delivery Time 21. Fittings, 3 -inch 75 ea Y's $ _121.99_ 14 Tee's $ _54.78_ 14 90" $ 38.40 14 45" $ _33.32_ 14 Cross $ _80.76_ 14 Regular Sleeve $ _41.79_ 14 Plugs (solid) $ _17.51_ 14 Plugs (Tap) $ _29.93_ 14 Caps (solid) $ _17.51_ 14 Caps (Tap) $ _30.50_ 14 Reducers $ _36.71_ 14 Mega lugs (or "equal") $ _13.37_ 14 Accessories with gland $ 13.27_ 14 Accessories without gland $ 7.06_ 14 Gland $ 5.65_ 14 Bid Proposal Page 9 of 28 Company Name Item Descriotion HUGHES WATER & SEWER, LTD. Estimated Estimated Annual Qty. Unit Cost Total Delivery Time 22. Fittings, 4 -inch 75 ea Y's $ 134.98 14 Tee's $ 64.38 3 90" $ 42.36 3 45" $ 38.97 3 Cross $ 96.58 3 Regular Sleeve $ 41.79 3 Plugs (solid) $ 17.51 3 Plugs (Tap) $ 29.93 3 Caps (solid) $ 16.94 3 Caps (Tap) $ 30.50 3 Reducers $ 36.71 3 Mega lugs (or "equal") $ 14.24 3 Accessories with gland $ 12.99 3 Accessories without gland $ 7.62 3 Gland $ 5.37 3 23. Fittings, 6 -inch 75 ea Y's $ 167.74 14 Tee's $ 94.32 3 90" $ 68.34 3 45" $ 59.30 3 Cross $ 136.11 3 Regular Sleeve $ 64.38 3 Bid Proposal Page 10 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Plugs (solid) $ 28.24 3 Plugs (Tap) $ 40.66 3 Caps (solid) $ 25.98 3 Caps (Tap) $ 40.10 3 Reducers $ 46.31 3 Mega lugs (or "equal") $ 16.75 3 Accessories with gland $ 16.94 3 Accessories without gland $ 10.17 3 Gland $ 6.21 3 24. Fittings, 8 -inch 75 ea Y's $ 249.63 14 Tee's $ 141.76 3 90" $ 106.18 3 45" $ 92.06 3 Cross $ _194.28_ 3 Regular Sleeve $ _84.72_ 3 Plugs (solid) $ 41.23_ 3 Plugs (Tap) $ _54.78_ 3 Caps (solid) $ 41.23_ 3 Caps (Tap) $ _56.48_ 3 Reducers $ _66.64_ 3 Mega lugs (or "equal") $ _25.56_ 3 Accessories with gland $ 20.05_ 3 Bid Proposal Page 11 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Item Descriotion Annual Qty. Unit Cost Estimated Delivery Time Accessories without gland $ 11.58_ 3 Gland $ 8.47_ 3 25. Fittings, 10 -inch 75 ea Y's $ 519.59 14 Tee's $ 202.19 3 90" $ 160.40 3 45" $ 125.94 3 Cross $ _296.51 3 Regular Sleeve $ _101.66_ 3 Plugs (solid) $ 65.51_ 3 Plugs (Tap) $ _72.29_ 3 Caps (solid) $ _62.12_ 3 Caps (Tap) $ _70.60_ 3 Reducers $ 91.49_ 3 Mega lugs (or "equal") $ _37.83_ 3 Accessories with gland $ _25.70_ 3_ Accessories without gland $ _14.40_ 3 Gland $ 11.58_ 3 26. Fittings, 12 -inch 75 ea Y's $ 705.97 14 Tee's $ 137.24 3 90" $ 214.61 3 45" $ _173.39_ 3 Bid Proposal Page 12 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ 375.01 3 Regular Sleeve $ 137.24 3 Plugs (solid) $ 77.37 3 Plugs (Tap) $ 88.67 3 Caps (solid) $ 137.24 3 Caps (Tap) $ 78.50 3 Reducers $ 133.29 3 Mega lugs (or "equal") $ 55.02 3 Accessories with gland $ 28.52 3 Accessories without gland $ 15.53 3 Gland $ 13.84 3 27. Fittings, 16 -inch 10 ea Y's $ _1,982.92 Tee's $ 785.60 90" $ 558.00 45" $ 421.32 Cross $ 1,265.09 Regular Sleeve $ _350.72 Plugs (solid) $ _247.94_ Plugs (Tap) $ _268.83_ Caps (solid) $ _219.70_ Caps (Tap) $ 246.24_ Reducers $ _391.39_ 14 14 14 14 14 14 14 14 14 14 14 Bid Proposal Page 13 of 28 Company Name HUGHES WATER & SEWER, LTD. Item Description Estimated Annual Qty. Unit Cost Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 28. Fittings, 20 -inch 10 ea Y's $ NA Tee's $ _1,673.99 90" $ 1,160.61 45" $ 957.29 Cross $ _ NA_ Regular Sleeve $ _704.84_ Plugs (solid) $ 399.29 Plugs (Tap) $ 524.11 Caps (solid) $ 395.91 Caps (Tap) $ 459.72 Reducers $ _1,096.22 Mega lugs (or "equal") $ 176.24 Accessories with gland $ 127.92 Accessories without gland $ NA_ Gland $ 102.79 29. Fittings, 24 -inch 10 ea $ 100.33_ $ _64.10_ $ _25.70 $ _39.82 Y's Tee's Estimated Delivery Time 3 3 3 3 21 21 21 21 21 21 21 21 21 7 7 7 7 $ NA_ 28 $ _2,614.90 28 Bid Proposal Page 14 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qtv. Unit Cost Delivery Time 90" $ 1 873.35 28 45" $ _1,396.68 28 Cross $ _NA 28 Regular Sleeve $ _1 026.19 28 Plugs (solid) $ 816.10 28 Plugs (Tap) $ 820.05 28 Caps (solid) $ 861.84 28 Caps (Tap) $ 922.27 28 Reducers $ _1 416.45 _28_ Mega lugs (or "equal") $ 213.12 14 Accessories with gland $ 140.35 14 Accessories without gland $ _NA_ 14 Gland $ 106.46 14 GROUP 0: CAST DUCTILE/GRAY-IRON FITTINGS, MECHANICAL JOINT, AND CONNECTING PIECES WITH ONE END FLANGED (POLYETHLENE/CERAMIC EPDXY LINE) (Price on a per unit basis) Estimated Estimated Item Description Annual Qtv., Unit Cost Delivery Time 30. Fittings, 8 -inch 75 ea Y's $ 298.27_ 28_ Tee's $ 190.61_ _14_ 90" $ 157.67_ 14 45" $ _141.78_ 14 Cross $ 287.68_ 28 Bid Proposal Page 15 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Descriotion Annual Qty. Unit Cost Delivery Time Regular Sleeve $ _128.84_ 14_ Plugs (solid) $ 47.06_ 14_ Plugs (Tap) $ 85.30 14 Caps (solid) $ _65.89_ 14 Caps (Tap) $ 90.60_ 14_ Reducers $ _108.84_ 28_ Mega lugs (or "equal") $ _25.56_ 3 Accessories with gland $ 20.05_ 3 Accessories without gland $ 11.58_ 3 Gland $ 8.47_ 3 31. Fittings, 9 -inch 75 ea Y's $ NA Tee's $ NA 90" $ NA 45" $ NA Cross $ _NA_ Regular Sleeve $ NA_ Plugs (solid) $ _NA_ Plugs (Tap) $ _NA_ Caps (solid) $ NA_ Caps (Tap) $ _NA_ Reducers $ _NA_ Mega lugs (or "equal") $ _NA_ Bid Proposal Page 16 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Descriotion Annual Qty. Unit Cost Delivery Time Accessories with gland $ _NA_ Accessories without gland $ _NA_ Gland $ _NA_ 32. Fittings, 10 -inch 75 ea Y's $ 492.41_ -28 Tee's $ 290.03 14 90" $ 246.50 14 45" $ 195.32 14 Cross $ 426.52_ 14 Regular Sleeve $ _163.55_ 14_ Plugs (solid) $ _92.95_ 14 Plugs (Tap) $ _111.78_ 14_ Caps (solid) $ _91.19_ 14_ Caps (Tap) $ _110.01_ 14_ Reducers $ _131.19 14 Mega lugs (or "equal") $ 37.83 _ 3 Accessories with gland $ _25.70_ 3 Accessories without gland $ _14.40_ _ 3 Gland $ _11.58_ _ 3 33. Fittings, 12 -inch 75 ea Y's $ 771.86_ 28 Tee's $ _359.45_ 14_ 90" $ 290.03 14 Bid Proposal Page 17 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time 45" $ 255.91 14 Cross $ 554.18 _14_ Regular Sleeve $ 204.73 14_ Plugs (solid) $ 118.84 14_ Plugs (Tap) $ 138.25 _14_ Caps (solid) $ 110.01 14 Caps (Tap) $ 135.31 14 Reducers $ 174.73 28 Mega lugs (or "equal") $ 55.02 3 Accessories with gland $ 28.52 3 Accessories without gland $ 15.53 3 Gland $ 13.84 3 34. Fittings, 16 -inch 75 ea Y's $ _1,966.11_ _28_ Tee's $ 855.98_ 21 90" $ 667.73 21 45" $ 548.89_ _21_ Cross $ 1,276.03_ 21 Regular Sleeve $ 474.76 _21_ Plugs (solid) $ 305.92 _21_ Plugs (Tap) $ 323.57 _21_ Caps (solid) $ 286.50 _21_ Caps (Tap) $ 310.04 _21_ Bid Proposal Page 18 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Reducers $ 438.83 _21_ Mega lugs (or "equal") $ 100.33 3 Accessories with gland $ 64.10 3 Accessories without gland $ 25.70 3 Gland $ 39.82 3 35. Fittings, 20 -inch 75 ea Y's $ NA Tee's $ _1,800.21 _28_ 90" $ _1,300.74 _28_ 45" $ _1,051.89 _28_ Cross $ _NA_ _28_ Regular Sleeve $ 858.34 _28_ Plugs (solid) $ 485.35 _28_ Plugs (Tap) $ 661.84 _28_ Caps (solid) $ 429.46 _28_ Caps (Tap) $ 510.06 _28_ Reducers $ _1,227.82 _28_ Mega lugs (or "equal") $ 176.24 7 Accessories with gland $ 127.92 7 Accessories without gland $ NA_ Gland $ 102.79 7 Bid Proposal Page 19 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Descriation Annual Qty. Unit Cost Delivery Time 36. Fittings, 24 -inch 75 ea Y's $ NA Tee's $ 261.80 28 90" $ _1,970.23_ 28 45" $ 548.89 28 Cross $ _NA_ Regular Sleeve $ _1,178.37_ 28_ Plugs (solid) $ _729.50_ _28_ Plugs (Tap) $ _827.74_ 28_ Caps (solid) $ _683.02_ _28_ Caps (Tap) $ _723.61_ _28_ Reducers $ _ 1,586.45_ _28_ Mega lugs (or "equal") $ _213.12_ 14 Accessories with gland $ _140.35_ 14 Accessories without gland $ _NA_ Gland $ 106.46 _14_ 37. Fittings, 36 -inch 100 ea Y's $ _NA_ Tee's $ _8,428.90_ 35 90" $ _5,818.70_ 35 45" $ _5,295.03_ _35_ Cross $ 10,651.03_ _35_ Regular Sleeve $ _2,972.31_ _35_ Bid Proposal Page 20 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qtv. Unit Cost Delivery Time Plugs (solid) $ _2,733.37 _35_ Plugs (Tap) $ _2,780.33 _35_ Caps (solid) $ _2,471.51 35 Caps (Tap) $ _2,517.94 _35_ Reducers $ _NA_ Mega lugs (or "equal") $ 716.71 14 Accessories with gland $ 462.55 14 Accessories without gland $ NA_ Gland $ 318.25 14 GROUP W: CAST DUCTILE/GRAY-IRON FITTINGS, FLANGED (CEMENT LINE) (Price on a per unit basis) Estimated Estimated Item Description Annual Qtv. Unit Cost Delivery Time 38. Fittings, 4 -inch 20 ea Y's $ 163.22 14 Tee's $ 103.92 14 90" $ 71.73 14 45" $ 67.77 14 Cross $ 175.64 _14 Regular Sleeve $ _NA_ Plugs (solid) $ _NA Plugs (Tap) $ _NA_ Caps (solid) $ _NA_ Caps (Tap) $ _NA_ Bid Proposal Page 21 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Reducers $ 100.53 14 Mega lugs (or "equal") $ _NA_ Accessories with gland $ _NA_ Accessories without gland $ _NA_ Gland $ _NA_ 39. Fittings, 6 -inch 20 ea Y's $ 268.27_ 14 Tee's $ 153.05 14 90" $ 103.92 14 45" $ 92.62 14 Cross $ _417.37 _14 Regular Sleeve $ _NA_ Plugs (solid) $ NA_ Plugs (Tap) $ _NA_ Caps (solid) $ _NA_ Caps (Tap) $ _NA_ Reducers $ _147.97_ 21 Mega lugs (or "equal") $ _NA_ Accessories with gland $ _NA_ Accessories without gland $ _NA_ Gland $ NA Bid Proposal Page 22 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qtv. Unit Cost Delivery Time 40. Fittings, 8 -inch 20 ea Y's $ _458.03_ _14 Tee's $ _262.62_ 14_ 90" $ _167.74_ _14 45" $ _146.28_ _14 Cross $ 388.00_ _14 Regular Sleeve $ _NA_ Plugs (solid) $ _NA_ Plugs (Tap) $ _NA_ Caps (solid) $ _NA_ Caps (Tap) $ _NA_ Reducers $ 218.57_ 14 Mega lugs (or "equal") $ _NA_ Accessories with gland $ _NA_ Accessories without gland $ _NA_ Gland $ _NA_ 41. Fittings, 10 -inch 20 ea Y's $ _737.03_ _14_ Tee's $ _455.77_ 14_ 90" $ 272.79_ 14 45" $ 262.05_ 14 Cross $ 745.50_ _14 Regular Sleeve $ NA_ Bid Proposal Page 23 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Item Descriotion Annual Qty. Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 42. Fittings, 12 -inch 20 ea Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega lugs (or "equal") Accessories with gland Estimated Unit Cost Delivery Time $ NA $ NA_ $ NA_ $ NA $ 310.06 14 $ NA $ NA $ NA_ $ NA $ _1,113.17_ 14 $ _622.94_ 14 $ 416.80_ 14 $ 373.31_ 14 $ _ 1,013.20_ 14 $ _NA_ $ NA_ $ NA $ NA $ NA $ 532.02 14 $ NA $ NA Bid Proposal Page 24 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Accessories without gland $ _NA_ Gland $ _NA_ 43. Fittings, 16 -inch 50 ea Y's $ _2,512.67_ 21 Tee's $_1,635.58_ 21 • 90" $ 969.71_ _21 45" $ _981.01_ 21 Cross $ _ 1,858.67_ _21_ Regular Sleeve $ NA_ Plugs (solid) $ NA_ Plugs (Tap) $ NA_ Caps (solid) $ NA_ Caps (Tap) $ NA_ Reducers $ _1,180.37_ 21 Mega lugs (or "equal") $ NA_ Accessories with gland $ NA Accessories without gland $ NA_ Gland $ NA_ 44. Fittings, 20 -inch 10 ea Y's $ _4,315.43_ 21 Tee's $ _3,122.06_ 21 90" $ _2,037.70_ 21 45" $ _1,529.97_ 21 Bid Proposal Page 25 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ _3,703.21_ 21 Regular Sleeve $ _NA Plugs (solid) $ _NA Plugs (Tap) $ _NA Caps (solid) $ NA Caps (Tap) $ _NA Reducers $ _2,106.60_ _21 Mega lugs (or "equal") $ _NA_ Accessories with gland $ _NA_ Accessories without gland $ _NA_ Gland $ NA_ 45. Fittings, 24 -inch 10 ea Y's $ _7,273.70_ 35 Tee's $ _4,671.23_ 28 90" $ _3,379.60_ 28 45" $ _2,173.24_ _28 Cross $ _5,626.83_ 28 Regular Sleeve $ _NA_ Plugs (solid) $ _NA_ Plugs (Tap) $ _NA_ Caps (solid) $ NA_ Caps (Tap) $ NA Reducers $ _3,012.50_ 28 Bid Proposal Page 26 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Mega lugs (or "equal") $ _NA_ Accessories with gland $ _NA_ Accessories without gland $ _NA_ Gland $ _NA_ 46. Fittings, 30 -inch 25 ea Y's $ NA Tee's $ _7,862.20_ 35 90" $ _4,854.22_ 35 45" $ _3,791.88_ 35 Cross $ _8,563.08_ _35 Regular Sleeve $ NA_ Plugs (solid) $ _NA_ Plugs (Tap) $ _NA_ Caps (solid) $ _NA_ Caps (Tap) $ _NA Reducers $ _4,188.92_ 35 Mega lugs (or "equal") $ _NA_ Accessories with gland $ _NA_ Accessories without gland $ _NA_ Gland $ _NA_ 47. Fittings, 36 -inch 25 ea Y's $ NA Tee's $ 10,809.74 _60 Bid Proposal Page 27 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time 90" $ _8,018.64 45_ Plugs (solid) $ _NA_ Plugs (Tap) $ _NA_ Caps (solid) $ _NA_ Caps (Tap) $ _NA_ Reducers $ NA Mega lugs (or "equal") $ _NA_ Accessories with gland $ NA_ Accessories without gland $ _NA_ Gland $ NA 48. Offset 30 ea Offset 4" x 12", MJ X PE $ 359.76 14 Offset 4" x 12", MJ $ 332.65 14 Offset 4" x 18", MJ $ 432.62 14 Offset 4" x 24", MJ $ 521.85 14 Offset 6" x 12", MJ, CLASS 110 $ 438.26 _14 Offset 6" x 12", MJ X PE $ 460.29 21 Offset 6" x 18", MJ, CLASS 110 $ 510.55 _14 Offset 6" x 18", MJ X PE $ 535.97 _21 Offset 6" x 24", MJ CLASS 110 $ 641.02 28 Offset 20" x 12", MJ $ 3,262.69 28 Offset 20" x 18", MJ $ 4 049.42 28 Offset 8" x 12", MJ $ 707.66 _14_ Bid Proposal Page 28 of 28 Company Name HUGHES WATER & SEWER, LTD. Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Offset 8" x 18", MJ $ 778.82 21 Offset 10" x 12", MJ $ 942.04 21 Offset 12" x 12", MJ $ 1,230.07 21 Offset 12" x 18", MJ $ _1,530.53 _28 TOTAL (Line items 1-48) $ 12,562,010.05 All delivery times would be evaluated depending on your stock levels and usage. Many of these items are in stock at one of our Local warehouses and can be delivered with In 1 day. PURCHASE OF CAST DUCTILE IRON AND PIPE AND FITTINGS BID # 35-05/06 I ,� JJ / COMPANY NAME: a,,r5l. cs ig •jer ' Se Uler , L -'f cf Bid Proposal Page 3 of 4 31. Balance of Line: (This fixed discount shall reflect percentage off the contractor's 7 standard pricing) 4/4 %off Warranty: YfiQ r Years Estimated Delivery from receipt of order: /» I/5 calendar days Minimum order requirements: $ 47,9 Delivery charge for less than minimum order value: $ /%Q June 30, 2006 Bid No: 35-05/06 City of Miami Beach 24 of 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 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 BE7UBMITTED INDUPLICATE. SUBMITTED BY:-A/4i <I i-/ /fl? > COMPANY NAME: SIGNED: HUGHES WATER & SEWFR,1 TD _ (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. 3: NAME/TITLE(Print): ADDRESS: CITY/STATE: TELEPHONE NO: FACSIMILE NO: FEDERAL I.D.#: Insert Date Insert Date Addendum No. 2: Addendum No. 4: Insert Date q Insert Date G;ciYn Pk 41.,11 S 3 HUGHES WATER & SEWER, LTD, 16SIC NW q,d /errQ¢e, .''cup Tr JOg 1'Y),"Grn: F(_ ZIP: 3317X 30C- y-77-,238 J 7105 - 03-c550Ng 1 June 30, 2008 Bid No: 35-05106 City of Miami Beach 25 of 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 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 S ection 1.1 Special Conditions Section 2.22 X Execution of Bid General Conditions S ection 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 S ection 1.26 General Conditions S ection 1.58 Bid Guaranty/Performance Bond N/A General Condition S ection 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) June 30, 2006 Bid No. 35-05/06 City of Miami Beach 26 o/ 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disquali fication from award of this bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By HUGHES WATER & SEWER, LTD. Principal Office \ Ou 1 C en3 �-' cv)- tc c �� . I \ a, -i f 1- L =3 3u7 5i How many years has your or nization been in business under your present business name? )- T,,,;aAa Does your organization have current occupational licenses entitling it to do the work/service contemplated in this Contract? Un. Se -e c` {} c k t 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? T (() 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 June 30. 2006 Bio No. 35-05/06 City of Miami Beach 27 of 30 z : •-:`, -"P. 1-• l'c' ••• 4 !"' i -t. ,1 , 7! .' L.: •” •-.. -: it 1.C.; ....• r.4 .--. .4 tr, ri ;-.3L, . s.... .:, _ fri I “ ‘ • -! _r, i.“4 ---: .-- •-.! 'j •g. :22i' 11 fi 4 (.1 T: :•••••4 1-4 C.," ;r: ..e. '11 l'ir "1-. ail .c.; i ;V 4 1....i ,-4 .1 ..Z. 01 7:‘,. CI t; 7 :? -11 i41 (.; el . I a : (.1 '. hj tn ., e! 21 il:a ., -al 1::: 71 rii-; P . .,-. • ili„.'t•...N-,,, :Ife.),' a tin ..t, 1 ZT1 71 c: ',C ;; t ;_ C-i- Z477C& ' F) !,.-4 ..^"... .7) • titit 1 •j 1.-; It, .' "itt rn :II ••••-, 3, . ':... C ...2 7.1„-e;h3r.v. 1,231,4,a. Q: iT i-titt--71:;-azcrirrit'ar--I•tz,L,,.....,An - P i,' f ' ---1 '&311htl CIPT .,..., -.,,',..-,- • :',....., 0 i! Ir. .r, i. - d !., S;i:::.:7: 1:121.4.111;111/412ySt W: Re.: ....a*. :L.. .5Z .i., te itz2,7, 14; 0 4....i ‘,.. • ,:,.0:1CI. •"L'', ' 'MO ri- ' ..-, q, all i• •".!,,.17, 3.-,,:-./. : Alt -2..2;-.• r., Z,icie 7.1.:_rit p ::1'..t2:i;.•i_12.••••1-, ,• :: --. I: V.• ••-•••• , ....r,r .,, ficFp. t.:, ,' . ...._.....„ 4 '. a'tf•a- 1- t d° I . :c1.°.`.-s.::;..24:'J zi • • r- • " - ry .•t2.1.• Er e", 4...1 t 4V ii, 1! it L:IL•I',WL.- La ,!tr-1.*- i N Ll V4- i h ri 77,41.HeekkIif....S114.-S:):11;, 74t-ri.t4.14,* . *1.#i .:674e_4----.14,, tC722..IA4,-.9.t..A to If; I 11 " ;Ca •1 %nit?' ttalt ' I .13 - ,zi 474 hTodit. ,f -•53-arr.i 1 Z '71 ril '-"•It.74 1 2 ; 0. (7, • .2-J% rel. 't.t.'; c'e ;••• •-•:. r721 ,- :::2 i .5E : co t : cr: ..-- ex, c1 -4 :-5 -7= .1c. -43 C O 1:- ,F): ,, t, ,, car.: • N .i.S (IC C.; • o ctis• :-. r.t; c.:." cb. N a VI hy 0.1 .. PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 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 entiti s (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. 1°. 1 I HEREBY CEIjTIFY/that the abov1 answers are true and correct. Hu, he (i)st 8y: Hughes GP & Management, Its eseisklbyner (SEAL) June 30. 2006 Bid No 35-05/06 City of Miami Beach 28 of 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 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 June 30, 2006 To: Phone: Fax: E-mail: Subject: Performance Evaluation of HUGHES WATER & SEWER. LTD. Number of pages including cover: 2 To Whom It May Concern. The City of Miami Beach has implemented a process that collects past performance information on various bidders that provide pipe and fittings, cast ductile, and cast gray iron supplies. The information will be used to assist City of Miami Beach in the procurement of various purchases. The company/bidder listed in the subject line has chosen to participate in this program. They have listed you as a past client that they have done work for. Both the company/bidder and City of Miami Beach would greatly appreciate you taking a few minutes out of your busy day to complete the accompanying questionnaire. Please review all items in the following attachment and answer the questions to the best of your knowledge. If you cannot answer a particular question, please leave it blank. Please return this questionnaire to Maria Estevez by Tuesday, August 8, 2006 by fax: 305.673.7851; or e-mail mestevezlahmiamibeachfl.aov Thank you for your time and effort. Gus Lopez, CPPO Procurement Director June 30, 2006 Bid No. 35-05/06 City of Miami Beach 29 of 30 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 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 PERFORMANCE EVALUATION SURVEY Contractor Name: Point of Contact: Phone and e-mail: Please evaluate the performance of the contractor/ bidder (10 means you are very satisfied and have no questions about hiring them again, 5 is if you don't know and 1 is if you would never hire them again because of very poor performance). NO CRITERIA UNIT 1 Ability to fill purchase orders accurately (1-10) Ability to maintain delivery schedule (on-time / conforming to ( ) 2 1-10 regulated delivery hours or early) 3 Professionalism and ability to manage (includes responses and (1-10) prompt payments to suppliers and subcontractors) 4 Professionalism of delivery services (1-10) 5 Condition of products at delivery (1-10) 6 Quality of Products (1-10) 7 Ability to provide products under emergency conditions (1-10) Overall customer satisfaction based on performance and quality of 8 products (1-10) Overall Comments: Agency or Contact Reference Business Name: Contact Name: Contact Phone and e-mail: Date of Services: Dollar Amount for Services: PLEASE FAX THIS QUESTIONAIRE TO MARIA ESTEVEZ AT 305.673.7851 June 30, 2006 Bid No 35-05/06 City of Miami Beach 30 of 30 CA 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 July 14, 2006 RE: ADDENDUM NO. 1 TO INVITATION TO BID (ITB) No. 35-05/06 — PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON (The "Bid") The RFP is hereby clarified and amended as follows: I. The Conference Room for the pre-bid conference scheduled for July 18th, 2006 at 10:00 a.m. has been changed from City Manager's Small Conference Room to the Public Works Department's Conference Room located at the City of Miami Beach City Hall, 4th Floor. 1700 Convention Center Drive, Miami Beach, Florida II Section 2.0 on page 17, Subdivision 2.2, entitled "Method of Award", is revised (words added are denoted by an underscore' words deleted are denoted by a eNikethrough) to read as follows: 2.2 METHOD OF AWARD Award of this contract may be made to the primary and secondary deemed as the best value bidders, as defined in General Conditions 1.38, whose bid will represent the Best Value 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. In the determinina the lowest and best bidder, the City will utilize the "Best Value" Procurement process to select a vendor with the experience and aualifications; the ability: capability. and capacity: and proven oast successful performance in orovidina prompt and efficient service in the delivery of medical supplies. The following evaluation criteria will be utilized by the City: 1. The experience and aua lifications of the vendor (15 points). 2. Customer service team (15 points). 3. Cost (20 points). 4. Detailed approach as to how vendor will manage the City's account. (20 points). 5. Risk Assessment Plan for ensuring quality of service (15 points). 6. Past performance based on number and aualitv of the Performance Evaluation Surveys (15 points) July 14. 2006 (Amended) City of Miami Beach RFP No: 35-05/08 Bidders must submit the following information as it relates to the evaluation criteria: a) Qualifications of the Firm Introduction letter outlinina the firm's experience. Qualifications and structure: provide oast experience to support the aualifications of the submitter and a comoanv overview. b) Customer Service Experience and aualifications of customer service representatives handlina the City's account. c) Cost Information Cost information must be submitted with your Bid. and if selected as successful bidder. the City reserves its riahts. in the City's best economic interest. to neaotiate the or000sed cost. d) Detailed Aooroach Vendor must possess personnel. equipment and oraanization necessary to satisfactorily service the City of Miami Beach account durina both normal operations and in the event of emeraencv continaencies (such as hurricanes. pandemics. floods or any event that would interfere with normal business operations) in order to ensure timely delivery of medical supplies. The contractor shall submit a detailed approach that addresses at a minimum the following: • A listina of comoanv warehouses or branches. • ()aeration schedule and customer service oolicv. • Description of the firm operations under normal conditions and how disasters or special events are handled. • Description of the orderina to delivery process. lead times. distribution network. inventory policy. e) Risk -Assessment Plan (RAP): See Attached Risk Assessment Plan Guide and Risk Assessment Format All firms must submit a Risk -Assessment Plan (RAP). The RAP must not be lonaer than two oaaes front side of oaae only. The RAP should address the followina items in a clear and aeneric lanauaae: (1) What are the risks involved. (Areas that may cause the vendor not to deliver on time. cause any chance orders or price increases. or be a source of dissatisfaction to the customer). (2) Explanation of how the risks will be avoided or minimized. (3) Propose any options that could increase the value of this contract. (4) Explain the benefits of the Risk Assessment Plan. Address the aualitv and oerformance differences in terms of risk minimization that the City can understand and what benefits the notion will provide to the user. No brochures or marketina pieces. f) Past Performance Information Past performance information will be collected on all firms by means of the Performance Evaluation Survey. Bidders are reauired to send out the Performance Evaluation Survey and Letter provided in oaaes 29-30 of this Invitation to Bid to each of their clients. Bidders are also responsible for makina sure their clients return the Performance Evaluation Surveys July 14, 2006 (Amended) RFP No: 35-05106 City of Miami Beach to the City. The City reserves the right to verify and confirm any information submitted in this process. Such verification may include. but is not limited to. sDeakina with current and former clients. review of relevant client documentation. site -visitation. and other independent confirmation of data. The City Manaaer's designated representatives may conduct interviews with any/ all bidders orior to award. Upon approval by the City Commission of contract award. the City Administration will neaotiate with the too -ranked vendor(s). III. Subsequent addenda will follow to answer questions by prospective bidders. Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a proposal must complete and retum the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. CITY OF MIAMI BEACH Gus Lopez, CP PO Procurement Director F:\PURC\$ALL\Maria \RFP'S\05-06\RFP-15.05.06 Derelict Vessels \RFP-15-05-06A2.doc July 14, 2006 (Amended) RFP No 35-05/06 City of Miami Beach Risk Assessment Plan Guide Introduction The purpose of the Risk Assessment (RA) plan is to capture the vendor's ability to preplan (identify the risks on a future project in terms of cost ($), time, and client expectation and performance). The RA plan is used to: 1. Assist the client in prioritizing firms based on their ability to understand the risk of a project. 2. Provide high performing vendors the opportunity to differentiate themselves due to their experience ad expertise. 3. Giving the competitive edge to experienced companies who have done the type of work before, who can see the job from beginning to end, and who know how to minimize the risk. 4. Provide a mechanism for the high performers to regulate the low performers by ensuring that if they are not selected, the selected company will minimize the risk and provide the client with a comparable performance. Vendors should keep in mind that RA plan is only one step in the selection process. If all the RA plans are the same, the RA plan will have little impact in the selection (other factors, such as past performance and interview will dictate the selection). The RA plan will become oart of the contract. RA Plan Format The format for the RA plan is attached. The RA Plan should clearly address the following item s in a non-technical manner. 1. List and prioritize major risk items or decisions to be made that are unique to this project. This includes items that may cause the project to not be completed on time, not finished within budget, generate and change orders, or may be a source of dissatisfaction for the owner. Attach a cost ($), time extension, or quality differential for every risk. 2. Explain how the vendo r will avoid / minimize the risk. If the vendor has a unique method to minimize the risk, it should be explained in non-technical terms. 3. Propose any options that could increase the value (expectation or qu ality) of their work. List any value or differential that the vendor is bringing to the project. 4. Attach a schedule with up to six major milestones and weeks of each m ajor task. No names!!! — In order to minimize any bias by the evaluation com mittee, the RA must not contain ANY names (such as contractor, manufacturer, or designer names, personnel names, project names, product names, or company letterhead). The RA should not contain any marketing information. Length — The client's goal is to make the selection process as efficient as possible. Efficiency is to minimize the effort of all participants, especially those who will not get the project. Therefore, the RA plan should be a brief, well organized and concise. The RA plan must not exceed 2 pages. Font Size — The font size should be no smaller than 12 point. Organization — Outline format. The attached is only a sample. July 14. 2006 (Amended) RFP No: 35-05/06 City of Miami Beach Impact of Risk Risks are any items that you should be concerned with throughout the entire project. They are the most critical items that can impact the cost, time, or quality expectation of the client. Think through the project. What would bother the client? Why would you have to communicate with the client? What would make someone call the client's representative and cause them stress? The risks should be prioritized, or listed in order by the greatest at the top and the lowest risk in decreasing order. Each risk should have a cost and/or tim e concern. If the risk has cost implication, the actual estimated cost should have a cost time concerns, the number of days should be listed. Retina of Risk Assessment Plans RA plans will be rated by 3 or 4 individuals (techn ical and non-technical.) Rating criteria will be: 1. The understanding and minimization of risks. 2. Contractor's differentiation of their value. 3. Schedule. The process will take no more than 30 minutes. They will prioritize the best (10) to the worst (1). If they all look alike, they are directed to give all "5's" and the project will be determined on the other factors. Checklist for Risk Assessment Plan 1. Are all names removed from the RA plan; personal, project, or company names? 2. Does every risk have a cost or time attached to it? 3. Are risks listed, high impact risks? (Do not list risks that you can easily handle unless you perceive others are not doing it) 4. Does the RA plan include all services, quality control processes, documentation that you do that your competition does not. 5. Are you including PR risks such as interfacing with project manager s, users of the facility, or audit/inspection personnel? 6. Do you have a simple schedule with major milestones? 7. Do you understand that anything you list becomes a part of your contract? 8. Does your RA plan differentiate you? By how much? 9. Can your RA plan make a non-technical person comfortable with hiring you? 10. Did you number the pages of the risk assessm ent plan? 11. Did you make (4) copies of your RA plan? If all items are checked, your risk assessment plan is ready to submit. July 14, 2006 (Amended) RFP No: 35-05/06 City of Miami Beach Risk Assessmen t Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential im pact to cost (in terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Maior Risk Items Risk 1: Impact: Cost ($) Solution: Risk 2: Impact: Cost ($) Solution: Risk 3: Impact: Cost ($) Solution: Risk 4: Impact: Cost ($) Solution: Risk 5: Impact: Cost ($) Solution: Risk 6: Impact: Cost ($) Solution: Risk 7: Impact: Cost ($) Solution: Risk 8: Impact: Cost ($) Solution: Risk 9: Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) _ Schedule (Days) Schedule (Days) Schedule (Days) Impact: Cost ($) _ Schedule (Days) Solution: July 14, 2006 (Amended) RFP No: 35-05/06 City of Miami Beach Value Added Options or Differentials (what you will do that the others do not), Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to t he project. Identify if the items will increase or decrease schedule, cost, or expectation. You may add/del ete the value tables below as necessary. Item 1: Impact: Cost ($) Item 2: Impact: Cost ($) Item 3: Impact: Cost ($) Item 4: Impact: Cost ($) Item 5: Impact: Cost ($) Schedule (maximum six milestones), Milestones (start, finish, no of workdays) Total number of workdays Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) July 14, 2006 (Amended) RFP No. 35-05108 City of Miami Beach July 14, 2006 (Amended) RFP No 35-05/06 City of Miami Beach MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeachfl gov PROCUREMENT DIVISION Tel 305-673-7490 , Fax. 305-673-7851 INVITATION TO BID NO. 35-05/06 ADDENDUM NO. 2 July 24, 2006 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON (The Bid") is hereby clarified and amended as follows: I. The Bid Proposal has been revised. Please see attached. II The City requires that all parts delivered shall be made in U.S.A. According to the Federal Trade Commission: "Made in USA" means that "all or virtually all" the product was, indeed, made in America. The agency enforces the standard to ensure commercial compliance and confirm consumer confidence. The Federal Trade Commission (FTC) in Washington, D.C. is the federal agency charged with overseeing the use of the "Made in USA" label on products. Made in the USA" products need a content consisting of 51% or more of domestically produced or manufactured parts, labor and or value-added content or any combination thereof. The ownership of a company is not the key factor. The fact that a company is a good corporate neighbor by manufacturing or buying goods and services domestically for sale in the local markets and providing jobs, is of key importance. This is a fundamental ingredient of employment stability and economic growth." III. Award of this contract will be made to the primary and secondary deemed as the best value bidders. Should the primary vendor fail to deliver the products within the time specified, the City reserves the right to seek the items from the secondary vendor IV. Any and all references to "medical supplies" in addendum No. 1 have been changed to read "Purchase of Pipe & Fittings, Cast Ductile Iron and Cast Gray Iron" Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a proposal must complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. CITY OF MIAMI BEACH (&' Gus Lopez, CPPO Procurement Director F:\PURC\SALL\Maria\Bids\05-06\ITB-35-05-06 Purchase of Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron\ITB-35-05-06A2.doc ¶ /VI I AN1 I b t/L t1 City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochfl.gov PROCUREMENT DIVISION Tel: 305.673-7490 , Fax: 305.673-7851 INVITATION TO BID NO. 35-05/06 ADDENDUM NO. 3 July 25, 2006 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON (The Bid") is hereby clarified and amended as follows: I. Bid opening date has been changed from August 1, 2006 to August 9, 2006 at 3:00 p.m. II. The deadline for receipt the Performance Evaluation Surveys is August 16, 2006 at 5:00 p.m. III. The Bid Proposal has been revised. Please see attached. W. Please find attached e-mail correspondence relative to ITB -35-05-06 between a prospective bidder and the City of Miami Beach Procurement Director. V. Language relative to the origin of the parts delivered has been revised (words added are denoted by an tlltderscore; words deleted are denoted by a st ikethrough) to read as follows: The City requires that all parts delivered shall be "All domestic only" and meet the following reauirements -.-. . A) All fittings must comnlv with AWWA Standards: B) You must have letter of certification from factory Engineer: C) Name must be on side of the fittintti. Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a proposal must complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. CITY OF+ -MIAMI BEACH Gets Lodz CPPO curement Director F:\PURCSALL\Maria\Bids105.06\ITB-35-05-06 Purchase of Pipe and Fittings, Cast Ductile Iron and Cast Gay Iron \ITB-35-05-06A3.doc Page 1 of 4 Estevez, Maria From: Lopez, Gus Sent: Monday, July 24, 2006 7:54 PM To: ray gcorcelcorp.com Cc: Estevez, Maria; Walters, Pauline; rcorona@corcelcorp.com Subject: FW: Addendum No. 2 for ITB -35-05-06 Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron Mr. Corona: The issues that you have raised relative to diameters (item no. 1 in your e-mail), and "Made in America" (item no. 3 in your e-mail), will be responded via addenda to Bid No. 35-05/06. This e-mail will serve to respond to the issues relative to the award criteria and your public records request. Please be advised of the following: 1. The City will not award a contract based solely on "lowest bid". This point has been clearly made throughout ITB No. 35-05/06: See General Condition 1.38; Special Condition 2.2; and Addendum No. 1. 2. The Miami Beach City Code specifically mandates the Administration to adhere to the following: "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, judgment, experience and efficiency of the bidder; D. The quality of performance of previous contracts; and E. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract." The determination of award criteria established in the Bid and further described in Addendum No.1, provides for the Administration to perform an analysis of bids received pursuant to our City Code requirements as stated above. Please help me understand why you do not want to compete or be evaluated on the following criteria: 1) experience and qualifications; 2) customer service team; 3) approach as to how the City's account will be managed; 4) risk assessment plan for ensuring quality of service; 5) and past performance based on number and quality of the performance evaluation surveys. 3. As it relates to your Public Records Request, please be advised of the following: A. This Office does not have any "documents that refer to any public entity in Florida or anywhere else that uses this type of bid evaluation system for bids for the supply of pipe and fittings for municipal water and sewer systems"; and B. This Office does not have a "copy of correspondence related to the recommendation and approval of this type of bidding process for the specific bid." Please note that the Public Records Act as codified in Chapter 119, Florida Statutes, does not require an agency to create documents that do not exist. 07/25/2006 Page 2 of 4 You are welcome to take any action that you deem appropriate. But this Office will not recommend a contract award(s) based solely on price, The "low bid" award does not work -- it results in poor performing contractorsNendors. If you consider your company to be a "high performing" contractor/vendor; with an excellent track record of being responsive to your customer's needs; with clients who would recommend your company to this City; and a solid plan for ensuring quality service; a good approach on how to manage the City's account; and good pricing, then I encourage you to submit a bid. Please note that Ms. Pauline Walters is the City Manager's Executive Assistant and this is why I'm copying her versus the "City Manager's In -Box" address on your e-mail. Should you have any questions relative to matters of process or procedure, I may be reached by phone: 305.673.7495; fax: 305.673.7851; or e-mail: Quslooez(Wmiamibeachfl.00v. Thank you, MIAMIBEACH Gus Lopez, CPPO, Procurement Director City Hall — Procurement Division 1700 Convention Center Drive, Miami Beach. FL 33139 Tel: 305-673-7995 / Fax: 305-673-7851 1 www.miamibeachtLc9 We are committed to providing excellent public service and safety to tropical, historic community NOTE: MARIA, PLEASE FORWARD MY E-MAIL TO RICARDO R. MAIL ADDRESS. all who live, work CORONA, ESQ. and play in our vibrant, I DONT HAVE HIS E - From: Ray Corona [mailto:ray c@ilcorcelcorp.com] Sent: Monday, July 24, 2006 1:06 PM To: Estevez, Maria Cc: rcorona©corcelcorp.com; Ricardo R. Corona Esq.; City Manager's mailbox Subject: RE: Addendum No. 2 for ITB -35-05-06 Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron Ms. Estevez: It appears that although the City has made substantial changes to the bid documents the solicitation continues to be severely lacking as follows: 1. A substantial number of line items request quotations for diameters that do not exist according to the AWWA norms required on the very documents. AWWA Cast Ductile - Iron fittings simply do not exist for 7", 9", 11", 21", 23" yet your solicitation requires hundreds of these fittings and the awarded vendor is going to be selected by design for all practical intents and purposes "a dedo." 2. The unprecedented and anti-competitive 80% subjective or "a dedo" award criteria remains. We think concemed contributors, the City Manager and elected officials should be made aware of this. 3. New condition of "Made in America" —Is this a funding requirement due to some type of federal funding? All major manufacturers and suppliers to USA municipalities import 07/25/2006 Page 3 of 4 ductile iron fittings. The majority of the fittings sold in the USA are imported. If the USA requirement is tied to funding then of course OK — If it is not tied to funding and simply for the same type of reasons as 1 and 2 above we submit it is an extravagance in the expenditure of public funds — Import fittings are of equal or better quality and a lot less expensive. All major municipalities in Florida including Miami -Dade, Broward, Palm Beach, Hillsborough, Orange, Duval, etc. accept imported fittings. Rafael Corona, President of our firm is also Trustee of the Presidential Condominium Association — a 238 unit condominium where its owners are concemed with preventing the squandering of public funds. My brother Ricardo Corona, Esq. is an owner of a condominium unit at the adjacent Ocean Point condominium — another building of equal size and number of unit -owners to the Ocean Point. Our other brother Roque Corona also owns a condominium in South Beach. We reiterate our CH 119 request below originally forwarded July 17, 2006 and still unanswered. I trust we will not be compelled to seek a Writ from the Court for production. "Pursuant to Florida Statutes Chapter 119 this is a request for all documents in your files evidencing the following: 1) Documents that refer to any public entity In Florida or anywhere else that uses this type of bid evaluation system for bids for the supply of pipe and fittings for municipal water and sewer systems. 2) Copy of correspondence related to the recommendation and approval of this type of bidding process for the specific bid." Quite frankly we are disappointed at the arrogance from the City on its response to our observations and comments and to the apparent lack of professionalism in the handling of this solicitation. We look forward to your prompt response to both request for public documents pursuant to Florida Statutes CH 119 and to a response to our comments above. Respectfully Ray Corona Corcel Corp. 2461 N.W. 23rd Street Miami, FL 33142 Tel (305) 636-1880 Fax (305) 636-1897 ray@corcelcorp.com www.corcelcorp.com From: Estevez, Maria[mailto:MarlaEstevez@miamibeachfi.gov] Sent: Monday, July 24, 2006 11:51 AM To: Selle, Brandon; cdoeden@acipco.com; jhagelskamp@acipco.com; al.rivero@hughessupply.com; 07/25/2006 Page 4 of 4 patrickmeir@hughessupply.com; Mayte.bechara@hughessuply.com; Bill; kwinstead@uspipe.com; Elsa Riesgo; areainc@aol.com; jcwoodruff@windustrlai.com; paula@corcelcorp.com; Ray Corona ; michael.pacheco@ferguson.com; michael.pachioe@ferguson.com; jmueler@ferguson,com; joe@lionplumbing.com; pedro.hernandez@natlonalww.com; don.homsby@natlww,com; rae.sandler@wosupply.com; dtaldon@traeger.com; usufarif100@yahoo.com; Dan DeLozier; Vega, Hiram Subject: Addendum No. 2 for ITB -35-05-06 Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron Hello everyone, Please find attached addendum No. 2 issued for the above subject Bid. Thank you for your interest and participation, MIAMIBEACH Marla Eatevas, Procurement Coordinator PROCUREMENT DIVISION • 1700 Convention Center Drive, Miami Beach, FL 33139 Tel: 305-673-7460 r Fn: 5064177.7151 1 www.mlamlbaachn.gov We are commated to providing excellent public service and safety to all who Nw, work and play in our vibrant. tropical. historic community. 07/25/2006 m rcBMIAMI 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. 35-05/06 ADDENDUM NO. 4 August 1, 2006 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON (The Bid") is hereby clarified and amended as follows: I. The Bid Proposal has been revised. Please see attached. The City could not provide estimated quantities for each individual fitting within each line item. Please provide unit prices based on the estimated quantity provided for each line item. Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a proposal must complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. CITY OF MIAMI BEACH ( Gus Lopez, CPPO Procurement Director F:\PURC\$ALL\Maria \ Bids \05-06\ITB-35-05-06 Purchase of Pipe and Fnangs, Cast Ductile Iron and Cast Gray IronVTB-35-05-06A3.doc 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. 35-05/06 ADDENDUM NO. 5 August 3,2006 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON (The Bid") is hereby clarified and amended as follows: I. The Bid Opening has been changed from August 9, 2006 to August, 18, 2006. II. The deadline for receipt the Performance Evaluation Surveys is August 25, 2006. III. The Bid Proposal has been revised. Please see attached. The City could not provide estimated quantities for each individual fitting within each line item. Please provide unit prices based on the estimated total quantity provided for each line item. Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a proposal must complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director F:\PURC\$ALL\Mana\Bids\05-06\ITB-35-05-06 Purchase of Pipe and Firings, Cast Ductile Iron and Cast Gray Iron\ITB-35-05-06A5.doc Value Added Options or Differentials (what you will do that the others do not) Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the project. Identify if the items will increase or decrease schedule, cost, or expectation. You may add/delete the value tables below as necessary. National Waterworks — Hughes Supply would work with the City of Miami Beach to analyze information regarding reduction of excess inventory, increased tum ratios, and the reduction of total ownership cost of inventory. We would look at the owners intemal processes of orders, invoices and payments. This would require information from the owners before the partnership begins and after each year. National Waterworks — Hughes Supply offers and provides a broad spectrum of customer services, of which, some are listed below. All these services are available independent of each other and can be custom designed to specifically meet the customer's needs. Item 1: Inventory Reduction Impact: The NWW Team anticipates reaching the following economic impact goals once the contract for DI Pipe & Fittings is enabled. First Year 2nd Year Remaining Years By 25% By an additional 10 % To be determined after year 2 We feel this is a conservative estimate but no guarantees are made on reaching these goals without a firm commitment from all involved parties. A detailed inventory evaluation would have to be made in order to identify and analyze Utility Min/Max levels and suggest new stock levels. Cost ($) No additional cost Schedule (Days) 1st year Item 2: Web Based Access to Local Distributor Impact: • Secure, real time access to distributor information • Receive invoice reprints via your email within minutes • Receive a Job Management Report via your email • With Part Number Interchange, receive a price book in spreadsheet format via your email • Send an email via the Contact Us Button for more information Cost ($) No additional cost Schedule (Days) 1-2 days Item 3: Cost Coding — Part Number Interchanae Impact: • Cross reference your part numbers with our products for mistake proof ordering & receiving— no more questions about exactly what you are needing or getting. • Order on line direct with distributor using Miami Beach Part Numbers. Employees don't need to leam distributors system. Cost ($) No additional cost Schedule (Days) 14-30 days Item 4: Material Manaaement Online Impact: • Online with the Nation's largest water, sewer and gas distributor • Place orders directly into distributors system via the Internet • Customized Material Catalog • Retrieval of Local Specifications • Purchase History Cost ($) No additional cost Schedule (Days) 2-5 days Item 5: Invoices Impact: • NWW offers cost effective ways to handle the invoices that you receive from us. We can email your invoices, import into your accounting software (QuickBooks is in place, others to follow). • Receive your invoices daily via email • Reprint signed delivery tickets • Pay online • View account aging report • View which invoices were applied to any check issued to distributor by City of Miami Beach Cost ($) No additional cost Schedule (Days) 2-5 days HUGHES WATER & SEWER, LTD. IBid: (City of Miami Beach IDue: 118 -Aug -06 Item # IQty Selling Total 11 180 $ 11.90 $ 21 540 $ 9.53 $ 31 720 $ 9.16 $ 41 720 $ 12.22 $ 5 72 $ 15.78 $ 6 180 $ 20 26 $ 7 180 $ 29.61 $ 8 180 $ 40.07 $ 9 100 $ 51.58 $ 10 36 $ 69.77 $ 11 36 $ 95.32 $ 12 50 $ - $ 13 50 $ 228.73 $ 14 50 $ 185.25 $ 15 50 $ 185.25 $ 16 50 $ - $ 17 50 $ - $ 18 50 $ - $ 19 50 $ - $ 20 50 $ - $ 21 50 $ - $ - 22 50 $ 157.01 $ 7,850.50 23 50 $ 14 67 $ 733.50 2,142 00 Dl Pipe 5,146.20 6,595.20 8,798.40 1,136.16 3,646.80 5,329.80 7,212.60 5,158.00 2,511.72 3,431.52 - 4" MJXFE 11,436.50 9,262 50 9,262.50 24 50 $ 21.18 $ 25 50 $ 7.62 $ 26 50 $ 13.55 $ 1,059.00 381.00 677.50 27 50 $ $ 6" MJXFE 28 50 $ 334.35 $ 16,717.50 29 50 $ 273.91 $ 13,695.50 30 50 $ 245.68 $ 12,284.00 31 50 $ 495,87 $ 24,793.50 32 50 $ - $ - 33 50 $ - $ 34 50 $ - $ 35 50 $ - $ 36 50 $ - $ 37 50 $ 197.11 $ 9,855.50 38 50 $ 16.75 $ 837.50 39 50 $ 27.67 $ 1,383.50 40 50 $ 1017 $ 508.50 41 50 $ 17 23 $ 861.50 42 50 $ - $ - 8" MJXFE 43 50 $ 550.65 $ 27,532.50 44 50 $ 390.26 $ 19,513 00 45 50 $ 352.98 $ 17,649.00 46 50 $ 700.32 $ 35,016.00 47 50 $ - $ - 48 50 $ - $ 49 50 $ - $ - 50 50 $ - $ 51 50 $ - $ 52 50 $ 290.86 $ 14,543.00 Page 1 of 11 Sum Groups $12,562,010.05 J 53 50 $ 25 56 $ 1,278.00 54 50 $ 40.38 $ 2,019.00 55 50 $ 11.58 $ 579.00 56 50 $ 29.09 $ 1,454.50 57 50 $ - $ - 10"MJXFE 58 50 $ - $ 59 50 $ 584.54 $ 29,227.00 60 50 $ 511.12 $ 25,556 00 61 50 $ 1,106.95 $ 55,347.50 62 50 $ - $ - 63 50 $ - $ 64 50 $ - $ 65 50 $ - $ 66 50 $ - $ - 67 50 $ 376.14 $ 18,807 00 68 50 $ 37.83 $ 1,891.50 69 50 $ 28.80 $ 1,44000 70 50 $ 14.40 $ 720.00 71 50 $ 31.63 $ 1,581.50 72 50 $ - $ 12" MJXFE 73 50 $ 1,472.93 $ 73,646.50 74 50 $ 767.53 $ 38,376.50 75 50 $ 781.64 $ 39,082.00 76 50 $ 1,472.36 $ 73,618.00 77 50 $ - $ 78 50 $ - $ 79 50 $ - $ 80 50 $ - $ 81 50 $ - $ 82 50 $ 606.57 $ 30,328 50 83 50 $ 55.02 $ 2,751.00 84 50 $ 35.02 $ 1,751.00 85 50 $ 76.53 $ 3,826.50 86 50 $ 48 29 $ 2,414.50 87 25 $ - $ 16" MJXFE 88 25 $ 2,804.09 $ 70,102.25 89 25 $ 1,379.17 $ 34,479.25 90 25 $ 1,556.51 $ 38,912.75 91 25 $ 2,643.70 $ 66,092.50 92 25 $ - $ 93 25 $ - $ 94 25 $ - $ 95 25 $ - $ 96 25 $ - $ - 97 25 $ 1,114.86 $ 27,871.50 98 25 $ 100.33 $ 2,508.25 99 25 $ 113.52 $ 2,838.00 100 25 $ 25.70 $ 642.50 101 25 $ 70.88 $ 1,772.00 102 25 $ - $ - 20"MJXFE 103 25 $ 5,067 70 $ 126,692.50 104 25 $ - $ - 105 25 $ 2,012.85 $ 50,321.25 106 25 $ - $ 107 25 $ - $ Page 2 of 11 108 25 $ - $ 109 25 $ - $ - 110 25 $ - $ 111 25 $ $ 112 25 $ 2,065.94 $ 51,648.50 113 25 $ 176.24 $ 4,406.00 114 25 $ 216.87 $ 5,421.75 115 25 $ $ - 116 25 $ 125.94 $ 3,148.50 117 25 $ $ - 24"MJXFE 118 25 $ 6,031.20 $ 150,780.00 119 25 $ 4,523.26 $ 113,081.50 120 25 $ 2,964.49 $ 74,112.25 121 25 $ - $ - 122 25 $ - $ 123 25 $ - $ 124 25 $ - $ - 125 25 $ - $ 126 25 $ $ 127 25 $ 2,120.72 $ 53,018.00 128 25 $ 213.12 $ 5,328.00 129 25 $ 259.23 $ 6,480.75 130 25 $ $ - 131 25 $ 216.31 $ 5,407.75 132 25 $ $ 30"MJXFE 133 25 $ 13,792.30 $ 344,807.50 134 25 $ - $ 135 25 $ - $ - 136 25 $ - $ 137 25 $ - $ 138 25 $ - $ 139 25 $ - $ 140 25 $ - $ - 141 25 $ - $ 142 25 $ - $ 143 25 $ 560.08 $ 14,002.00 144 25 $ 480 62 $ 12,015.50 145 25 $ - $ 146 25 $ 471.87 $ 11,796.75 147 75 $ 121.99 $ 9,149.25 148 75 $ 54.78 $ 4,108.50 149 75 $ 38.40 $ 2,880.00 150 75 $ 33.32 $ 2,499.00 151 75 $ 80.76 $ 6,057 00 152 75 $ 41.79 $ 3,134.25 153 75 $ 17.51 $ 1,313.25 154 75 $ 29.93 $ 2,244.75 155 75 $ 17.51 $ 1,313.25 156 75 $ 30.50 $ 2,287 50 157 75 $ 36.71 $ 2,753.25 158 75 $ 13.37 $ 1,002 75 159 75 $ 13 27 $ 995.25 160 75 $ 7 06 $ 529.50 161 75 $ 5.65 $ 423.75 162 75 $ 134.98 $ 10,123.50 3" MJ Compact 4"MJ Compact Page 3 of 11 163 75 $ 64.38 $ 4,828.50 164 75 $ 42.36 $ 3,177.00 165 75 $ 38.97 $ 2,922.75 166 75 $ 96.58 $ 7,243.50 167 75 $ 41.79 $ 3,134 25 168 75 $ 17.51 $ 1,313.25 169 75 $ 29.93 $ 2,244.75 170 75 $ 16.94 $ 1,270.50 171 75 $ 30.50 $ 2,287.50 172 75 $ 36.71 $ 2,753.25 173 75 $ 14.24 $ 1,068.00 174 75 $ 12.99 $ 974.25 175 75 $ 7.62 $ 571.50 176 75 $ 5.37 $ 402.75 177 75 $ 167.74 $ 12,580.50 178 75 $ 94 32 $ 7,074.00 179 75 $ 68.34 $ 5,125.50 180 75 $ 59.30 $ 4,447.50 181 75 $ 136.11 $ 10,208.25 182 75 $ 64.38 $ 4,828.50 183 75 $ 28.24 $ 2,118.00 184 75 $ 40.66 $ 3,049.50 185 75 $ 25.98 $ 1,948.50 186 75 $ 40.10 $ 3,007.50 187 75 $ 46 31 $ 3,473.25 188 75 $ 16.75 $ 1,256.25 189 75 $ 16.94 $ 1,270 50 190 75 $ 10.17 $ 762.75 191 75 $ 6.21 $ 465.75 192 75 $ 249.63 $ 18,722.25 193 75 $ 141.76 $ 10,632.00 194 75 $ 106.18 $ 7,963.50 195 75 $ 92.06 $ 6,904.50 196 75 $ 194.28 $ 14,571.00 197 75 $ 84.72 $ 6,354.00 198 75 $ 41.23 $ 3,092.25 199 75 $ 54.78 $ 4,108.50 200 75 $ 41.23 $ 3,092.25 201 75 $ 56 48 $ 4,236.00 202 75 $ 66.64 $ 4,998.00 203 75 $ 25.56 $ 1,917.00 204 75 $ 20.05 $ 1,503.75 205 75 $ 11.58 $ 868.50 206 75 $ 8.47 $ 635,25 207 75 $ 519.59 $ 38,969.25 208 75 $ 202.19 $ 15,164.25 209 75 $ 160.40 $ 12,030.00 210 75 $ 125.94 $ 9,445.50 211 75 $ 296.51 $ 22,238.25 212 75 $ 101.66 $ 7,624.50 213 75 $ 65.51 $ 4,913.25 214 75 $ 72.29 $ 5,421.75 215 75 $ 62.12 $ 4,659.00 216 75 $ 70.60 $ 5,295.00 217 75 $ 91.49 $ 6,861.75 6" MJ Corr pact 8" MJ Compact 10" MJ Compact Page 4 of 11 218 75 $ 37.83 $ 2,837.25 219 75 $ 25.70 $ 1,927.50 220 75 $ 14.40 $ 1,080.00 221 75 $ 11.58 $ 868.50 222 75 $ 705.97 $ 52,947.75 12" MJ Compact 223 75 $ 137.24 $ 10,293.00 224 75 $ 214.61 $ 16,095.75 225 75 $ 173.39 $ 13,004 25 226 75 $ 375.01 $ 28,125.75 227 75 $ 137.24 $ 10,293 00 228 75 $ 77 37 $ 5,802.75 229 75 $ 88.67 $ 6,650.25 230 75 $ 137.24 $ 10,293.00 231 75 $ 78.50 $ 5,887.50 232 75 $ 133.29 $ 9,996.75 233 75 $ 55.02 $ 4,126.50 234 75 $ 28.52 $ 2,139.00 235 75 $ 15.53 $ 1,164.75 236 75 $ 13.84 $ 1,038.00 237 10 $ 1,982.92 $ 19,829 20 16" MJ Compact 238 10 $ 785.60 $ 7,856.00 239 10 $ 558.00 $ 5,580.00 240 10 $ 421.32 $ 4,213 20 241 10 $ 1,265.09 $ 12,650.90 242 10 $ 350 72 $ 3,507.20 243 10 $ 247 94 $ 2,479.40 244 10 $ 268.83 $ 2,688.30 245 10 $ 219.70 $ 2,19700 246 10 $ 246.24 $ 2,462.40 247 10 $ 391.39 $ 3,913.90 248 10 $ 100,33 $ 1,003.30 249 10 $ 64.10 $ 641.00 250 10 $ 25.70 $ 257.00 251 10 $ 39.82 $ 398.20 252 10 $ - $ 20" MJ Compact 253 10 $ 1,673.99 $ 16,739.90 254 10 $ 1,160.61 $ 11,606.10 255 10 $ 957.29 $ 9,572.90 256 10 $ $ 257 10 $ 704.84 $ 7,048.40 258 10 $ 399.29 $ 3,992.90 259 10 $ 524.11 $ 5,241.10 260 10 $ 395.91 $ 3,959.10 261 10 $ 459.72 $ 4,597.20 262 10 $ 1,096.22 $ 10,962.20 263 10 $ 176 24 $ 1,762.40 264 10 $ 127.92 $ 1,279.20 265 10 $ $ 266 10 $ 102.79 $ 1,027.90 267 10 $ $ 24" MJ Compact 268 10 $ 2,614.90 $ 26,149.00 269 10 $ 1,873.35 $ 18,733.50 270 10 $ 1,39668 $ 13,966.80 271 10 $ - $ 272 10 $ 1,026.19 $ 10,261.90 Page 5 of 11 273 10 $ 816.10 $ 8,161.00 274 10 $ 820.05 $ 8,200.50 275 10 $ 861.84 $ 8,618.40 276 10 $ 922.27 $ 9,222.70 277 10 $ 1,416.45 $ 14,16450 278 10 $ 213.12 $ 2,131.20 279 10 $ 140.35 $ 1,403.50 280 10 $ - $ - 281 10 $ 106.46 $ 1,064.60 282 75 $ 298.27 $ 22,370.25 Group 08" Epoxy 283 75 $ 190.61 $ 14,295.75 284 75 $ 157.67 $ 11,825.25 285 75 $ 141.78 $ 10,633.50 286 75 $ 287.68 $ 21,576.00 287 75 $ 128.84 $ 9,663.00 288 75 $ 47.06 $ _ 3,529 50 289 75 $ 85.30 $ 6,397.50 290 75 $ 65.89 $ 4,941.75 291 75 $ 90.60 $ 6,795.00 292 75 $ 108 84 $ 8,163.00 293 75 $ 25.56 $ 1,917.00 294 75 $ 20.05 $ 1,503.75 295 75 $ 11.58 $ 868.50 296 75 $ 8.47 $ 635.25 297 75 $ - $ - 9" Epoxy 298 75 $ - $ 299 75 $ - $ 300 75 $ - $ 301 75 $ - $ 302 75 $ - $ 303 75 $ $ 304 75 $ $ 305 75 $ $ 306 75 $ - $ - 307 75 $ $ 308 75 $ - $ 309 75 $ - $ 310 75 $ - $ 311 75 $ - $ 312 75 $ 492.41 $ 36,930.75 10" Epoxy 313 75 $ 290.03 $ 21,752.25 314 75 $ 246.50 $ 18,487.50 315 75 $ 195.32 $ 14,649.00 316 75 $ 426.52 $ 31,989.00 317 75 $ 163.55 $ 12,266.25 318 75 $ 92.95 $ 6,971.25 319 75 $ 111.78 $ 8,383 50 320 75 $ 91.19 $ 6,839.25 321 75 $ 110 01 $ 8,250 75 322 75 $ 131.19 $ 9,839.25 323 75 $ 37.83 $ 2,837 25 324 75 $ 25.70 $ 1,927.50 325 75 $ 14.40 $ 1,080 00 326 75 $ 11.58 $ 868.50 327 75 $ 771.86 $ 57,889.50 12" Epoxy Page 6 of 11 328 75 $ 359.45 $ 26,958.75 329 75 $ 290.03 $ 21,752.25 330 75 $ 255.91 $ 19,193.25 331 75 $ 554.18 $ 41,563.50 332 75 $ 204.73 $ 15,354.75 333 75 $ 118.84 $ 8,913.00 334 75 $ 138.25 $ 10,368.75 335 75 $ 110.01 $ 8,250.75 336 75 $ 135.31 $ 10,148.25 337 75 $ 174.73 $ 13,10475 338 75 $ 55.02 $ 4,126.50 339 75 $ 28.52 $ 2,139.00 340 75 $ 15.53 $ 1,164.75 341 75 $ 13.84 $ 1,038.00 342 75 $ 1,966.11 $ 147,458.25 16" Epoxy 343 75 $ 855.98 $ 64,198.50 344 75 $ 667.73 $ 50,079.75 345 75 $ 548.89 $ 41,166.75 346 75 $ 1,276,03 $ 95,702.25 347 75 $ 474 76 $ 35,607.00 348 75 $ 305.92 $ 22,944.00 349 75 $ 323.57 $ 24,267.75 350 75 $ 286.50 $ 21,487.50 351 75 $ 310.04 $ 23,253.00 352 75 $ 438.83 $ 32,912.25 353 75 $ 100.33 $ 7,524.75 354 75 $ 6410 $ 4,807.50 355 75 $ 25 70 $ 1,927.50 356 75 $ 39.82 $ 2,986.50 357 75 $ - $ - 20" Epoxy 358 75 $ 1,800.21 $ 135,015.75 359 75 $ 1,300.74 $ 97,555.50 360 75 $ 1,05189 $ 78,891.75 361 75 $ $ 362 75 $ 858.34 $ 64,375.50 363 75 $ 485.35 $ 36,401 25 364 75 $ 661.84 $ 49,638 00 365 75 $ 429.46 $ 32,209.50 366 75 $ 510.06 $ 38,254.50 367 75 $ 1,227.82 $ 92,086.50 368 75 $ 176.24 $ 13,218.00 369 75 $ 127.92 $ 9,594.00 370 75 $ $ 371 75 $ 102.79 $ 7,709.25 372 75 $ $ - 24" Epoxy 373 75 $ 261.80 $ 19,635.00 374 75 $ 1,970.23 $ 147,767.25 375 75 $ 548.89 $ 41,166.75 376 75 $ - $ - 377 75 $ 1,178.37 $ 88,377.75 378 75 $ 729.50 $ 54,712.50 379 75 $ 827.74 $ 62,080.50 380 75 $ 683.02 $ 51,226.50 381 75 $ 72361 $ 54,270.75 382 75 $ 1,586,45 $ 118,983.75 Page 7 of 11 383 75 $ 213.12 $ 15,984.00 384 75 $ 140.35 $ 10,526.25 385 75 $ - $ 386 75 $ 106.46 $ 7,984.50 387 100 $ $ 36" Epoxy 388 100 $ 8,428.90 $ 842,890.00 389 100 $ 5,818.70 $ 581,870.00 390 100 $ 5,295 03 $ 529,503.00 391 100 $ 10,651.03 $ 1,065,103.00 392 100 $ 2,972.31 $ 297,231 00 393 100 $ 2,733.37 $ 273,337.00 394 100 $ 2,780.33 $ 278,033.00 395 100 $ 2,47151 $ 247,151.00 396 100 $ 2,517.94 $ 251,794.00 397 100 $ $ 398 100 $ 716.71 $ 71,671.00 399 100 $ 462.55 $ 46,255.00 400 100 $ $ 401 100 $ 318.25 $ 31,825 00 402 20 $ 163.22 $ 3,264.40 4" Flange Fittings 403 20 $ 103.92 $ 2,078.40 404 20 $ 71.73 $ 1,434.60 405 20 $ 67.77 $ 1,355.40 406 20 $ 175.64 $ 3,512 80 407 20 $ - $ 408 20 $ - $ 409 20 $ - $ 410 20 $ - $ 411 20 $ - $ 412 20 $ 100.53 $ 2,010.60 413 20 $ - $ 414 20 $ - $ 415 20 $ - $ 416 20 $ - $ 417 20 $ 268.27 $ 418 20 $ 153.05 $ 419 20 $ 103.92 $ 420 20 $ 92.62 $ 421 20 $ 417.37 $ 422 20 $ - $ 423 20 $ - $ 424 20 $ - $ 425 20 $ - $ 426 20 $ - $ 427 20 $ 147 97 $ 2,959.40 428 20 $ - $ 429 20 $ - $ 430 20 $ - $ - 431 20 $ $ 432 20 $ 458 03 $ 9,160.60 8" Flanged Fittings 433 20 $ 262 62 $ 5,252.40 434 20 $ 167 74 $ 3,354 80 435 20 $ 146.28 $ 2,925 60 436 20 $ 388.00 $ 7,760.00 437 20 $ - $ 5,365.40 6" Flanged Fittings 3,061.00 2,078.40 1,852.40 8,347.40 Page 8 of 11 438 20 $ $ 439 20 $ $ - 440 20 $ - $ - 441 20 $ - $ 442 20 $ 218.57 $ 4,371.40 443 20 $ - $ 444 20 $ $ 445 20 $ $ 446 20 $ $ 447 20 $ 737.03 $ 14,740.60 10" Flange' Fittings 448 20 $ 455.77 $ 9,115.40 449 20 $ 272.79 $ 5,455.80 450 20 $ 262.05 $ 5,241.00 451 20 $ 745.50 $ 14,910.00 452 20 $ - $ - 453 20 $ - $ 454 20 $ - $ 455 20 $ - $ 456 20 $ - $ - 457 20 $ 310.06 $ 6,201.20 458 20 $ - $ - 459 20 $ - $ 460 20 $ - $ 461 20 $ - $ - 462 20 $ 1,113.17 $ 22,263.40 12" Hanged Fittings 463 20 $ 622.94 $ 12,458.80 464 20 $ 416.80 $ 8,336.00 465 20 $ 373.31 $ 7,466.20 466 20 $ 1,013.20 $ 20,264.00 467 20 $ - $ 468 20 $ - $ 469 20 $ - $ 470 20 $ - $ 471 20 $ - $ 472 20 $ 532.02 $ 10,640.40 473 20 $ - $ 474 20 $ - $ 475 20 $ - $ 476 20 $ $ 477 50 $ 2,512.67 $ 125,633.50 16" Flanged Fittings 478 50 $ 1,635.58 $ 81,779.00 479 50 $ 969.71 $ 48,485.50 480 50 $ 981.01 $ 49,050.50 481 50 $ 1,858.67 $ 92,933.50 482 50 $ - $ 483 50 $ - $ 484 50 $ - $ 485 50 $ - $ 486 50 $ - $ 487 50 $ 1,180.37 $ 488 50 $ - $ 489 50 $ - $ 490 50 $ $ 491 50 $ - $ 492 10 $ 4,315.43 $ 43,154.30 20" Flanged Fittings 59,018.50 Page 9 of 11 493 10 $ 3,122.06 $ 31,220.60 494 10 $ 2,037.70 $ 20,377.00 495 10 $ 1,529.97 $ 15,299.70 496 10 $ 3,703.21 $ 37,032.10 497 10 $ - $ - 498 10 $ - $ 499 10 $ - $ 500 10 $ - $ 501 10 $ - $ - 502 10 $ 2,106.60 $ 21, 066.00 503 10 $ - $ - 504 10 $ - $ 505 10 $ - $ 506 10 $ - $ 507 10 $ 7,273.70 $ 72,737.00 24" Flanged Fittings 508 10 $ 4,671.23 $ 46,712.30 509 10 $ 3,379.60 $ 33,796 00 510 10 $ 2,173.24 $ 21, 732.40 511 10 $ 5,626.83 $ 56,268.30 512 10 $ - $ 513 10 $ - $ - 514 10 $ - $ - 515 10 $ - $ 516 10 $ - $ 517 10 $ 3,012.50 $ 30,125.00 518 10 $ - $ 519 10 $ - $ 520 10 $ - $ 521 10 $ $ 522 25 $ $ - 30" Flanged Fittings 523 25 $ 7,862.20 $ 196,555.00 524 25 $ 4,854.22 $ 121,355.50 525 25 $ 3,791.88 $ 94,797.00 526 25 $ 8,563.08 $ 214,07700 527 25 $ - $ 528 25 $ - $ - 529 25 $ - $ 530 25 $ - $ 531 25 $ - $ 532 25 $ 4,188.92 $ 104,723.00 533 25 $ - $ 534 25 $ - $ 535 25 $ $ 536 25 $ - $ 537 25 $ - $ - 36" Flanged Fittings 538 25 $ 10,809.74 $ 270,243.50 539 25 $ 8,018.64 $ 200,466.00 540 25 $ - $ 541 25 $ - $ - 542 25 $ $ 543 25 $ - $ 544 25 $ $ 545 25 $ - $ 546 25 $ $ - 547 25 $ $ - Page 10 of 11 548 251 $ - $ 549 30 $ 359.76 $ 10,792.80 550 30 $ _ 332.65 $ 9,979.50 551 30 $ 432.62 $ 12,978.60 552 30 $ 521.85 $ 15,655.50 553 30 $ 438.26 $ 13,147.80 554 30 $ 460.29 $ 13,808.70 555 301 $ 510.55 $ 15,316.50 556 30 $ 535.97 $ 16,079.10 557 301 $ 641,02 $ 19,230.60 558 30 $ 3,262.69 $ 97,880.70 559 301 $ 4,049.42 $ 121,482.60 560 301 $ 707.66 $ 21,229.80 561 30' $ 778,82 $ 23,364.60 562 301 $ 942.04 $ 28,261.20 563 30 $ 1,230.07 $ 36,902.10 564 30 $ 1,530.53 $ 45,915.90 MJ Offsets Page 11 of 11 m MIAMI BEACH PROCUREMENT DIVISION TO: Robert Parcher, City Clerk FROM: Gus Lopez, Procurement Director DATE: 01/30/07 MEMORANDUM SUBJECT: Contract No. 35-05/06, Purchase of Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron Attached please find four (4) copies of the above referenced Contract that are forwarded for the Mayor's signature and execution. Please note that there contract awardees is HD Supply Waterworks, Ltd. The City Attomey has approved said contracts as to form and language for execution. Thank you for your prompt attention to this matter. me arc i rnm!Fed rt^ pr0'iding exr Ji -rd puh,I C sendoe and saf0:j to Off WAC live, war:, and pion ,n i r ✓ihrap' tropiorli, torn: commnpnl/