Loading...
HomeMy WebLinkAboutC2L Contract 35-05/06 Ferguson Enterprises, Inc.GSL10111ok MIAMI BEACH 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 (1) year renewal options SUPERSEDES: N/A CONTRACTOR(S): Ferguson Enterprises, Inc 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 Ferguson Enterprises, Inc. 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. I. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its 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: Ferguson Enterprises. Inc Attn: Jason Mueller 2361 NW 22°° Street Pompano Beach. FL 33069 954-973-8100 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 / / 'IL day of aro b en- 20 O 6 , 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 Ferguson Enterprises. Inc Attn: Jason Mueller 2361 NW 22m Street Pompano Beach. FL 33069. hereinafter referred to as CONTRACTOR Estimated Annual Contract Amount:$150,000. IN WITNESS WHEREOF the said CITY has caused this Certification of Contract to be signed by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of Miami Bea h, d the said CONTRACTOR has caused this Contract to be signed it its name. CONTRACTOR Print Name ATTEST: Secretary Print Name CITY /O MIA Md BEACH /9 By/ 7/1 V' Mayor David Dernier ATTEST: City Clerk Robert Parcher APPROVED AS TO FORM & LANGUAGE F:\PURC\$ALL\Maria\Bids\05-06\ITB-35-05-06 Purchase of Pipe and Fi . ofritE eJlf Nnd Cast Gray Iron\Contracts\Ferguson2.doc 5 Exhibit "A" 13 OP INVITATION FOR BIDS PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID # 35-05/06 BID OPENING: AUGUST 1ST, 2006 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 www.miomibeachfl.gov F: PURC\SALLVAode\Bids\U5d6\RB33-0b06 Purchase at Pipe and Finings, Cast Ductile Iron and Cog Gray Iron \R6 330546 PURCHASE OF PH AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON.doc MIAMIBEACH r Itn MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 Invitation to Bid No. 35-05/06 PUBLIC NOTICE Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 1$T 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, 4"' 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 must 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/scriots/southflorida/oublic/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.oov/newcity/dents/ourchase/bidintro.aso, + CONE OF SILENCE -- ORDINANCE NO. 2002-3378 • CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879. • DEBARMENT PROCEEDINGSORDINANCE 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 MIAMI BEACH City of Miami Beach, 1700 Convention Ceder Drive, Miami Beach, Florida 33139, www.miamibeach8.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 NOTICE TO PROSPECTIVE BIDDERS NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: _Our company does not handle this type of product/service. We cannot meet the specifications nor provide an alternate equal product. Our company is simply not interested in bidding at this time. _Due to prior commitments, I was unable to attend pre -proposal meeting. _OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a bid or this completed form, may result in your company being removed from the City's bid list. June 30. 2005 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 Special Conditions, Specifications and Bid Form. The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive, Miami Beach, Florida 33139. Facsimile or e-mailed bids will not be accepted. 1.2 EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be considered for award. All bids must be completed in pen and ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be tabulated. The original bid conditions and specifications CANNOT be changed or altered in any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter form, signed by bidders and attached to the bid. 1.3 NO BID: If not submitting a bid, respond by returning the enclosed bid form questionnaire, and explain the reason. Repeated failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list. 1.4 PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 1.5 TAXES: The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax and Use Certificate Number is 04-00097-09-23. 1.6 MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. June 30, 2006 Bid No. 35-05/06 Qty 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 altemate 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) Vendors 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 fumished 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 fumished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with bidder's name. Failure of bidder to either deliver required samples or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division , 1700 Convention Center Drive, Miami Beach, FL 33139. June 30, 2006 Bid No: 35-05/06 Ley of Miami Beach 6 of 30 1.13 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. 1.14 INTERPRETATIONS: Unless otherwise stated in the bid, any questions concerning conditions and specifications should be submitted in writing to the Procurement Director, 1700 Convention Center Drive, Miami Beach, FL 33139. Fax (305) 673-7851. 1.15 BID OPENING: Bids shall be opened and publicly read on the date, time and place specified on the Bid Form. All bids received after the date, time, and place shall be returned, unopened. 1.16 INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title 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 Bea No.. 35-05/06 City d 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 City of M,ami Beach Bid No: 35-0 30 8 of 30 1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH: Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00 P.M. 1.32 SUBSTITUTIONS: The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind. Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute shipments will be returned at the bidder's expense. 1.33 FACILITIES: The City Commission reserves the right to inspect the bidder's facilities at any time with prior notice. 1.34 BID TABULATIONS: Bidders desiring a copy of the bid tabulation may request same by enclosing a self- addressed stamped envelope with the bid. 1.35 PROTEST PROCEDURES: Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protest not timely pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. 1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS: If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior to scheduled Bid opening, a request for clarification. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. Any interpretation of the Bid, if made, 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: 35-05/06 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 following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgement, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 1.39 ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract, including any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City of Miami Beach. 1.40 LAWS, PERMITS AND REGULATIONS: The bidder shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. 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 Crty of Miami Beach 11 of 30 1.48 REASONABLE ACCOMMODATION In accordance with the Title II ofthe 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 with the Agreement for all services actually performed by the successful bidder and reasonable direct costs of successful bidder for assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this section. 1.58 INSURANCE AND INDEMNIFICATION: (See Check List for applicability to this contract) The contractor shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. He shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection 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 M,am, Beech 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 Indemnity $ .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 specifications and that evidence of this insurance may be required within five (5) days after bid opening. Ricci ttgOh ,.i_/• (I BiddeLJ Si •¢ ure of Bidder 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 # 13-05/06 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, 4`h 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: mestevezanmiamibeachfl.gov Communications between a proposer, bidder, lobbyist or consultant and Procurement Staff is limited to matters of process or procedure. Requests for additional information or clarifications must be made in writing to the contact person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the scheduled Bid opening date. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written addendum to this Bid. Bidders should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66, ENTITLED CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES RELATIVE TO ORAL AND WRITTEN COMMUNICATIONS. 2.8 SAMPLES: N/A 2.9 DELIVERY TIME: Vendors shall specify on the attached Bid Form the estimated delivery time (in calendar days) for each item. Upon delivery, all materials shall be unloaded by vendor. Delivery shall be prior to 3:30 PM, Monday through Friday with -in the City of Miami Beach. 2.10 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 eligible user. Further, contractors may update the balance of line offerings as new equipment and/or services become available for which the stated discount will apply. The City reserves the right to accept or reject any individual item(s) or all items offered as balance of line. Contractors, upon notification of award, shall submit the contractors' standard pricing, as locally published and in effect on the date of the bid opening, showing all equipment and services that are offered through balance of line, and shall indicate the fixed discount(s) and/or special pricing offered to the City. Price lists accepted will be published as part of the resulting contract. 2.12 ESTIMATED QUANTITIES: Quantities stated are for bidders' guidance only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous needs and estimated usage for a one (1) year period. Said estimated quantities may be used by the City for the purpose of evaluating the low bidder meeting specifications. June 30, 2006 Bid No: 35-05/06 City of Miami Beach 18 of 30 2.13 HOURLY RATE: N/A 2.14 WARRANTY: The successful bidder will be required to warranty all materials supplied. Warranty shall be described in detail on the attached Bid Form. In addition to the warranty supplied by the manufacturer, the bidder hereby acknowledges and agrees that all material supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. The successful bidder must accept return for full credit for defective items, items shipped in error or damaged in shipment. The City of Miami Beach shall return items in "as received" condition. 2.15 PRODUCT/CATALOG INFORMATION: Upon request, bidders must submit specifications and/or samples on the product(s) they propose to furnish on this bid. 2.16 REFERENCES (PROVIDE REFERENCES, IN THE CUSTOMER REFERENCE FORM) Each bid must be accompanied by a minimum of six (6) references of clients or government organizations for which the Bidder is currently furnishing or has furnished similar services. Reference shall include the name of the company, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. 2.17 COMPLETE UNIT REQUIRED: The scope of these specifications is to insure the delivery of complete product ready for operation. Omission of any essential detail from these specifications does not relieve the supplier from furnishing such unit. 2.18 FACILITY LOCATION: Materials will be delivered to the Public Works Yard located at 451 Dade Boulevard, Miami Beach, Florida 33139. Delivery to other locations within the City limits may be requested. 2.19 BIDDER QUALIFICATIONS: In order for bids to be considered, bidders must submit with their bid, evidence that they are qualified to satisfactorily perform the specified service. Evidence shall include all information necessary to certify that the bidder: maintains a permanent place of business; is an authorized distributor of the items specified in their proposal; has not had just or proper claims pending against him or his firm; and has provided similar type, size and complexity of such work. The evidence will consist of listing of contracts for similar equipment that have been provided to public and private sector clients, within the last three (3) years, and letter from the manufacturer that bidder is an authorized distributor for the proposed manufacturer. 2.20 LATE BIDS: At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. 2.21 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non-responsive. 2.22 COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND ONE COPY of the Bid Form pages and all required submittal information must be returned, properly completed, in a sealed envelope as outlined in the first paragraph of General Conditions. June 30, 2006 Bid No: 35-05/06 City of Miami Beach 19 of 30 2.23 MAINTENANCE AGREEMENT: N/A 2.24 EQUAL PRODUCT: N/A 2.25 CUSTOMER SERVICE: Excellent customer service is the standard of the City of Miami Beach. As contract employees of the City, all employees will be required to adhere to the City's "Service Excellence" standards and expected to conduct themselves in a professional, courteous and ethical manner in all situations. The successful bidder's employees must work as a cooperative team of well-trained professionals, and must serve the public with dignity and respect. All business transactions with the City will be conducted with honesty, integrity, and dedication. 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 basis throughout the year. 3.2.1 Orders shall be placed by Public Works Division personnel, as needed. 3.2.2 Prices shall include freight to City's premises, and shall be F.O.B. Destination. Vendor shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized City representative. 3.2.3 Vendors shall specify on the Bid Form the estimated delivery time (in calendar days) for each item. Upon delivery, all materials shall be unloaded by vendor. Delivery shall be prior to 3:30 PM, Monday through Friday with -in the City of Miami Beach. 3.2.4. Minimum order requirements, if any shall be indicated in the Bid Form. 3.2.5 Invoices and packing slips shall include adequate information including: department's name, location, full item description, unit prices Standing Order number, receiving signature, quantities, delivered and backorder status. June 30, 2006 Bid No. 35-05/06 City of Miami Beach 21 of 30 Bid Proposal Page 1 of 28 Company Name ( -1VC/ (OScV\ We propose to furnish all labor, material, equipment, supervisionand 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 GA KETPUSH ON DUCTILE -IRON PPE (C/EMENT-LINED) (Price on a per foot basis) 3&!---fJ w t l SA° j '1 h'vt- ¢Estimated t e'l Estimated Description Annual Qty. Unit Cost Total Delivery Time Item 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 3 -inch pipe, class 350 180' 4 -inch pipe, class 350 540' 6 -inch pipe, class 350 720' 8 -inch pipe, class 350 720' 10 -inch pipe, class 350 72' 12 -inch pipe, class 350 180' 16 -inch pipe, class 250 180' 20 -inch pipe, class 250 180' 24 -inch pipe, class 200 100' 30 -inch pipe, class 150 36' 36 -inch pipe, class 150 36' • $;7w- $7�rra..� $ /OdFo. -- `) $ fico3 $ a $77g0,$ 7710,—$ ?Goo, ' ,5 $app— f5 , ' Sv GROUP MI10: CAST DUCTILE/GRAY-IRON FITTINGS, MECHANICAL JOINT, AND CONNECTING PIECES WITH ONE END FLANGED (CEMENT - LINED) (CONFORM/IN. G WITH ANSI/AWWA C110/A21.11-93) (Price on a per unit basis) 4.1( tl- S { � Uokd LeSS 4ccessert es Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time eac4 PayS 12. Fittings, 4 -inch 50 ea Y's $ 335. _ 3+ Tee's $ 7/1)/. 90" $ 1x-7- 45" $ /5, e-- Bid Proposal Page 2 of 28 Company Name Estimated Fad\ Item Description Annual Qty. Unit Cost Cross $ z )itT) Regular Sleeve $ (1'!' Plugs (solid) $ ,4 q• Plugs (Tap) $ �(La --- Caps Caps (solid) $ `1i' — Caps (Tap) $ 73. Reducers $ %04i. — Mega lugs (or "equal") $ Accessories with gland $ C b, Accessories without gland $ 7� Gland $ la -- 13. o-13. Fittings, 6 -inch 50 ea Y's $ `f k7. Tee's $ tri i 90" $ j (¢ 45" $ 15/. — Cross $ W5. RegularSleeve $ Plugs (solid) $ . 1.2'-. Plugs (Tap) $ Caps (solid) $ 6 1 Caps (Tap) $ )6 Reducers $ l' J Estimated Delivery Time 1 1 1 1 3 1 1 Bid Proposal Page 3 of 28 Item Description Company Name Unit Cost $ 21 $ iS $ $ 7d ' Estimated Annual Qty. Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 14. Fittings, 8 -inch 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 Accessories without glad Gland 15. Fittings, 10 -inch Y's Tee's 50 ea 50 ea I--GI'Q U&iih Estimhted Delivery Time 5 S l 1 1 Bid Proposal Page 4 of 28 Item Description 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 Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Company Name i Estimated l Annual Otv. Unit Cost 50 ea $A(N % — $ 720.— $ $ (1G9, — $j3oq. $270. $ 171." $ ?U." Esti ted Delivery Time 5 iI 2 .5I 5 1 PP Proposal Page 5 of 28 Company Name r �J i ,SJ Estimated J Esti d Item Descriotion Annual Qty. Unit Cost Delivery Time Caps (solid) $ /5-9, Caps(Tap) $ P ,fi l� Reducers $ T i Mega lugs (or "equal") $ gli • Accessories with gland $ 36, Accessories without gland $ /7• Glands $ /6 17. Fittings, 16 -inch 25 ea Y's $Mc; Tee's $;1/7. 3 90" $/041.. 3 45" $I nal 3 Cross $ /gO /• — 5 Regular Sleeve $ 791 2 Plugs (solid) $ 93/�� _5 Plugs (Tap) $ F1rJ1(/ Caps (solid) $ ry6 7' - 5 Y Caps (Tap) $ d Q • Reducers $ ` ' 3Mega lugs (or "equal") $ 19 /7. //�n / 2 Accessories with gland $ in; 6 . / Accessories without gland $ $' / .-; Gland $ Volt, Bid Proposal Page 6 of 28 'rte -P ruSov. Estimated 1 Esti at d Item Description Annual Qty. Unit Cost Delivery Time Company Name 18. Fittings, 20 -inch 25 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 Accessories without gland Gland 19. Fittings, 24 -inch 25 ea Y's Tee's 90" 45" Cross Regular Sleeve $ /0 $ Wv 10 s17U.� Irk s la -c//. to $ 10 $ [0 $ o $90e•' C 0 s •c Io $ ID $ 37— ID $lid. 10 $-309r, 10 $33c91_ -- la s l l o5y. ID Bid Proposal Page 7 of 28 Company Name r' -erg( ASG v\ Estimated JaCh I Estimated Item Description Annual Qty. Unit Cost Delivery Time Plugs (solid) $ li7 40, - 10 Plugs (Tap) $ C3-?' ' ID Caps (solid) $ /22< ' /0 Caps (Tap) $ I Y?V1 � 0 Reducers $P-09. /0 Mega lugs (or "equal") $ 3 " ' 10 Accessories with gland $ 1Y.9. ' / 0 Accessories without gland $ %%. -' ID Gland $ //3^! /0 20. Fittings, 30 -inch 25 ea Y's $i7ri%ye- 75. Tee's $, g 7 (Q l . / < 90" $ &?-3a' _Z 45" $ (196t1--- 7 / Cross $ 13 kib, e / S Regular Sleeve $ i LS Plugs (solid) $ 2(67. /S Plugs (Tap) $ .9'21,.- - /_< Caps (solid) $ a2123 • J 6 Caps (Tap) $ ;/'/"3 - is 1-813,---. Reducers $ `73 J 3 • — K. Mega lugs (or "equal") $ 1 OD 1. ' /5' Accessories with gland $ 1 (2'1 , _15 Bid Proposal Page 8 of 28 Company Name ek S Estimated Esti ated Item Description Annual Qtv. Unit Cost Total Delivery Time (..1S-6,"\ Accessories without gland $9.0(3_00 j(3- (0 Gland $ i%7 D - GROUP M153: CAST DUCTILE -IRON FITTINGS, MECHANICAL JOINT (CEMENT - LINED) (CONFORMING WIT}I ANSUAWWA C153/A21.11-53-94) (Price on a per unit basis) A Wttili pei-ed Less CSG e 530 e,' e.S Estimated Est Item Description Annual Qtv. Unit Cost Total Delivery Time 21. Fittings, 3 -inch 75 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 Accessories without gland Gland 7 5- 3 3 3 3 tc2 a a- Bid Proposal Page 9 of 28 Company Name Re r Ct Le.50 +/- \j�� Estimated ./Gch ✓ Estimated Item Description Annual Qty. Unit Cost Total Delivery Time 22. Fittings, 4 -inch 75 ea ,/ Y's $(72,i Tee's $ .o2. — 90" $ L . 45" $ tf Cross $ Id?..' .5 Regular Sleeve $ '-/Y' ') Plugs (solid) $ ig. l Plugs (Tap) $ Act -- t 0 Caps (solid) $ /F• Caps (Tap) $ 3c 1 Reducers $ .31' Mega lugs (or "equal") $.-6 [ Accessories with gland $ ' y. Accessories without gland $ -i ff Gland $ (0, 1 23. Fittings, 6 -inch 75 ea —� r Y's $r I (E Tee's $ ilia.---- 1 90" $ 73. -- 45" $ (0t CI Cross $ 11/5-J Regular Sleeve $ ?". Bid Proposal Page 10 of 28 Company Name i -Pr (7 U Si j Estimated<<`t ✓ Estimated Item Description Annual Qty. Unit Cost Delivery Time Plugs (solid) $ -7i Plugs (Tap) $ Q•j}- Caps (solid) $ �D . Caps (Tap) $ ----- Reducers Reducers $ Mega lugs (or "equal") $ 8/. Accessories with gland $ 1F.; Accessories without gland $ R. Gland $ 7. 24. Fittings, 8 -inch 75 ea Y's $. /J 5 Tee's $ /. S?. 90" $ /13- 45" $ Cross $_9(96t"— Regular %fiDt"Regular Sleeve $ 961- Plugs (solid) $ Lei/ — i Plugs (Tap) $ .5 Caps (solid) $ i7• ` Caps(Tap) $ Reducers $ Mega lugs (or "equal") $ �( Accessories with gland $ � • f Bid Proposal Page 11 of 28 Company Name �c+c% Item Descriotion Unit Cost Estimated Annual Qty. Accessories without gland Gland 25. Fittings, 10 -inch 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 Accessories without gland Gland 26. Fittings, 12 -inch Ys Tee's 90" 45" 75 ea 75 ea Estimated Delivery Time 5 2 a 3 5 Bid Proposal Page 12 of 28 Company Name) (r <6) 1,\ Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ 392. 'e 5 Regular Sleeve $ iVC-re 2 Plugs (solid) $ l a Plugs (Tap) $ n'Y. Caps (solid) $ d `�� r Caps (Tap) $ PI, e Reducers $ / Tot/ /� Mega lugs (or "equal") $ "/ �e Accessories with gland $ .°)- a Accessories without gland $ /'1 - Gland $ i ..)- 27. Fittings, 16 -inch 10 ea Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Bid Proposal Page 13 of 28 Company Name r•Q rCI Le SO v) Estimated * C v Estirr(ated Item Description Annual Qty. Unit Cost Delivery Time Mega lugs (or "equal") $ /94 , pp i Accessories with gland $ 6: Accessories without gland $ Gland $ n 28. Fittings, 20-inch 10 ea Y's $ law• n- /C) Tee's $ �7 7Q . - /0 90" $ 1a33.' to 45" $ ///0 Cross $ 3675o,' Regular Sleeve $ 7Yf9• /0 Plugs (solid) $ nay. - /D Plugs (Tap) $ g67 r Caps (solid) $ 'Va f /6 Caps (Tap) $ Reducers $ Q 7c — /0 Mega lugs (or "equal") $. 24P-. /%) Accessories with gland $ /2(0 • to Accessories without gland $ Gland $ J / 29. Fittings, 24-inch 10 ea Y's $ /2% Tee's $ i 7D• / /) Bid Proposal Page 14 of 28 Company Name 1/4(2 r q L?son tics Estimated Est dialed Delivery Time Item Descriotion Annual Qty. Unit Cost 90" $ /99&. /0 45" $ fetz.21 co Cross $ 1o4'oy— /0 Regular Sleeve $ leqD • /0 Plugs (solid) $ ---() c(9 7. / E71,-- Plugs (Tap) $ 6 71, -- I D Caps (solid) $ �9yy/G,. -- la Caps(Tap) $ 76b• /0 Reducers $ / Sal- — /a Mega lugs (or "equal") $ 317y- J / 0 Accessories with gland $ 1 16, /0 Accessories without gland $ WO- /0 Gland $ l 13- -- /0 GROUP 0: CAST DUCTILE/GRAY-IRON FITTINGS, MECHANICAL JOINT, AND CONNECTING PIECES WITH ONE END FLANGED POLyyETHLENE/CERAMIC EPDXY LINE) (Price op a per unit basis) ifZl u� Jess otcC&SS orte5 Estimated Estimated Item Descriotion Annual Qty. Unit Cost Delivery Time 30. Fittings, 8 -inch 75 ea 'P5 Y's Tee's 90" 45" Cross $.uv 5 $ x-30. $1�0 $ 5 Bid Proposal Page 15 of 28 Company Name�_ __Sr _re v" /G i v .) in Estimated ^CI1v Esti m ted Item Description Annual Qty. Unit Cost DeliveryTime Regular Sleeve $ I<<, f 5 Plugs (solid) $ S7. --Sr Plugs (Tap) $ 627 _c" i Caps (solid) $ e' Caps (Tap) $ _90,2_____ S Reducers $ (I5. S Mega lugs (or "equal") $ 7 .5 Accessories with gland $ 18. i rc* -' Accessories without gland $ I d J Gland $ Q.---- s g — /1.0 gip « i i ch ;eke, 31. Fittings, 9 -inch 75 ea Y's $ Tee's $ 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega lugs (or "equal") Bid Proposal Page 16 of 28 Item Description Company Name r --Th t^-Or4 U_cOo Estimated " , } Estimated Annual Qty. Unit Cost Delivery Time Accessories with gland Accessories without gland Gland 32. Fittings, 10 -inch 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 Accessories without gland Gland 33. Fittings, 12 -inch Y's Tee's 90" 75 ea 75 ea 5 5 S 5 5 5 5 5 .5 5 Bid Proposal Page 17 of 28 Item Description 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 34. Fittings, 16 -inch Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Company Name tric"1 Unit Cost $1?/o. $ WO. --- $ $2 .- $15, $t'4 — $1.66. $2-15 $ $ $ l y $ Estimated Annual Qty. 75 ea $ $loom $(9(a5 " $150. $ 3Q6- $37 rTher5 uSoti Extirpated Delivery Time 5 5 5 5 5 5 s 5 5 5 5 3, 5 5 5 5 Bid Proposal Page 18 of 28 Company Name Per USL n Estimated at CA \'" Esti ted Item Description Annual Qty. Unit Cost Delivery Time Reducers $ 5 76 C5 Mega lugs (or "equal") $ I % 7` r Accessories with gland $ &d— s r - C Accessories without gland $ ?g•5 Gland $ V; J 35. Fittings, 20 -inch 75 ea j Y's $ 0000. / D Tee's $ 0' / /0 // 90" $ ! & '2' /a 45" $ /3tv. / /0 Cross $ /� • /0 Regular Sleeve $ l /t D- / /0 Plugs (solid) $ (GM /0 Plugs (Tap) $ O2 / L 0 Caps (solid) $ /0/ Caps (Tap) $ 560 • f ` V Reducers $ /1(%b./ / v Mega lugs (or "equal") $ 1'T / `i9 Accessories with gland $ 1, i `0 Accessories without gland $ -3 /0 01____ ^ Gland $ / 1 0 Bid Proposal Page 19 of 28 Item Descriotion Company Name Unit Cost Estimated Annual Qty. erli //49'1-7-5 Esti ated Delivery Time 36. Fittings, 24 -inch 75 ea Y's $ /O/51/6• /67 Tee's $. 10 90" $ 21oV' — / /) /, V 45" $ (J S / l 0 Cross $ lore /0 / � Regular Sleeve $ No.' / /o Plugs (solid) $ F16. 0% ' / qp Plugs (Tap) $ //0 Caps (solid) $ 05"- / l 0 Caps (Tap) $ KO' ' / `0 Reducers $ l a //) Mega lugs (or "equal") $ 4' r'?/. / D '/�� Accessories with gland $ /Y"/ /0 Accessories without gland $ /Ca / 0 Gland $ 003. / /0 37. Fittings, 36 -inch 100 ea Ys Tee's 90" 45" Cross Regular Sleeve 4, $ gat. � 1d $ (af,U� ' /0 $G�o7�.— lav $/moo.— /C') 'T7 Bid Proposal Page 20 of 28 Item Description Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland Company Name Mat\ Unit Cost $3/��.� $ � 60. $36-00• $moo.— $ eb $ I lOO- i $' $ X00,i Estimated Annual Qtv. FFG J Estimated Delivery Time GROUP W: CAST DUCTILE/GRAY-IRON FITTINGS, FLANGED (CEMENT LINE) 4-14 R4:• -y5 fuak°of less aeeei5oti CS Esti ted Unit Cost Delivery Time (Price on a per unit basis) Item Description 38. Fittings, 4 -inch Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Estimated Annual Qtv. 20 ea s Bid Proposal Page 21 of 28 Item Description Reducers Mega lugs (or "equal")f% ✓ Accessories with-giafffi- Accessories without gland Gland 39. Fittings, 6 -inch Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Company Name Unit Cost $ �l / $ Estimated Annual Qty. Reducers 11/19cnj Mega lugs (or "equal") Accessories with-gland— Accessories without gland Gland 20 ea €rCcacQr\ Estimated Delivery Time 5 5 .5 5 Bid Proposal Page 22 of 28 Item Description 40. Fittings, 8 -inch Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Company Name Estimated C1 Annual Qty. 20 ea /•t c/P cv, y a Mega lugs (orfequal" Accessories wttit-glanci Accessories without gland Gland 41. Fittings, 10 -inch Y's Tee's 90" 45" Cross Regular Sleeve 20 ea Unit Cost Estimated Delivery Time $7?3- 1D $VIV — `0 $ 0 /0 Bid Proposal Page 23 of 28 Company NameN-Y Pl gig Std i'\ � si Estimated J E�`utiat Item Description Annual Qty. Unit Cost Delivery Time Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers /ke��ccPk* 1 Mega lugs (oRqual Accessories with-gtand Accessories without gland Gland 42. Fittings, 12 -inch Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers 114.9-,C 1 vd Mega lugs (o equal") Accessories wi11 20 ea $ 1_• /0 $ /a -F, I D /0 $%ST. J /0 $ lo/. — /0 /0 $ Ufa" E d $ yy3• -- `0 $397 `~ /0 siC7(c /0 Bid Proposal Page 24 of 28 Company Name Item Description Estimated Annual Qty. Accessories without gland Gland 43. Fittings, 16 -inch Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers MCC Mega lugs (o equal") 50 ea .e. Accessories with -gland. Accessories without gland Gland 44. Fittings, 20 -inch Y's Tee's 90" 45" 10 ea FcA Unit Cost Tr er9'u¶ n \ " J Estimated Delivery Time $i73F' /S $1975, /S $ $3 Lk), /5 - slats". Sslats". _ lS $796-' /S $ US, !S $ 2o $3317.-- $21 Cog, 3311.7.-_$2(fo5, 20 $ i I o25-' �o Bid Proposal Page 25 of 28 Company Name Estimated G/1 Item Description Annual Qty. Unit Cost Cross $()I711' Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) Caps (Tap) $25�.._ $ a S(> o Estimated Delivery Time 20 Reducers $ 17 717• GA- Mega lugs (or " qual") $ q7?, e> / � Accessories wiElrgiatfd' $ `��-1/• Accessories without gland $ Gland $ 45. Fittings, 24 -inch 10 ea Y's $ 2227. Tee's $ V-96'34 90" $ 31110- 45" *-30?, 20 Cross $578. Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ 066- Caps C,Caps (Tap) $-y(�����,.� —_ Reducers $ ,l-2"`° D --PD Bid Proposal Page 26 of 28 Company Name F %\/ci US) IN y Estimated ,.0/A \✓ Esm3ted Item Description Annual Qty. Unit Cost Delivery �.Time Mega lugs ( �iiaY }-' a $ /209-' ,�/ Accessories witirgiand' $ (29 Accessories without gland $ Gland $ 46. Fittings, 30 -inch 25 ea Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega lugs for ` equIVC Accessories with gland - Accessories without gland Gland 47. Fittings, 36 -inch Y's Tee's 25 ea $5157.— 30 $ 30 $ geg7 ,30 $ $ 3D $17Ob< $ 655 ' 3o $ 3 D $ $ g7cro,� Bid Proposal Page 27 of 28 Company Name PI't l SU Estimated ' ` J Ested Item Description Annual Qty. (U��niit�Cost Delivery Time YUP/, 90" $ (i ob Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ )1 OV' — 3D Caps (Tap) $•3-Cfp• ,3v Reducers $70oo, / c) e Uzi Mega lugs (o` `equal $?36 J ' Accessories fid— $1006. — 10 Accessories without gland $ Gland $ 48. Offset 30 ea Offset 4" x 12", MJ X PE $ 36b . — 5 - Offset 4" x 12", MJ $3.L) . ' _5 - Offset 4" x 18", MJ $ WO • 5 Offset 4" x 24", MJ $566- c Offset 6" x 12", MJ, CLASS 110 $ V%5• 5 / Offset 6" x 12", MJ X PE $ '70" 5 Offset 6" x 18", MJ, CLASS 110 $ 5(4— — 5 Offset 6" x 18", MJ X PE $�i�.2— 5 Offset 6" x 24", MJ CLASS 110 $ Vt.-- 5 Offset 20" x 12", MJ $3y .---_ /0 Offset 20" x 18", MJ $ ?Uo e ID Offset 8" x 12", MJ $ -253• -- 5 Bid Proposal Page 28 of 28 Company Name dC/ 1 J% ov Estimated `✓/ Estimated Item Description Annual Qty. Unit Cost Delivery Time Offset 8" x 18", MJ $ (7,26.-- 5 - Offset Offset 10" x 12", MJ $ 0-00. s ...< 5- Offset 12" x 12", MJ $ i��1�• �'" Offset 12" x 18", MJ $ /WO- ._> TOTAL (Line items 1-48) $ 537, Ya 7 . PURCHASE OF CAST DUCTILE IRON AND PIPE AND FITTINGS BID # 35-05/06 (- COMPANY NAME: 1'- C' V� G��]U� f'% i S� S ` %2t� Bid Proposal Page 3 of 4 31. Balance of Line: (This fixed discount shall reflect percentage off the contractor's standard pricing) %off Warranty: ©n t oo \ Years Estimated Delivery from receipt of order: 1-80 calendar days Minimum order requirements: $ /CO. OZ/ Delivery charge for Tess than minimum order value: $ 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 BE�SUBMITTED INIDUPLICATE. SUBMITTED BY: l C1&s. /Wad( ad((e/1 COMPANY NAME: t -L C, S — �,-,1-.-er-arses /itc, 100 A4 (I certI jthat I am authorized to execute this proposal and commit the bidding firm) SIGNED: Bidders must acknowledge receipt of addendum (if applicable). Addendum No. 1: L/LYL91 Addendum No, 2: Addendum No. 3: i Addendum No. 4: nsef Date f In NAME/TITLE(Print): ADDRESS: CITY/STATE: TELEPHONE NO: FACSIMILE NO: FEDERAL I.D.#: June 30. 2006 City of Miami Beach 5 sb},f )if \u P. (er ( c�.>\/\o�t e.c )(45 1-1)�-il- ZIP: 37o (o / 7 / 2? /oo 9_5(/- 2(oo -,1295 5y /;__/1 771 Bid Na: 35-05/06 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 Section 1.1 Special Conditions Section 2.22 X N/A X N/A X X X X X X June 30, 2006 City of Miami Beach Execution of Bid General Conditions Section 1.2 Equivalents/Equal Product General Conditions Section 1.10 Special Conditions Section 2.24 Insurance and Indemnification (including Insurance Checklist) General Condition Section 1.26 General Conditions Section 1.58 Bid Guaranty/Performance Bond General Condition Section 1.27 Warranty Special Conditions Section 2.14 Product/Catalog Information Special Conditions Section 2.15 References Special Conditions Section 2.16 and Page 24 Bidder Qualifications Special Conditions Section 2.19 Exceptions to Specifications Special Conditions Section 2.21 Contractor's Questionnaire (Page 29) Bid No' 35-05/06 26 of 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 disqualification from award of this bid. Submitted.to The Mayor and CityCommission of the City of Miami Beach, Florida: By e/Yr o1�1r r.fSrS / n L. r Principal Office Me° How many years has your organization been in business under your present business name? `%S Does your organization have current occupational licenses entitling it to do the work/service contemplated in this Contract? WS Please state license(s) type and number I KC Uei ft oncti� S7l4 Include copies of above licenses and certificates with proposal. Have you ever ,hpdd acontract terminated due to failure to comply with contractual specifications? AW rAlen If so, where and why? In what other lines of business are you financially interested or engaged? /t!dn. -f" Give references as to experience, ability, and financial standing .-2e /7 t-1QC""' i> June 30. 2006 Bid No: 35-05/06 City of Miami Beach 27 of 30 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 entities (including our sub -consultants) with a controlling financial interest: have have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. HEREBY CERTIFY that the /above answers are true and correct. (SEAL) k -C, er &/t4 Jlctn.zC/et(SEAL) June 30. 2006 Bid No: 35-05/06 City of Miami Beach 28 of 30 N W us 0 Oin N 0 1 J C •w 1L a a Z Ne W R W •O Q 2 M �t N 0 a 2 OC 3. 2-i- +n Z a. 03 W W h UJ O h..= O N z f0 0 0 I/IQXK 01042 0 Lot _ i0 2 iA LL 4441.-04414441.-0441<aZ I • N O M 0 0 re 0...1.•.101 i WRQ 1~' Q za ri an - ix z ▪ W! W 1c ovsi= om ogf N'1 U' M,R N"' nem ,-I W ICF a ,g mkt u.....1 M co Z 4L N m o g Ok ▪ MO • •TN 0 0Ofn N N.0" :N0 OOa ...I C4 SEE OT B B Marsh, Inc. 6/6/2005 2:40 PM PAGE 2/003 Eastern Time Zone UAr Lt.flph ►,i/ CERTIFICATE NUMBER Cf < ro„kL•< ,._ CLE -001478184-01 PRODUCER Marsh USA Inc. Tl,.ne Jam es rD^In. 1051 East Cary Street, Suite 900 Richmond, VA 23219 Attn: Fergusonenterprises certrequestQmarsh com INSURED CO LTR Ferguson Enterprises, Inc. and Subsidiaries Post Office Box Attached 2779 Insured Schedule) Newport News, VA 23609-0778 THIS CERTFICATE LS ISSUED AS AMATTER OF INFORMATION ONLY AND CONFERS NO RIG NTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY. THIS CERTIFICATE DOES NOT AMEND, FVTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE CORP ANY A LIBERTY MUTUAL FIRE INSURANCE COMPANY COMPANY B LIBERTY INSURANCE CORPORATION COMPANY C COMPANY D THIS IS TO CERTIFY THAT PQIOES OF INSJRANCE DESCRIBED HEREIN HME BEEN ISSUED TO THE INSJRED NAMED HEREIN FOR THE PO -ICY PERIOD INDICATED NOTWTHSrANDING ANY REQUIREMENT, TERM OR COVDMCN OF ANY CONTRACT OR OTHER D00JMENT IMT( RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSJRANCE AFFORDED BY THE POUOES DESCRIBED HEREIN ISSUB,ECr TO ALL THE TERMS CONDMONS MD EXQUSONS OF SUCH POLICES AGGREGATE UNITS SIOWN MAY HAVE BEEN REDUCED BY PAD CLANS TYPE OF INSURANCE A GENERAL UABILITY X COMMERC AL GENERAL LIABILITY CLAMS WOE C OCCUR OWNER'S S CONTRACTOR'S PROT T A /ETON MILE UABILITY X ' ANY *um _ KL CANED AUTOS _ SCHEDULED AUTOS HIRED AUTOS NCV -OWNED AUTOS X 'hysical Damage X 4Sfansured GARAGE LIABILITY RANT AUTO EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS'LIABILITY THE PROPRIETOR/ PARTNERSEDECJTIW RFFICERS ARE OTHER x INCL DIM SOLICY NUMBER R02.051-004344-035 AS2-051-004344-045 WA7YC5D-004344-015 (ADS) VNC7-051-004344-025 (OR, WI) DES :OPTION OF OPERATION SILOCATIONSIVE.NCLES/SPECIAL ITEMS Miami Beath City of Miami Beath Attn: Maria Fernandez 1700 Convention Center Drive Miami Beath, FL 33139 POLICY EFFECTIVE POLICY EXPIRATION DATE (MMMONY) DATE (NMIDDAY) 08/01/05 08/01/06 08101/05 08/01/05 08/01/05 08/01/06 08/01/05 08/01/06 LIMITS GENERAL AGGREGATE �$ PRODUCTS -COMP/OPAGG $ PERSONAL 8 AD./INJURY EACH OCCURRENCE FIRE DAMAGE(Any melte) MED EXP (MY me oases) COMBINED SNGLE LIMIT BODILY INJURY (Per prem) BODILY INJURY per ae klenq PROPERTY DAMAGE $ $ AUTO ONLY -EAACODENT $ 1 OTHER THAN AUTO ONLY: EACH ACODENT $ AGGREGATE $ EACH OCCURRENCE $ AGGREGATE $ $ X I TORYLIMITS I 4,000,000 2,000000 2,000,000 2,000,000 1,000,000 10,000 5,000,000 EL EACH ACODENT $ EL DISEASEPOLICY LIMB $ EL DISEAS .EACH EMPLOYEE $ 2,000,000 2,000,000 2,000,000 SHOULD ANY OF TIE POLICES DESCRIBED HEREN BE CANCELLED BEFORE TIE EXPIRATION DATE THEREOF. TIE INSURER AFFORDING COVERAGE MALI ENDEAVOR TO MAIL _an DAYS /MITTEN NOTICE TO THE CERTIFICATE HOLDER NAACO HEREIN BUT FAILURE TO MM. 5.104 NOTICE SHALL IMeeg NO OBLIGATION OR UABRITYO AMYKIND UPON THE INSURER AFFORDING COVERACE ITS MEW'S OR REPRESENTATIIES OR THE ISSUER OF THIS CERTFIOITE. MARSH USA WC. or Regina R. Enroughty15.- VALID AS OFV6/06/06 PRODUCER Marsh USA Inc T^.oe games Center 1051 East Cary Street, Suite 900 Richmond, VA 23219 Attn: Fergusanenterprisescertrequmarah.com caab.cz II time tone INSURED Ferguson Enterprises, Inc. and Subsidiaries (See Attached Named Insured Schedule) Post Ole Box 2778 Newport News, VA 23609-077B ca.^.ae E COMPANY F COUP ANY 0 Cauca( 14 NAMED INSURED SCHEDULE Alamo Pipe & Supply Clayton Group, Inc. Economy Plumbing and Heating Supply Co., inc. Endrles International, Inc Energy & Process Corporation, a Ferguson Subsidery Ferguson Enterprises, Ina dba Ferguson Full Service Supply Ferguson Enterprises, Inc *a Louisiana UtilitiesSuppiy Company Ferguson Fire & Fabrication, Inc. (km Sierra Craft, Inc.) Ferguson Waterworks Ferguson lAbterwmks EPPCO Ferguson Waterworks Sumner d Dunbar Frivhkom Inc., a Ferguson Subidaryry Hone Equipment Company, Inc. dos Chne Contract Sales J.D. Daddario Company, Incorporated Lens Piping Co. Uncdn Products Lyon Conklin & Co., Inc. Pad(w Fee 6 Safety Park Supply a Ferguson Subsidiary Floe Prooddud• ■ Ferguson Subsidary Record Supply Company, A Nevado Corporation Sum ecord Supply Company, A Nevada Corporatlonner & Dunbar Supply North Central Group, a Ferguson Enterprise The Parnell Martin Companies, LLC The Plumbers Warehouse, a Wolseley Company Webb DistrIbutos, Inc. Westume Supply Inc. ��tiii. +n• z 44=444x,+ Miami Bead) Cly of Miami Beech Attn: Mede Fernandez 1700 Convention Center Skive Miami Beach, FL 33139 s MARSH USA MG BY Regina R. Enroughty %GSP5 OFERGUSON ENTERPRISES, INC. 12500 Jefferson Avenue Newport News, VA 236024314 Plane: (757) 674.7795 FAX: (757) 989-2501 Reply to: P.O. Box 2778 Newport News, VA 23609-0776 March 26, 2004 Metrofueling P.O. Box 607 Wilsonville, OR 97070-0607 To Whom II May Concern: RE: Credit References We are enclosing credit Information for Ferguson Enterprises, Inc. and its divisions. Due to the volume of credit applications processed daily, we would appreciate your accepting this letter and the enclosed information in lieu of a completed application form. Ferguson is the nation's largest wholesale distributor of plumbing, pipe valve and fittings, HVAC, waterworks and industrial products. Please refer to our Dun & Bradstreet credit report under Ferguson Enterprises, Inc., Newport News, Virginia for additional financial information. Our current Dun & Bradstreet rating is 5A2. Ferguson Enterprises, Inc., a Virginia corporation, was founded in July 1953; today we operate 775 locations in 49 states, the District of Columbia, Puerto Rico, and Mexico. Since June 1982, we have operated as a wholly owned subsidiary of Wolseley plc, a publicly traded United Kingdom corporation. Consolidated financial statements for Wolseley are included In its annual report available online at www. wo1se1ey. com. Accordingly, we are prohibited from distributing our intemal financial statements. We require purchase order numbers on all invoices, as well as, two (2) copies of each invoice. All accounts will be paid in accordance with our purchase order payment terms unless agreed otherwise at the time of order placement, in which case we will pay in accordance with the agreed upon terms. Sales tax exemption certificates are available upon request. Please feel free to contact the trade references and banks listed on the attached Credit Information Data Sheet. All information obtained shall be used solely for the purpose of granting credit. If any additional information is required to establish our account, please direct your correspondence to me at 12500 Jefferson Avenue, Newport News, VA 23602-4314 (Phone: 757-874.7795; Fax: 757-989-2501). Thank you for your consideration in opening our account. Sincerely, FERGUSON ENTERPRISES, INC. RA W& S. Folve'rc Russell S. Evans, Jr. Assistant Treasurer RSEjdhgk Enclosure FERGUSON ENTERPRISES, INC. STANDARD CREDIT INFORMATION CORPORATE OFFICERS: PRINCIPAL BUSINESS ACTIVITY: SIC Code: FEDERAL TAX NUMBER: DUN'S NUMBER: Wachovia Services Corporation 1628 Browning Rd SC8928-C Columbia, SC 29226 Requests made by mail only 803-216-3834 Phone American Brass & Iron 7825 San Leandro Oakland, CA 94621 800-4684766 Phone 510-632-8035 Fax Written Confirmation Only: Chip S. Hornsby, President & CEO Stewart P. Mitchell, Vice President/CFO Terry E. Hall, Secretary Joseph R. Witt, Treasurer Russell S. Evans, Jr., Asst. Treasurer Wholesale distributor of plumbing, heating, pipe valve and fittings, HVAC, waterworks and industrial products. 5074, 5085, 5075, 5064, 5051, 5084, 3089 54-1211771 00-895-5171 BANK REFERENCES Bank of America Credit Inquiry Services P.O. Box 100289 Columbia, SC 29202-3289 803-765-4882 Phone 1-900-555-5100 Fax Request in prior to 3 p.m. same day response ($10 charge to requester's phone bill) TRADE REFERENCES Moen Faucet ' 25300 Al Moen Drive North Olmstead, OH 44070-8022 800-634-6041 Phone 800-848-6636 Fax Kohler Company Attn: Credit References 444 Highland Drive Kohler, WI 53044 Nibco P.O. Box 1167 Elkhart, IN 46515 574-295-3000 Phone 574-295-3307 Fax Delta Faucet 55 E III Street Indianapolis, IN 46280 Attn: Diana Theurer Charlotte Pipe & Foundry P.O. Box 35430 Charlotte, NC 28235 800438-6091 Phone 704-348-6418 Fax ' MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www. miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490 , Fax: 305473-7851 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 striket#reugkr) 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 1.35, 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 exoerience and qualifications: the ability: capability. and capacity: and proven oast successful performance in orovidina prompt and efficient service in the delivery of ... J: _ i,: . The followina evaluation criteria will be utilized by the City: 1. The experience and oualifications of the vendor (15 ooints). 2. Customer service team (15 points). 3. Cost (20 points). 4. Detailed approach as to how vendor will manaae the City's account. (20 ooints). 5. Risk Assessment Plan for ensuring aualitv of service (15 points). 6. Past performance based on number and aualitv of the Performance Evaluation Surveys (15 points) July 14, 2006 (Amended) RFP No. 35-05/06 City of Miami Beach Bidders must submit the followina information as it relates to the evaluation criteria: a) Qualifications of the Firm Introduction letter outlinina the firm's exoerience. qualifications and structure: provide oast experience to support the Qualifications of the submitter and a comoanv overview. b) Customer Service Experience and aualifications of customer service reoresentatives handlino 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 rights, in the City's best economic interest. to negotiate the or000sed cost. d) Detailed Approach Vendor must possess personnel. equipment and oraanization necessary to satisfactorily service the City of Miami Beach account durino both normal operations and in the event of emeroencv 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 aooroach that addresses at a minimum the following: • A listing of comoanv warehouses or branches. • Operation schedule and customer service policy. • 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 longer than two paces front side of pace only. The RAP should address the following items in a clear and generic 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 anv options that could increase the value of this contract. (4) Explain the benefits of the Risk Assessment Plan. Address the quality and performance differences in terms of risk minimization that the City can understand and what benefits the ootion will provide to the user. No brochures or marketing pieces. f) Past Performance Information Past performance information will be collected on all firms by means of the Performance Evaluation Survey. Bidders are required to send out the Performance Evaluation Survey and Letter provided in Daces 29-30 of this Invitation to Bid to each of their clients. Bidders are also resoonsible for making sure their clients return the Performance Evaluation Surveys July 14, 2006 (Amended) RFP No 35-05/06 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, soeakina with current and former clients, review of relevant client documentation. site -visitation. and other independent confirmation of data. The City Manager's designated representatives may conduct interviews with any/ all bidders prior to award. Upon aooroval by the City Commission of contract award. the City Administration will negotiate with the top-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 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\REP'S I05-061RFP-15-05-06 Derelict Vessels1RFP-15-05-06A2.doc July 14, 2006 (Amended) REP 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 part of the contract. RA Plan Format The format for the RA plan is attached. The RA Plan should clearly address the following items 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 vendor 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 quality) 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 major task. No names!!! — In order to minimize any bias by the evaluation committee, the RA must riot 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. Juiy 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 time 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 (technical 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 managers, 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 assessment 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 Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to cost (in terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Malor Risk Items Risk 1: Impact: Cost ($) 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 ($) Solution: Risk 9: Impact: Cost ($) Solution: July 14, 2008 (Amended) City of Miami Beach Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) RFP No. 35-05108 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. 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 July 14, 2006 (Amended) City of Miami Beach Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) RFP No: 35-05/06 MIAMIBEACH City of Miami Beath, 1700 Convention Ca sr Drive, Miami Beach, Florida 33139, www.miomibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490 , Fox: 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: L 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:TURCSALL\Maria`BtdsW5-WITB-35-05-06 Purchase of n ➢urate Iron and Cast Gray IrordITB-35-05.O6A2.doc z-64,111,. /VII /-\/Vl I ti LAL II City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Fbrida 33139, vm+v.miamibeoch8.gov PROCUREMENT DIVISION Tel: 305-673-7490 , Fax: 305673.7851 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: L 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. IV. 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 underscore; words deleted are denoted by a strikethfeegh) to read as follows: The City requires that all parts delivered shall be "All domestic only" and meet the following reauirements mat:. A) All fittings must comely with AWWA Standards; B) You must have letter of certification from factory Engineer: C) Name must be on side of the fitting. 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 O .e IAMI BEACH G s Lo.- z, CPPO P " ocurement Director F:tPURC\SALL\Maria\Bid$ 05.06\ITB-35-05.06 Purchase of Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron \ITB-35-05-06A3.dac Estevez, Maria Page 1 of4 From: Lopez, Gus Sent: Monday, July 24, 2006 7:54 PM To: ray®corcelcorp.com Cc: Estevez, Maria; Walters, Pauline; rcorona@corcelcorp.com Subject: FW: Addendum No. 2 for ITS -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 nuc tt 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 contractors/vendors. 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; ore -mal: auslooezCa7miamibeachfl.00v. Thank you, MIAMIBEACH Gus Lopez, CPPO, Procurement Director City Hall — Procurement Division 1700 Convention Center Drive, Miami Beach, FL 33139 Tel: 305-673.7495 / Fax: 305-673-7851/ viww.miamibeach8.00v 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 DON'T HAVE HIS E - From: Ray Corona [mailto:ray@corcelcorp.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 concerned 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 concerned 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[maiito:MariaEstevez@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 of4 patrickmetr@hughessupply.com; Mayte.bechara@hughessuply.com; Bill; kwinstead@uspipe.com; Elsa Riesgo; areainc@aol.com; jcwoodruff@windustrial.com; paula@corcelcorp.com; Ray Corona ; michaelpacheco@ferguson.com; mlchael.pachlco@ferguson.com; jmueler@ferguson.com; joe@lionplumbing.com; pedro.hernandez@nationahvw.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 Maris Esteems, Procurement Coordinator PROCUREMENT DIVISION • 1700 Convention Center Drive, Miami Beach, FL 33139 Tel: 305-673-749(1 / Fax: 30S-6734e5t I www.mlemlbeachftgov We are committed to providing excellent public service and safely to all who live, work and play in our vibrant tropical, historic community. 07/25/2006 1TBMIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Flo do 33139, www. miamibeachfl.gov PROCUREMENT DIVISION Tek 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 FAPURC\$ALL\Maria\Bids105-06VTB-35-05.06 Purchase of P and Fittings, Cast Ductile Iron and Cast Gray Iron\ITB-35-05-06A3.doc MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachtl.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: L 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 BTTACH Gus LopeL, Procurer; L F: SAL L .• Qualifications of the Firm Page 1: Ferguson History Page 2: Ferguson Facts Page 3: Mission Statement Page 4-5: Waterworks products Customer Service Page 6: Ferguson Business groups Page 7: Ferguson associates Page 8-9: List of the experience and qualifications of the customer service representatives Detailed Approach Page 10-15: List of the five braches that will service the account. Operation schedule: 7:00 am -5:00 pm Monday through Friday and Saturday 8:00 am — 12:00 pm. Ferguson has over 10 million in inventory in the five branches that will service the account and the time between order and delivery should on be a day or two except if It is a special order then it could take up to a week, Rick Assessment Plan Risk 1: Hurricanes, floods, power outages Impact: Schedule 1-2 days Solution: Backup generators at each branch so should be open for business after the storm. Risk 2: Product not in stock Impact: Schedule 1-2 days Solution: Get the product from one of are other 1200 braches in the country. Risk 3: After hour emergency Impact: Schedule no delay Solution: After hours emergency contacts and cell phone numbers Risk 4: Traffic delays Impact: 1-2 hour delay Solutions: Try to avoid bad traffic. Risk 5: Customer service representative on vacation. Impact: None Solution: Other customer service representative to handle the account. Value Added Options Iteml: Salesman for the account Impact: There will be a salesman for the account that will be available 24 hours a day and 7 days a week. Item 2: New products Impact: The option to use new products that will help save time and money. Item 3: Manufactures support Impact: Manufactures that stand behind their products if there is a problem. ppeauson Faces 1Career as"ns Oppartuna' Medi Our Vendors Laxations Contact !ts Ferguson is a company committed to growth ... of its business and its people. Since its founding in 1953 by Charlie Ferguson, Ralph Lenz and Johnny Smithers, the company has doubled in size every five years. The company was started with two locations in Washington, D.C., and Birmingham, Ala., for the purpose of servicing smaller plumbing contractors. In 1954, Crossroads Supply opened in Alexandria, Va., and became the umbrella company for the three locations. Peebles Supply was opened in 1959 in Newport News, Va., by David Peebles, who in 1969 became the second president and changed the name of the managing company to Ferguson Enterprises, Inc. Under Peebles leadership, Ferguson grew to be an industry leader by idealizing the American dream owning and operating a business. Ferguson managers who started locations under their own names were truly entrepreneurs and structured their businesses based on local market demands. Peebles instituted the Management Training Program, which was designed to attract the best and brightest the workforce had to offer. His first official trainee was Charlie Banks, who is now group chief executive of Wolseley, our parent company. Peebles philosophy of aggressive expansion and his vision of what we could become served Ferguson well during this period of growth. By 1982, when the company was acquired by Wolseley, plc, Ferguson had 76 locations in 11 states. Wolseley's financial strength contributed to Ferguson's phenomenal growth in the next decade with the addition of thirteen new states, bringing our total number of locations to 200. In 1989, Charlie Banks became president, while David Peebles acceded to the chairmanship, retiring in 1994. With Banks' guidance, Ferguson grew from $600 million in sales to over $3.3 billion and over 500 locations in 38 states, the District of Columbia, Puerto Rico and Mexico. His contributions included a focus on examining and restructuring the business to better serve our customers and sustain our future growth through a commitment to continual improvement and change. In May 2001, Banks became group chief executive of Wolseley, Ferguson's parent company, and Chip Hornsby stepped in to guide Ferguson as president and chief executive officer. His perpetuation of our long-standing philosophy of settling for nothing less than the best - in products offered, in customer service provided, and in the people who are the Ferguson team - continues to be our true competitive advantage. 1 About Us t FERGUSON carnPeeY About Us Ferguson Facts History Mission Culture Executive Bios t Visit our Parent and Sister Company for more information. Wolseley Stock Building Supply Business special Groups Services Integrated1 Sirowrom>v COpportunities I Medea Our Vendors ! Lamb In the US, Ferguson is ranked by trade publications as the largest distributor of plumbing supplies and pipes, valves, and fittings (PVF). Ferguson is also the third largest distributor of heating and cooling equipment (HVAC). Founded in 1953, Ferguson employs 18,500 associates in over 1,000 locations in 50 states, the District of Columbia, Puerto Rico, and Mexico, and is committed to growth - of their business, their people, J and their support of the communities in which they do business. Ferguson was acquired by UK based Wolseley plc in 1982. Coupled with Ferguson's strong commitment to customer service and entrepreneurial spirit, Wolseley's financial strength contributed to the company's phenomenal growth and has allowed them to diversify into residential, HVAC, waterworks, and commercial/industrial business groups. The company has a unique culture and a tradition of supporting civic, cultural, educational, and environmental activities through participation and financial contributions. Ferguson is proud to be recognized as a national sponsor and preferred vendor of Habitat for Humanity which seeks to eliminate poverty housing and homelessness. FAST FACTS Headquartered: PO Box 2778, 12500 Jefferson Avenue, Newport News, Virginia 23602, USA Business: Distributor of plumbing supplies and pipes, valves, and fittings (PVF) in the US. Distributor for heating and cooling equipment (HVAC). Supplier of plumbing; waterworks; mechanical and industrial; kitchen, bathrooms and appliances; tools and safety equipment. Geographical Diversity: Located in 50 states, the District of Columbia, Puerto Rico and Mexico ORGANIZATIONAL STRUCTURE Number of Outlets: Over 1,000 service centers Number of Employees: 18,100 Contact details: Ferguson Enterprises, PO Box 2778, 12500 Jefferson Avenue, Newport News, Virginia, 23602, USA T: +1 757 874 7795 F: +1 757 989 2501 E: first.last@ferguson.com W: www.ferauson.com • About Us - Our Mission e ,� About Us Business Croups Special,•-• showraprc Services I supply Career Opportunities - Meda Our Vendors Locate f 1 Ferguson Facts Our Mission Is .. . History Mission Culture Executive Elias • To be the premier customer oriented supplier of value-added services. • To continually improve our performance. • To partner with vendors who help us meet our customers' needs. • To provide our associates with a work environment that promotes communication opportunities for personal growth and career development. • To make a contribution to our communities as individuals and as a company. • To succeed as a business and to provide a return to our shareholders. • To operate with integrity and achieve our mission in an ethical manner. Home I About Us 1 Business Groups I Special Services I Intearated Suooly Show12o_0ms I Career Opportunities 1 Media 1 Our Vendors I Locations Contast Us Copyright ©2006, Ferguson Enterprises, Inc. — All Rights Reserved. Terms and Conditions of Sale Terms_and Conditions of Purchase Technical Site contact: webmastereferauson.com 3 Wit Mao Who Do We Serve? - Waterworks 1 Plumbing Waterworks HVAC PVF/Mechanical & Industrial Tools & Safety Governf_ntpt Special Integrated Showrc�, Services Supply Cnreer Opportunities Contact Us Ferguson has been in the waterworks business since the mid -'$0s, supplying utility contractors, municipalities, water and sewer treatment plants, land developers and others with a variety of waterworks products. Ferguson's commitment to technic& training, personnel development and relationship building gives us a strategic advantage in the highly specialized utility industry Ferguson's resources and financial stability are critical factors to our success when dealing with the vast scope of projects typical for the industry. For more information on the Ferauson location nearest you carrvina waterworks products, visit our locations directory. Horne I About U3_I Business groups I Special Services I Integrated Supply Showrooms I Career Opportunities I Media I Our Vendors I Locations I contact Us Copyright ©2006, Ferguson Enterprises, Inc. — All Rights Reserved. Terms and Conditions of Sale Terms and Conditions of Purchase Technical Site contact: webmaster(i terauson.com Site Mao woS NYSE Who Do We Serve? - Waterworks Plumbing Waterworks HMAC PVF(M,echanicat & Industrial Tools & Safety Goyerninent L J WATERWORKS PRODUCTS Ductile Iron Pipe Fabricated Pipe Systems Specialty Valves Backflow Prevention Devices Fire Protection Storm Water Products Joint Restraints Construction Fabrics HDPE Drainage Products Valves & Hydrants Mechanical Joint & Flanged Fittings AWWA Brass Water Meters Meter Boxes PVC Pipe PVC Fittings Saddles & Clamps Pipe Hangers, Strut & Support Systems MARKET SEGMENTS Muncipal Private Development Public Works Pipelines Public Works Heavy Mechanical Treatment Plants HOMO I About Mal Business Groups.,) Special Seiyiges 1 Inteorated Suooly Showrooms 1 Career Ooporttffities 1 MSdia 1 Our Vendors 1 Lo&ations 1 Contact Us Copyright ©2006, Ferguson Enterprises, Inc. — All Rights Reserved. Terms and Conditions of Sale Terms and Conditions of Purchase Technical Site contact: webmaster@ferouson.corn SIeMao Who Do We Serve? f Plumbing Waterworks HVAC PVF/Mechanical & Industrial Tools & Safety Government 1 Business Groups Special Ir'tegnted Service: Supply Slxiwroomz Career Opportuniuec Media Our \tendon Location: Contact U; Founded in 1953 and headquartered in Newport News, Virginia, Ferguson maintains our position nationally as the best in the business year after year. We currently have over 900 locations in 50 states, the District of Columbia, Puerto Rico, and Mexico with further expansion always underway. Originally founded as a plumbing supply wholesaler, Ferguson has since diversified into exciting new industries and product lines. By stocking a huge inventory of parts and supplies, and consistently going out of our way to quickly locate and deliver hard -to -find specialty items, we have built an impeccable reputation among our customers. Plumbing, mechanical & waterworks contractors, kitchen and bath dealers, builders, large industrial businesses, manufacturers, and municipalities... all look to Ferguson as an invaluable resource. Each branch serves the individual needs of its particular market area by working hard to keep customers completely satisfied. At Ferguson, we look for opportunities where our excellence in distribution can contribute to our customers' bottom line. For example, we diversified into the area of integrated supply. We take the complex and cumbersome task of procuring and warehousing supplies for entire manufacturing facilities so they can focus on their business operations. At Ferguson, we realize change is inevitable. That's why adaptability is such an important part of our corporate culture. The industry is bound to change... but our ability to serve our customers better than anyone else in the business will not. Home 1 About Us 1 Business Grouns 1 $necial Services 1 Integrated Suonly Showrooms 1 Career Onnortunities 1 Media Our Vendors 1 Locations 1 Contact Us Copyright ©2006, Ferguson Enterprises, Inc. — All Rights Reserved. Terms and Conditions of Sale Terms and Conditions of Purchase Technical Site contact: webmasterrmferauson.com Site Mao WOS RUM NYSE About Us - Culture i Ferguson Facts History Mission Culture EX.g44tIy& io_s ausmess Groups tegrnCareer Suppled Shdwroarm Supply. Cipportun5t fledia Our Vendors ( lacat,ons Contact Us Ferguson associates are known for their energy, enthusiasm, and great attitudes. Is this because they're earning competitive incomes doing work they can feel good about in a fun, opportunity -rich environment? Well, yes - but they were like that before they started working here. In fact, that disposition is one of the main reasons we hired them. Make no mistake, at Ferguson, we work hard. Being the best in the business is very demanding, no matter what business you're in. But we also play hard. Our associates develop many strong and lasting y friendships with their co-workers, and the sense of camaraderie at our branches is an important ingredient in our success. Several other important elements add to our unique corporate culture. The way our company Is organized in autonomous branches combines the advantages of a small business and a large corporation, resulting in the best of both worlds. Advancement is based on merit, and the company's tradition of unprecedented and unwavering growth creates great opportunity for each associate while promoting an air of optimism. It all adds up to a work environment that is rewarding in every sense of the word. Home 1 About_Vs 1 Bs siness_G.rouys_l Special Services 1 Intearated Suooly Showrooms I career ippgrt i i s 1 Media 1 Clurrly ndoss 1 I,ocatLons 1 contastlfs Copyright ©2006, Ferguson Enterprises, Inc. — All Rights Reserved. Terfns_and_Condititons oL$alie Terms and Conditions of Purchase Technical Site contact: ws_niasteafe_rggSOn,CQf 7 rn1♦«. //.....,... C-»__. _..._ _ _ .. n<n_ _ \ / 1. 1 r SiteJa2 Wo5 emu NYSE. 4434 333 n ala oz n 5 La, o ui 3 3 3 3 3 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1:/ 0 0 0 -13 0 0 0 r- -aDa-00v-3o�a V 0 00 0t 0 0 0 V 00-303 0 7 7 7 0 7 7 7 0 0 0 7 7 7 7 7 07 0 0 7 0 7 5. 00000000000000000000000- & G7 co **ricn(n-aVV Z 3 3 32.m._rl .i25'5'85'65-5 a ,„n N,3 a O n m N AI 3 d- n o. N o.. 3, O (OTa n m f8a_ 7 N a O 7, - 3 j N C N a Laj C O O l 0 O_ O Ca 0 00— 05:00.17" ( O O ' 7 7 7 0 (0 a7 N 0 CD N d (3 O' O. ` 2 K N N i Ca n O x a7 O 7 `G r a7 a7 0 a) - ET D< O o N N O D5aDooamr a -'aX73?077 p3 Qcy�7�xmma5.m7Xo'-',_ 037 m 5' Fr 0 P O, m 7 'z n m 3.a 0 7. 3 2 5- 7 o m (°a m- in m o d° 3: - m CI a) m i<.x ami",h< ., m In o �0a' m info m a Z• _ . 5r5> 0 00 W, * *5—00nom� cnoocnonngogZt 00) D - 0(0 al cr. .y.. a1 0 0 ar' 0 O o 0 (0 a7 Ca C 0 O CA O O -� rat n o a Cn S C S O ch .S Q Ca C v M Ca N< a W N .Nr. d Ca N O. O, 7171-2 G- N y N C (n 3 co N en ID yC o m N, 0 .3 O 3 (n 3 3 7.. (n C C,, g C 7 O 0 7 O a). 7 ,O 3 N N O a7I 3 co 03 7 0 CO 0 0 0 7 n N' CD (a7In 03 0 DI CO ? Q I m_ m =. �, m o e m or 3 al. m m m m 3 3 D � co�D 0 O C !n . t N N N,"k: a37 O; O' 0 0 3 0 N O (o p, N m .t al (' O n 0 Q• R-= m si 3 m� x y: € co 3 7 3 c 3 3 " x :camp^ ' 0 -m' ••O(0 , m. La o o o C 3 .m'a CD 0 3 ' =. o rn I m: x��� m��c , .., ::3.0 p' .Y,m 3 3 l; r^3. 3, 5 � � :,mi: Q 101": 9CIS N m O 7C .J m m N= y[ O :'. N O,Cn(n. +.VW m .,.OX al ' + O) V +; Cn N. + :-i - W a W aO7 N Ot 0 W 0 ,+ N N 0E + 'O 0 n 0 0 co co-0w'co toCa O'CoW co OO (0(o co c0 co co(00 (000O CO CO CO CO0(00 to d 0 0 O O'0 O 0 O O O O' Cin Ct Cn C1 (n Cn Ct Cn Cn CA Cn CD U (n (P al Ct (n C71 Cn CD Cr CI Cn,C7,,Cn.,,intninol.(nCncn'Ct A A AAA AAA AAAA A AA AA?AAAA AQ (: , t i i t !-.1' <I ,V'V°VV -4 -4 .J-4 4 (4(0(4(0(4 (O (0(0 (D co O (O (O O co O O (O (D O CO CO (OC CD it CD 1 i .c op ...1 of co V io io V S4 V Co 04 V V SO SJ V V 0 Ca SJ V CO C4 CO CO o O o& o& o OJ SD;OS W W W W W W W Co W W W W W Co W W W W W CO W CO W 3 0 0 'O 0' O 'o' 0-6 0 0 O 0 CA CO (D Co co W Co (b 0 Cb co 0 W co 0 Co 0 fb (b Co (D (b 0 00000000000 C CO CD CO CO CO CO CO CO CO CO 00000 C70 o OO(700000 0000000' .0-D.X1 CDm 00000000000000000000000 ',Iflz z X Oo0000000 o KK33KMKr ° mcomccmcem <<<<<<,c<<< 3 333 X33 m 2 N 2 2 CD 61 d y' fD (D (D @ N N N fD CD (D _ y 0 -I 2 2 r r22o- -COM 'Og r 2 2 0 [o -0 V f 'D — 3 y 3 QQN 3* °* is so K m S3 2, c m m Cord' °�y ca -0:0(03M.° m m (CD Dl x y 7 i 7 = m" N C N D 5 o D2o`.D`..D,o0 -1K Or<02nc* o �iy 9 2N N 7 C m N a) m 0 r w f� � L Z Q 7'1:1) j —' c) C 7 O-'sa No . x 3cD.0 aoo „.(Dorm 3m m (ice a 7,2m r.�co . - = p ,.. ., m ,0 - o ren m -.",; 0 .. a m = • im 05•g0`0) 00. 0 5 o* -o 7 * 0deo"0 00 C) C CD , C co m a m Ge m m C cn cn 'e m O m m m m m m .0 CD m am ramSNm fl;mSammdmmm <m <S<'tn-am � 'y �.�jm 0°R co a.0c�c A) SO S RCROcRmaOc m ;: m d- m m lm m m m m m m v+ W m o ° m m w vm, '„, 0 ca rn mal?,,, m M m N' m Fv 0 E 0 m 0 an d n c o C:,, x coLD Ai 13 a ea .--1-iis m is CCR. xy gt 0 3,•, 3 3. m a a co• OF W :NN::yi17 NNW'C.30*;+$ N M 0) o+ at en a) cn en at co m co ;ro m. co co a m co 0 0 ow .0 w W W D' 0 0 m 0 O) A O m (n O 01 0 at a 01s -a A A 00000o -cog ..1, u � i A. A � A A �A.P A �'A A Cn Cn+ cin al CA [J1 to Cn CO' aD.:m"'a]W�.W 'a V' VVVVV VV V V V V V'V'V v'V V A AAp.a'A as CO 00 c0 mco tO O0 co ' .a j....0):.:.0+0) AAAA A, - AA N N NJ N) N NN N N) tom (n (n Cr) mTO0 43C40.34)%034.14.10) ' '' O O' 0 0 0 0 0 0 O O 0 0 0 i0 O. O O'O (p NN N N N N NN (O 0 (0 0(O CO CO CO CO 0 00000000 -I N N N N N N N N 0 0 0 0 0 0 0 0 0 0 CO CO CO CO CO CO CO CO NN N NN NNP -s -sem .- 0) 0O) 00 tT CD CD Ferg.com - Locations Search Results Locations Directory - Search Results •— New Search Send location updates to Marketing Communications Products denotes products stocked in the Main Branch and its satellites: A Appliances P Plumbing, PVF B Builder Products c HC HD H IN IR Cabinets Heating and Air Conditioning HDPE Hydronic Products Industrial Irrigation Florida Miami (Satellite) - Waterworks - 0292 Manager: Mr. Chris McAllister Street Address: 7480 N.W. 48th Street Miami, FL 33166-5519 New Search PW Pumps, Well Supplies W Waterworks IS Bath and Kitchen Gallery fib Bath, Kitchen and Lighting Gallery Xpress Counter Mailing Address: 7490 N.W. 48th Street Miami, FL 33166-5519 Main Branch: Phone: Fax: Products: 0125 (305) 716-0086 (305) 716-9869 W Send location updates to Marketing Communications HOME / DIRECTORIES / APPOINTMENTS / REGIONAL INFO / FEEDBACK BRIGHT IDEAS / PICTURE THIS / INTERNET LINKS / SITE MAP Copyright C2004, Ferguson Enterprises, Inc. — All Rights Reserved. lD Ferg.com - Locations Search Results Locations Directory - Search Results New Search Saend location uodates to Marketing Communications Products denotes products stocked in the Main Branch and its satellites: P Plumbing, PVF PW Pumps, Well Supplies W Waterworks A Appliances B Builder Products C Cabinets HC Heating and Air Conditioning HD HDPE H Hydronic Products IN Industrial IR Irrigation ISE Bath and Kitchen Gallery ljr Bath, Kitchen and Lighting Gallery :X Xpress Counter Davie (Satellite) - Waterworks - 1206 District Manager: Mr. Pete Cochrane Street Address: 5850 Orange Drive Davie, FL 33314 New Search Main Branch: Phone: Fax: Products: 0125 (954) 792-0901 (954) 792-4368 W Send location updates to Marketina Communications HOME / pIRECTORIES / APPOINTMENTS / REGIONAL INFQ / FEFDBACK BRIGHT IDEAS / PICTURE THIS / INTERNET LINKS / SITE MAP Copyright ©2004, Ferguson Enterprises, Inc. — All Rights Reserved. Ferg.com - Locations Search Results Locations Directory - Search Results Send location updates to Marketina Communications Products denotes products stocked In the Main Branch and its satellites: A Appliances B Builder Products PW Pumps, Well Supplies C Cabinets W Waterworks P Plumbing, PVF HC Heating and Air Conditioning HD HDPE H Hydronic Products IN Industrial IR Irrigation Pompano - Waterworks - 0125 President: Mr. Jack Argenzla Street Address: 2361 N.W. 22nd Street Pompano Beach, FL 33069-1394 Q` New Search PL �L (jam sr Bath and Kitchen Gallery Bath, Kitchen and Lighting Gallery %press Counter Main Branch: Phone: Fax: Products: 0125 (954) 973-8100 (954) 960-0095 W Send location updates to Marketino Communications HOME / DIRECTORIES / APPOINTMENTS / REGIONAL !NFQ / FEEDBACK BRIGHT IDEAS / PICTURE THIS / INTERNET LINKS / SITE MAP Copyright ©2004, Ferguson Enterprises, Inc. — All Rights Reserved. Ferg.com - Locations Search Results Locations Directory - Search Results Send location undates to Marketinn Cnmmnninatinns Products denotes products stocked in the Main Branch and its satellites: A Appliances B Builder Products C Cabinets HC Heating and Air Conditioning HD HDPE H Hydronic Products IN Industrial IR Irrigation P Plumbing, PVF PW Pumps, Well Supplies W Waterworks Bath and Kitchen Gallery fj% Bath, Kitchen and Lighting Gallery wx Xpress Counter Riviera Beach, West Palm (Satellite) - Waterworks - 3.208 Manager: Mr. Andy Crowe Street Address: 3697 Interstate Park Road South —i New Search Riviera Beach, FL 33404 Phone: Fax: (561) 844-3222 (561) 848-7001 Products: W Send location uodates to Marketino Communications HOME / DIRECTORIES/ APPOINTMENTS/ REGIONAL INFO / FEEDBACK BRIGHT IDEAS / PICTURE THIS / INTERNET LINKS / SITE MAP Copyright ©2004, Ferguson Enterprises, Inc. — All Rights Reserved. k3 Ferg.com - Locations Search Results Locations Directory - Search Results , New Search Send location updates to Marketing Communications Products denotes products stocked In the Maln Branch and Its satellites: A Appliances P Plumbing, PVF B Builder Products PW Pumps, Well Supplies C Cabinets W Waterworks HC Heating and Air Conditioning HD HOPE H Hydronic Products Elm Bath and Kitchen Gallery IN Industrial Ijb Bath, Kitchen and Lighting Gallery IR Irrigation g4 Xpress Counter Florida Miami (Satellite) - Waterworks - 1216 Main Branch: 0125 Branch Manager: Mr, Patrick Murphy Phone: (786) 573-7140 Street Address: Fax: (305) 969-0361 10810 SW 184th Street Miami, FL 33157-6737 Products: W t� New Search `f Send location updates to Marketing Communications Ferg.com - Locations Search Results '••-4 New Search Locations Directory - Search Resu Send location uodates to Marketino Communicati Products denotes products stocked in the Main Branch and its satellites: A Appliances P Plumbing, PVF 13 Builder Products PW Pumps, Well Supplies C Cabinets W Waterworks HC Heating and Alr Conditioning HD HDPE H Hydronic Products raw Bath and Kitchen Gallery IN Industrial !j, Bath, Kitchen and Lighting Gallery IR Irrigation '% Xpress Counter Florida Fort Pierce (Satellite) - Waterworks - 1730 Main Branch: 0125 Branch Manager, Mr. Andy Crowe Phone: (772) 467-0137 Street Address: Fax: (772) 467-0472 15675 Orange Avenue Products: W Fort Pierce, FL 34945-4212 Q, New Search Send location updates to Marketing Communir..atiol 5 hftn•//xxnxnufern rnm•411A/T Il: r -_.. _c__.i_.n_•.- _or 12/02/2000 04:25 9549396952 PUBLIC SERV DEPOT PAGE 01 AUG -09-2005 10:52 FtPIPtNO WATERWORKS 95.19 c'''95 P.0L4 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID N 35.05106 MIAMIBEACH Cloy er Miami Inch, 1700 Conq nrIon C.Ner L1he, Komi Inch, Fbr{da 33139. Ww...mlaMMaehR,goy PROCUREMENT DIVISION Tel: 303.673.7490 . Fax: 305 673.79:1 Contractor Name: j Point of Comet;S dtr1. e ` e r Phone and e-ma11:` Y 7r77 Xicp CE EVALVATir1N 011RVEY Please evaluate the performance of the contractor/ bidder (10 meant you are very satisfied and questions about hiring them again, 5 is if you don't Imow and 1 is if you would never hire the because of very poor performance). NO CRITERIA 1 Ability to fill purchase order accurately 2 Ability to maintain delivery schedule (on-time / conforming to regulated delivery hours or early) 3 Professionalism and ability to manage (Includes Trapanior and prompt payments to suppliers and subcontractors) 4 Professionalism of delivery orrice* 5 Condition of products at delivery 6 Quality of Products 7 Ability to provide aroducts under emergency condition! fi Overall customer satisfaction baud onparforatanceand qua products Overall Comments: Agency or Contact Refire B near Nunes 4' 0 C A-- - A Contact Name: ...1 y4 o/ Contact Phone and e-mail: 9.rears"- 7.e Data of Services: -ea. St"- 7e -.e) Vats—/ Dollar Amount fox Senicu: 'wren ve ne gain PLEASE FAX IRIS QULSTIONAIRETO MARIA ESTEVIZ AT 305.673,7851 Jwe ss. mot City Of WarMr Winn TO AL P.U3 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID S 35-05105 MIAMIBEACH Clty of Nairn Math, 1700 Coavanaon Cerxe' Drive, Miami 00e0, Florida 33139, r+ r.miwnib.achtgw PROCUREMENT DNISION 7x':105.6737490 , Fox 305.6737B$I PERFORMANCE EVALUATION SURVEY Contractor Name: Ferguson Water Works Point of Contact: Jason Mueller Phone Ind e-mail. 954-973-8100, www.Ferguson.com Please evaluate the performance of the contractor! bidder (10 meuns you are very satisfied and hive m questions about hiring theca spin, 5 Is if you don't 1mow and 1 is if you would never hire them moan because of very poor performance). NO CRITERIA 1 UNIT 1 1 Ability to till purchase orders accurately 1 (1-10) I 10 2 Ability ted demIiainvety hours or earl tain delivery schedule (on time ! coatoratiny ro I (1-10)rwmIs) 10 I 3 Professionalism and ability to manage (includes responses and I (140)— 10 prompt tame= to suppliers and subcontractors) I 4 Professionalism of deliveryserrites I (1-10) Il o) 1 5 Condition of products at delivery (1-10) 1 I U 16 quality of Products (1-10) 1 j 1 7 Ability to provide products under emergency conditions 1 WO) 1 13 a Overall customer sztisfaadon based on performance sad quality of I (1 •! 0) products 10 OverallCamments Deerfield has a 30 plus year history with Ferguson ater -wor•lcs and have been very satisfied with their performance. Agency orContact Reference Business Name: City of Deerfield Bearh Contact$eme: Tom Hop.tetler. ytilities Suoprvilor ContactPhoneande-mail_• 954-480-4339 / thostetlorlddperfin) rLhaarh con Date of Services: On - go in g Dollar Amount for Services: $10 0 , 0 0 0 per yea r PLEASE FAX TMS QVESTIOP4A1RE TO MARIA ESTEVEZ AT 305.673.7851 Jim }D, 2001 Gd Na: 364503 e,gei Mama O*KF 'Dorn Tr1Tca P RZ Aug 10 2006 2:25PM HP LASERJET FAX RUG -09-2006 11 16 POMPANO WATERWORKS p. 1 9549600095 P.03,03 PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE II ON AND CAST GRAY IRON BID * 35.05/06 m MIAMIBEACH Cay .1 MlanI Both, 1700 Convention Center Dries, Miami hodr, Florida 3 139, www.miamibeochll.gcv PROCUREMENT DIVISION Tel: 305.673.74 90 . Fax: 305.673.7 851 r PER7OR34NCEEVALUA' ION SURVEY "fl' (1 Contractor Name: Point of Contact: Phone and e-mail: rdSr(n /V/ Web/ 'v3 Q73- &'6zs Please evaluate the performance of the contactor/ bidder (10 : n ana you are very satisfied and have no questions about hiring them again, 5 is if you don't know ani 1 is if you would never hire them again because of very poor performance). NO CRITERIA 1 Ability to fill purchase orders accurately 2 Ability to maintain delivery schedule (on-time /IConfor ring to regulated delivery hours or early) II Professionalism and ability to manage (includes responses and prompt payments to suppliers and subcontractors) 4 Professionalism of delivery services 5 Condition of products at delivery 6 Quality of Products 1 Ability to provide products under emergency cor(ditions Overall customer satisfaction based on performance and quality of products I 3 8 Overall Colic` :,p__Q LOP 4: 'td »J, 14A (ick/' 9 . Agency or Contact Reference Business Norm: \ 1 FVC AfM(G/111-6 r Contact Name: .P r rLo we, f <o i 1 1 Contact Phone and e-mail: / cir 1 — 3":1P, — ?..11(1 1 Date of Services: ICI 1/Dors 1 I Dollar Amount for Services: /!%D. 61ib,0?) Wear yo ,l PLEASE FAX THIS QI)ESTIONAIRE TO MARIA ESTEVEZ/ AT 305,673,7851 (1-10) (1-10) Jusup 30. T006 Bid Ne: 35.05/06 City d Mami leach 30 or 30 TOTAL P.03 'JO/ JZI L.,C)D PLANTATIOtI UTILITIES PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON BID *35-05/045 MIAMI BEACH CIty N Mineti Inch. 1700 ConvinFen Caner 0Aw, MlorrG koch, Flodde 33139, ve.wwmbmleabell o's MIOCUREMF,NT DIVISION 7e1; 305.673.7490 , Fox. 305.673,7651 PER'Oiu1IANCE EVALUATION SURVEY Contractor Nutt Point of Comet PAGE 02 Phone and t.meil• (?5vj q 73— Figd Please evvluam theeperformence of the contractor/ bidder (10 means you ere very satisfied and have no questions about hieing them again. 5 is if yon dont lao,' and 1 is if you would never hire then again because of very poor performance). NO CRITERIA UNIT 1 Ability to till purchase orders a4euretely (I -I0) 1 C` Ability to maintain delivery schedule (on-time / conforming to (1_iC) regulated delivery hours or cube) Professionalism and ability to manage (Includes responses and (1-10) 1 Ni A rornapavments to suovlien and subcortracton) 4 Professionalism of deiivveav services r) 1 fi 3 Condition of products at delivery 1 (1-10) ID 6 Oual'ity of Produce �I1-10� } O 7 Ability to Frov de orcducts uremergency6r emergency conditions L (1-10) ►A I 8 Overall customer iatistkilon based onperfonnance And quality of lr (1-10) "1 products 2 Overall Comments: Agency or Contact Reference $uameas Name: ..Lir. r & ?1a12L\.e Contact Name: e • . .e.- - esp. Contact Phone and e-•..7 it �tr544544 I Scr.vpr & Ire! 7rg Date of Services: •► a i�Ca� '7,1t, ,pv_eaci • Dollar Amount for ScrviCee: . as. \ O W° Was Intl N, PLEASE FAX THIS QULSTIONAIRE TO MARIA ESTEVEZ AT 305.677.7851 June Sc. 2005 Vont Miami ea+ee axe ND: SSASAn6 So N a6 TOTVL P.ti3 M 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. 35-05106 — 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 stfikethreugp) 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 past successful performance in providing prompt and efficient service in the delivery of medical supplies. The, followina evaluation criteria will be utilized by the City: 1. The experience and aualifications of the vendor (15 points). 2. Customer service team (15 points). 3. Cost (20 points). 4. Detailed aooroach as to how vendor will manacle the Citv's account. (20 points). 5. Risk Assessment Plan for ensurina oualitv of service (15 points). 6. Past performance based on number and aualibf of the Performance Evaluation Surveys (15 points) July 14, 2006 (Amended) City of Miami Beach RFP tJo 35-05/06 Bidders must submit the followina information as it relates to the evaluation criteria: a) Qualifications of the Firm Introduction letter outlinina the firm's experience. aualifications and structure: provide oast experience to support the aualifications of the submitter and a company 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 proposed cost. d) Detailed Approach Vendor must possess personnel. equpment and oraanization necessary to satisfactorily service the City of Miami Beach account during both normal operations and in the event of emergency contingencies (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 company warehouses or branches. • Ooeration schedule and customer service policy. • Description of the firm operations under normal conditions and how disasters or special events are handled. • Description of the orderina to delivery orocess. 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 oaoes front side of oaoe only. The RAP should address the following 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 change 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) Exolain the benefits of the Risk Assessment Plan. Address the quality, and performance differences in terms of risk minimization that the City can understand and what benefits the option will provide to the user. No brochures or marketing pieces. 0 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 Daces 29-30 of this Invitation to Bid to each of their clients. Bidders are also responsible, for makino sure their clients return the Performance Evaluation Surveys, RFP No 35-05/06 July 14, 2006 (Amended) 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. soeakina with current and former clients. review of relevant client documentation. site -visitation. and other indeoendent confirmation of data. The City Manaaer's designated representatives may conduct interviews with any/ all bidders prior to award. Upon approval by the City Commission of contract award. the City Administration will neaotiate with the too -ranked vendor(s1. 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 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 FAPURCl$ALL\ arialRFPS105-061RFP-15-05-06 Derelict Vessels \RFP-15-05-06A2.doc July 14, 2006 (Amended) City of Miami Beach RFP No 35-05/06 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 ($), time, and client expectation and performance). The RA plan is used to: 1. Assist the client in prioritizing firms based on their ability to understand the risk of a project. 2. Provide high performing vendors the opportunity to differentiate themselves due to their experience ad expertise. 3. Giving the competitive edge to experienced companies who have done the type of work before, who can see the job from beginning to end, and who know how to minimize the risk. 4. Provide a mechanism for the high performers to regulate the low performers by ensuring that if they are not selected, the selected company will minimize the risk and provide the client with a comparable performance. Vendors should keep in mind that RA plan is only one step in the selection process. If all the RA plans are the same, the RA plan will have little impact in the selection (other factors, such as past performance and interview will dictate the selection). The RA plan will become part of the contract. RA Plan Format The format for the RA plan is attached. The RA Plan should clearly address the following items in a non-technical manner. 1. List and prioritize major risk items or decisions to be made that are unique to this project. This includes items that may cause the project to not be completed on time, not finished within budget, generate and change orders, or may be a source of dissatisfaction for the owner. Attach a cost ($), time extension, or quality differential for every risk. 2. Explain how the vendor 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 quality) 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 major task. No names!!! — In order to minimize any bias by the evaluation committee, 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. Lenath — 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. Oraanization — Outline format. The attached is only a sample. July 14, 2006 (Amended) City of Miami Beach RFP No 35-05/06 Imoact 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 time concem. If the risk has cost implication, the actual estimated cost should have a cost time concems, the number of days should be listed. Ratina of Risk Assessment Plans RA plans will be rated by 3 or 4 individuals (technical 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 managers, 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 assessment 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) City of Miami Beach RFP No 35-05/06 Risk Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to cost (in terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Major Risk Items Risk 1: Impact: Cost ($) Schedule (Days) 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 ($) Solution: Risk 9: Schedule (Days) Schedule (Days) Schedule (Days) _ Schedule (Days) _ __ _ _ _ _ _ __,_ Schedule (Days) __ _ __ _ _ -_ _ Schedule (Days) _ Schedule (Days) Impact: Cost ($) Schedule (Days) Solution: July 14, 2006 (Amended) City of Miami Beach RFP No 35-05/06 Value Added Ootions or Differentials (what vou 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. Item 1: Impact: Cost ($) Schedule (Days) Item 2: Impact: Cost ($) Schedule (Days) Item 3: Impact: Cost ($) Schedule (Days) Item 4: Impact: Cost ($) Item 5: Schedule (Days) Impact: Cost ($) Schedule (maximum six milestones' Milestones (start, finish, no of workdays) Total number of workdays July 14, 2006 (Amended) City of Miami Beach Schedule (Days) RFP No 35-05/06 July 14, 2006 (Amended) RFP No 35-05/06 City of Miami Beach to MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www miamibeachfl goy 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 Bid Proposal Page 1 of 5 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 Qtv. Unit Cost Total Delivery Time 1. 3 -inch pipe, class 350 180' $ $ 2. 4 -inch pipe, class 350 540' $ $ 3. 6 -inch pipe, class 350 720' $ $ 4. 8 -inch pipe, class 350 720' $ $ 5. 10 -inch pipe, class 350 72' $ $ 6. 12 -inch pipe, class 350 180' $ $ 7. 16 -inch pipe, class 250 180' $ $ 8. 20 -inch pipe, class 250 180' $ $ 9. 24 -inch pipe, class 200 100' $ $ 10. 30 -inch pipe, class 150 36' $ $ 11. 36 -inch pipe, class 150 36' $ $ 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) Estimated Estimated Item Description Annual Qtv. Unit Cost Total Delivery Time 12. Fittings, 4 -inch 25 ea $ $ 13. Fittings, 5 -inch 25 ea $ $ 14. Fittings, 6 -inch 25 ea $ $ Bid Proposal Page 2 of 5 Estimated Estimated Item Description Annual Qtv. Unit Cost Total Delivery Time 15. Fittings, 7 -inch 25 ea $ $ 16. Fittings, 8 -inch 25 ea $ $ 17. Fittings, 9 -inch 25 ea $ $ 18. Fittings, 10 -inch 25 ea $ $ 19. Fittings, 11 -inch 25 ea $ $ 20. Fittings, 12 -inch 25 ea $ $ 21. Fittings, 16 -inch 25 ea $ $ 22. Fittings, 20 -inch 25 ea $ $ 23. Fittings, 21 -inch 25 ea $ $ 24. Fittings, 22 -inch 25 ea $ $ 25. Fittings, 23 -inch 25 ea $ $ 26. Fittings, 24 -inch 25 ea $ S 27. Fittings, 30 -inch 25 ea $ $ 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) Estimated Estimated Item_ Description Annual Qtv. Unit Cost Total Delivery Time 28. Fittings, 3 -inch 75 ea $ $ 29. Fittings, 4 -inch 75 ea $ $ 30. Fittings, 5 -inch 75 ea $ $ 31. Fittings, 6 -inch 75 ea $ $ 32. Fittings, 7 -inch 75 ea $ $ Bid Proposal Page 3 of 5 Estimated Estimated Item Description Annual Qty. Unit Cost Total Delivery Time 33. Fittings, 8 -inch 75 ea $ $ 34. Fittings, 9 -inch 75 ea $ $ 35. Fittings, 10 -inch 75 ea $ $ 36. Fittings, 11 -inch 75 ea $ $ 37. Fittings, 12 -inch 75 ea $ $ 38. Fittings, 16 -inch 10 ea $ $ 39. Fittings, 17 -inch 10 ea $ $ 40. Fittings, 18 -inch 10 ea $ $ 41. Fittings, 19 -inch 10 ea $ $ 42. Fittings, 20 -inch 10 ea $ $ 43. Fittings, 21 -inch 10 ea $ $ 44. Fittings, 22 -inch 10 ea $ $ 45. Fittings, 23 -inch 10 ea $ $ 46. Fittings, 24 -inch 10 ea $ $ 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 Qty. Unit Cost Total Delivery Time 47. Fittings, 8 -inch 75 ea $ $ 48. Fittings, 9 -inch 75 ea $ $ 49. Fittings, 10 -inch 75 ea $ $ 50. Fittings, 11 -inch 75 ea $ $ Bid Proposal Page 4 of 5 item Description Estimated Estimated Annual Qty. Unit Cost Total Delivery Time 51. Fittings, 12 -inch 75 ea $ $ 52. Fittings, 16 -inch 75 ea $ $ 53. Fittings, 20 -inch 75 ea $ $ 54. Fittings, 21 -inch 75 ea $ $ 55. Fittings, 22 -inch 75 ea $ $ 56. Fittings, 23 -inch 75 ea $ $ 57. Fittings, 24 -inch 75 ea $ $ 58. Fittings, 36 -inch 100 ea $ $ GROUP W: CAST DUCTILE/GRAY-IRON FITTINGS, FLANGED (CEMENT LINE) (Price on a per unit basis) item Descriotion Estimated Estimated Annual Qty. Unit Cost Total Delivery Time 59. Fittings, 4 -inch 20 ea $ $ 60. Fittings, 5 -inch 20 ea $ $ 61. Fittings, 6 -inch 20 ea $ $ 62. Fittings, 7 -inch 20 ea $ $ 63. Fittings, 8 -inch 20 ea $ $ 64. Fittings, 9 -inch 20 ea $ $ 65. Fittings, 10 -inch 20 ea $ $ 66. Fittings, 11 -inch 20 ea $ $ 67. Fittings, I2 -inch 20 ea $ $ BId Proposal Page 5 of 5 Estimated Estimated Item Description Annual Qty. Unit Cost Total Delivery Time 68. Fittings, 16 -inch 50 ea $ $ 69. Fittings, 20 -inch 10 ea $ $ 70. Fittings, 21 -inch 10 ea $ $ 71. Fittings, 22 -inch 10 ea $ $ 72. Fittings, 23 -inch 10 ea $ $ 73. Fittings, 24 -inch 10 ea $ $ 74. Fittings, 30 -inch 25 ea $ $ 75. Fittings, 36 -inch 25 ea $ $ TOTAL (Line items 1-75) csa /V1 I AN1 I ti tAl, I-1 City of Miami Beach, 1700 Convention Censer Drive, Miami Beach, Florida 33139, vnvw.miamibeach8.gov PROCUREMENT DIVISION Tel: 305473-7490 , Fax: 305673.7851 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. IV. 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 Underscore; words deleted are denoted by a stekethreugh) to read as follows: The City requires that all parts delivered shall be "All domestic only" and meet the following requirements . A) All fittines must comnlv with AWWA Standards: B) You must have letter of certification from factory Engineer; C) Name must be on side of the fittine. 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 0 IAMI BEACH Gljs Lodz, CPPO curement Director F:WURCISALL\Maria\Bids\05-06\ITB-35-0S-06 Purchase of Pipe and Fittings, Cast Ductile Iron and Cast (fray Iron1ITB-35-05-06A3.doc Bid Proposal Page 1 of 4 We propose to furnish all labor, material, equipment, supervision and transportation necessary to supply and deliver on an as -needed basis, 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 )tem Description Annual Qtv, Unit Cos% Total Delivery Time 1. 3 -inch pipe, class 350 180' $ $ 2. 4 -inch pipe, class 350 540' $ $ 3. 6 -inch pipe, class 350 720' $ $ 4. 8 -inch pipe, class 350 720' $ $ 5. 10 -inch pipe, class 350 72' $ $ 6. 12 -inch pipe, class 350 180' $ $ 7. 16 -inch pipe, class 250 180' $ $ 8. 20 -inch pipe, class 250 180' $ $ 9. 24 -inch pipe, class 200 100' $ $ 10. 30 -inch pipe, class 150 36' $ $ 11. 36 -inch pipe, class 150 36' $ $ 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) Estimated Estimated Item Description Annual Qtv. Unit Cost Total Delivery Time 12. Fittings, 4 -inch 25 ea $ $ 13. Fittings, 5 -inch 25 ea $ $ 14. Fittings, 6 -inch 25 ea $ $ Bid Proposal Page 2 of 4 Estimated Estimated Item Description Annual Qtv. Unit Cos( Total Delivery Time 15. Fittings, 7 -inch 25 ea $ $ 16. Fittings, 8 -inch 25 ea $ $ 17. Fittings, 9 -inch 25 ea $ $ 18. Fittings, 10 -inch 25 ea $ $ 19. Fittings, 11 -inch 25 ea $ $ 20. Fittings, 12 -inch 25 ea $ $ 21. Fittings, 16 -inch 25 ea $ $ 22. Fittings, 20 -inch 25 ea $ $ 23. Fittings, 21 -inch 25 ea $ $ 24. Fittings, 22 -inch 25 ea $ $ 25. Fittings, 23 -inch 25 ea $ $ 26. Fittings, 24 -inch 25 ea $ $ 27. Fittings, 30 -inch 25 ea $ $ 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) Estimated Estimated Item Description Annual Qty. Unit Cost Total Delivery Time 28. Fittings, 3 -inch 75 ea $ $ 29. Fittings, 4 -inch 75 ea $ $ 30. Fittings, 5 -inch 75 ea $ $ 31. Fittings, 6 -inch 75 ea $ $ 32. Fittings, 8 -inch 75 ea $ $ Bid Proposal Page 3 of 4 Estimated Estimated Item Description Annual Otv. Unit Cost Total Delivery Time 33. Fittings, 10 -inch 75 ea $ $ 34. Fittings, 12 -inch 75 ea $ $ 35. Fittings, 16 -inch 10 ea $ $ 36. Fittings, 20 -inch 10 ea $ $ 37. Fittings, 24 -inch 10 ea $ $ GROUP 0: CAST DUCTILE/GRAY-IRON FITTINGS, MECHANICAL JOINT, AND CONNECTING PIECES WITH ONE END FLANGED (POLYETHLENEICERAMIC EPDXY LINE) (Price on a per unit basis) Estimated Estimated item Description Annual Qtv, Unit Cost Total Delivery Time 38. Fittings, 8 -inch 75 ea $ $ 39. Fittings, 9 -inch 75 ea $ $ 40. Fittings, 10 -inch 75 ea $ $ 41. Fittings, 11 -inch 75 ea $ $ 42. Fittings, 12 -inch 75 ea $ $ 43. Fittings, 16 -inch 75 ea $ $ 44. Fittings, 20 -inch 75 ea $ $ 45. Fittings, 21 -inch 75 ea $ $ 46. Fittings, 22 -inch 75 ea $ $ 47. Fittings, 23 -inch 75 ea $ $ 48. Fittings, 24 -inch 75 ea $ $ 49. Fittings, 36 -inch 100 ea $ $ Bid Proposal Page 4 of 4 GROUP W: CAST DUCTILE/GRAY-IRON FITTINGS, FLANGED (CEMENT LINE) (Price on a per unit basis) Estimated Estimated D- Description Annual Qty. Unit Cost Total Delivery Time 50. Fittings, 4 -inch 20 ea $ $ 51. Fittings, 5 -inch 20 ea $ $ 52. Fittings, 6 -inch 20 ea $ $ 53. Fittings, 7 -inch 20 ea $ $ 54. Fittings, 8 -inch 20 ea $ $ 55. Fittings, 9 -inch 20 ea $ $ 56. Fittings, 10 -inch 20 ea $ $ 57. Fittings, 11 -inch 20 ea $ $ 58. Fittings, 12 -inch 20 ea $ $ 59. Fittings, 16 -inch 50 ea $ $ 60. Fittings, 20 -inch 10 ea $ $ 61. Fittings, 21 -inch 10 ea $ $ 62. Fittings, 22 -inch 10 ea $ $ 63. Fittings, 23 -inch 10 ea $ $ 64. Fittings, 24 -inch 10 ea $ $ 65. Fittings, 30 -inch 25 ea $ $ 66. Fittings, 36 -inch 25 ea $ $ TOTAL (Line items 1-66) $ Page 1 of 4 Estevez, Maria From: Lopez, Gus Sent: Monday, July 24, 2006 7:54 PM To: ray®corcelcorp.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 contractors/vendors. If you consider your company to be a "high performing" contractor/vendor; with an excellent track record of being responsive to your customers 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 Welters 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; guslopezCdlmiamibeachfl.aov. Thank you, MIAMIBEACH Gus Lopez, CPPO, Procurement Director City Hall — Procurement Division 1700 Convention Canter Drive. Miami Bach. FL 33139 Tel: 305473.7495 / Fax: 306973.78511 mai mlamlbeechil.aov 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 DON'T HAVE HIS E - From: Ray Corona [maiito:ray@corcelcorp.com) Sent: Monday, July 24, 2008 1:08 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 antl-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 concerned 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, 2008 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 blds 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, Marla (mallto:MarlaEstevez@m lamibeachfl.gov] Sent: Monday, July 24, 2006 11:51 AM To: Selle, Brandon; cdoeden@aclpco.com; jhagelskamp@acipco.com; al.rivero@hughessupply.com; 07/25/2006 Page 4 of 4 patrickmeir@hughessupply.com; Mayte.bechara@hughessuply.com; BILI; kwinstead@uspipe.com; Elsa Riesgo; areainc@aol.com; jcwoodruff@wlndustrlal.com; paula@coroelcorp.com; Ray Corona ; michael.pacheco@ferguson.com; michael.pachico@ferguson.com; jmueler@lferguson,com; joe@lionplumbing.com; pedro.hernandez@natlonalww.com; don.homsby@natlww.com; rae.sandlernwosupply.com; dtaldon@traeger.com; usufarlf100@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 Maria Eslwsz, Procurement Coordinator PROCUREMENT DIVISION • 1700 Convention Center Drive, Miami Beach, FL 33139 Te1:305-073.7400 J Fax: 3034734151 f www.mismlbncbtgov We are committed to providing excellent public service and safety t0 all who Nve, work end play N our vibrant tropical, historic community. 07/25/2006 "MIAMIBEACH City of Miami Beach, 700 Convention Censer Drive, Miami Beach, Florida 33139, viww.miamibeachf.gov PROCURtMENT 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:'flfRCSALL'\Alaria'Bide 05-06ITB-35-05-06 Purchase of Pim. and Fitting,, Cut Ductile Iron and Cast Gray Irun1ITT3.35-03.06A3.doe Bid Proposal Page 1 of 25 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 Descriotion Annual Qtv. Unit Cost Total Delivery Time 1. 3 -inch pipe, class 350 180' $ $ 2. 4 -inch pipe, class 350 540' $ $ 3. 6 -inch pipe, class 350 720' $ $ 4. 8 -inch pipe, class 350 720' $ $ 5. 10 -inch pipe, class 350 72' $ $ 6. 12 -inch pipe, class 350 180' $ $ 7. 16 -inch pipe, class 250 180' $ $ 8. 20 -inch pipe, class 250 180' $ $ 9. 24 -inch pipe, class 200 100' $ $ 10. 30 -inch pipe, class 150 36' $ $ 11. 36 -inch pipe, class 150 36' $ $ GROUP M110: CAST DUCTILE/GRAY-IRON FITTINGS, MECHANICAL JOINT, AND CONNECTING PIECES WITH ONE END FLANGED (CEMENT - LINED) (CONFORMING WITH ANSUAWWA C110/A21.11-93) (Price on a per unit basis) Item Descriotion Estimated Annual Qtv. 12. Fittings, 4 -inch 50 ea Y's $ Tee's $ 90" $ 45" $ Unit Cost stimated Delivery Time Bid Proposal Page 2 of 25 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 13. Fittings, 6 -inch 50 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Bid Proposal Page 3 of 25 Company Name Item Descriotion Estimated Annual Qty. Unit Cost Accessories with gland $ Accessories without gland $ Gland $ 14. Fittings, 8 -inch 50 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without glad $ Gland $ 15. Fittings, 10 -inch 50 ea Y's $ Tee's $ 90" $ Estimated Delivery Time Bid Proposal Page 4 of 25 Company Name Item Descriotion Estimated Annual Qtv. Unit Cost 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ 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 $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Estimated Delivery Time Bid Proposal Page 5 of 25 Company Name Item Descriotion Estimated Annual Qty. Accessories with gland Accessories without gland Glands 17. Fittings, 16 -inch Y's Tee's 90" 45" Cross Regular Sleeve Offset Plugs Caps Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 18. Fittings, 20 -inch 25 ea 25 ea Y's $ Tee's $ 90" $ 45" $ Unit Cost Estimated Delivery Time Bid Proposal Page 6 of 25 Company Name gstimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 19. Fittings, 24 -inch 25 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Bid Proposal Page 7 of 25 Company Name Item Descriotion Estimated Annual Qty. Unit Cost Accessories without gland Gland 20. Fittings, 30 -inch 25 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega Lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ gstimated Delivery Time GROUP M153: CAST DUCTILE -IRON FITTINGS, MECHANICAL JOINT (CEMENT - LINED) (CONFORMING WITH ANSUAWWA C153/A21.11-53-94) (Price on a per unit basis) item Descriotion 21. Fittings, 3 -inch Y's Tee's Estimated Estimated Annual Qty. Unit Cost Total Delivery Time 75 ea Bid Proposal Page 8 of 25 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Total Delivery Time 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 22. Fittings, 4 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Bid Proposal Page 9 of 25 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Total Delivery Time Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 23. Fittings, 6 -inch 75 ea $ Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ Bid Proposal Page 10 of 25 Company Name Item Descriotion Estimated Annual Qty. 24. Fittings, 8 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 25. Fittings, 10 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Unit Cost Estimated Delivery Time Bid Proposal Page 11 of 25 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 26. Fittings, 12-inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ Bid Proposal Page 12 of 25 Company Name Item Descriotion 27. Fittings, 16 -inch Y's Tee's 90" 45" Cross Regular Sleeve Offset Plugs Caps Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 28. Fittings, 20 -inch Estimated Annual Qty. 10 ea 10 ea $ $ $ $ $ $ $ $ $ $ $ $ $ $ Y's $ Tee's $ 90" 45" Cross Regular Sleeve Offset $ $ $ $ $ Unit Cost Estimated Delivery Time Bid Proposal Page 13 of 25 Company Name Estimated Estimated Item Descriotion Annual Qty. Unit Cost Delivery Time Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 29. Fittings, 24 -inch 10 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ Bid Proposal Page 14 of 25 Company Name 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) Item Description Estimated Annual Qty. 30. Fittings, 8 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 31. Fittings, 9 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Unit Cost Estimated Delivery Time Bid Proposal Page 15 of 25 Company Name Estimated Item Description Annual Qty. Unit Cost Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 32. Fittings, 10 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Estimated Delivery Time Bid Proposal Page 16 of 25 Company Name Item Description Estimated Annual Qty. Accessories without gland $ Gland $ 33. Fittings, 12 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 34. Fittings, 16 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Unit Cost Estimated Delivery Time Bid Proposal Page 17 of 25 Company Name Estimated Estimated Item Descriotion Annual Qty. Unit Cost Delivery Time Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 35. Fittings, 20 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Bid Proposal Page 18 of 25 Company Name Item Description Estimated Annual Qty. Accessories with gland Accessories without gland Gland 36. Fittings, 24 -inch 75 ea $ $ $ Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 37. Fittings, 36 -inch 100 ea Y's $ Tee's $ 90" $ 45" $ Unit Cost Estimated Delivery Time Bid Proposal Page 19 of 25 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ GROUP W: CAST DUCTILE/GRAY-IRON FITTINGS, FLANGED (CEMENT LINE) (Price on a per unit basis) 38. Fittings, 4 -inch 20 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Bid Proposal Page 20 of 25 Company Name Item Description Estimated Annual Qty. Unit Cost Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 39. Fittings, 6 -inch 20 ea Y's $ Tee's $ 90" 45" Cross Regular Sleeve Offset Plugs Caps Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 40. Fittings, 8 -inch Y's Tee's 90" 20 ea Estimated Delivery Time Bid Proposal Page 21 of 25 Company Name Estimated Item Description Annual Qty. Unit Cost 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 41. Fittings, 10 -inch 20 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Estimated Delivery Time Bid Proposal Page 22 of 25 Company Name Item Descriotion Estimated Annual Qty. Accessories with gland Accessories without gland Gland 42. Fittings, 12 -inch 20 ea Y's $ Tee's $ 90" 45" Cross Regular Sleeve Offset Plugs Caps Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 43. Fittings, 16 -inch 50 ea Y's $ Tee's $ 90" $ 45" $ Unit Cost Estimated , Delivery Time Bid Proposal Page 23 of 25 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 44. Fittings, 20 -inch 10 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or `equal") $ Bid Proposal Page 24 of 25 Company Name Item Descriotion Estimated Annual Qty. Accessories with gland Accessories without gland Gland 45. Fittings, 24 -inch Y's Tee's 90" 45" Cross Regular Sleeve Offset Plugs Caps Reducers Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 46. Fittings, 30 -inch Y's Tee's 90" 45" 10 ea 25 ea Unit Cost Estimated Delivery Time Bid Proposal Page 25 of 25 Company Name Estimated Item Description Annual Qtv., Unit Cost Cross $ Regular Sleeve $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 47. Fittings, 36 -inch 25 ea Y's $ Tee's $ 90" $ Offset $ Plugs $ Caps $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ TOTAL (Line items 1-47) $ Estimated Delivery Time G MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeach8 gov PROCUREMENT DIVISION Tel. 305-673-7490 , Fax: 305473-7851 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\SALL\Maria\Bids\05-06\ITB-35-05-06 Purchase of Pipe and Fittings, Cast Ductile Iron and Cast Gray Iron\ITB-35-05-06A5.doc 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 CostTotal Delivery Time 1. 3 -inch pipe, class 350 180' $ $ 2. 4 -inch pipe, class 350 540' $ $ 3. 6 -inch pipe, class 350 720' $ $ 4. 8 -inch pipe, class 350 720' $ $ 5. 10 -inch pipe, class 350 72' $ $ 6. 12 -inch pipe, class 350 180' $ $ 7. 16 -inch pipe, class 250 180' $ $ 8. 20 -inch pipe, class 250 180' $ $ 9. 24 -inch pipe, class 200 100' $ $ 10. 30 -inch pipe, class 150 36' $ $ 11. 36 -inch pipe, class 150 36' $ $ GROUP MI10: CAST DUCTILE/GRAY-IRON FITTINGS, MECHANICAL JOINT, AND CONNECTING PIECES WITH ONE END FLANGED (CEMENT - LINED) (CONFORMING WITH ANSUAWWA C110/A21.11-93) (Price on a per unit basis) Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time 12. Fittings, 4 -inch 50 ea Y's $ Tee's $ 90" $ 45" $ Bid Proposal Page 2 of 28 Company Name Estimated gstimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega Tugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 13. Fittings, 6 -inch 50 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Bid Proposal Page 3 of 28 Company Name Item Description Estimated Annual Qty. Unit Cost Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 14. Fittings, 8 -inch 50 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 Accessories without glad Gland 15. Fittings, 10 -inch Y's Tee's 50 ea Estimated Delivery Time Bid Proposal Page 4 of 28 Company Name gstimated Estimated Item Description Annual Otv. Unit Cost Delivery Time 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) $ Bid Proposal Page 5 of 28 Company Name Estimated Item Description Annual Qtv. Unit Cost Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Glands $ 17. Fittings, 16 -inch 25 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 $ Accessories without gland $ Gland $ Estimated Delivery Time Bid Proposal Page 6 of 28 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time 18. Fittings, 20 -inch 25 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 $ Accessories without gland $ Gland $ 19. Fittings, 24 -inch 25 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Bid Proposal Page 7 of 28 Company Name Estimated Estimated Item Descriotion Annual Qty. Unit Cost Delivery Time Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or `equal") $ Accessories with gland $ Accessories without gland $ Gland $ 20. Fittings, 30 -inch 25 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 $ Bid Proposal Page 8 of 28 Company Name Item Descriotion gstimated Estimated Annual Qtv. Unit Cost Total Delivery Time Accessories without gland $ Gland $ GROUP M153: CAST DUCTILE -IRON FITTINGS, MECHANICAL JOINT (CEMENT - LINED) (CONFORMING WITH ANSUAWWA C153/A21.11-53-94) (Price on a per unit basis) Estimated Estimated Item Description Annual Qtv. Unit Cost Total Delivery Time 21. Fittings, 3 -inch 75 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 $ Accessories without gland $ Gland $ Bid Proposal Page 9 of 28 Company Name Item Descriotion Estimated Estimated Annual Qty. Unit Cost Total Delivery Time 22. Fittings, 4 -inch 75 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 Accessories without gland Gland 23. Fittings, 6 -inch 75 ea Y's Tee's 90" 45" Cross Regular Sleeve $ $ $ $ $ $ $ Bid Proposal Page 10 of 28 Company Name Estimated Item Descriotion Annual Otv. Unit Cost Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or `equal") $ Accessories with gland $ Accessories without gland $ Gland $ 24. Fittings, 8 -inch 75 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 Delivery Time Bid Proposal Page 11 of 28 Company Name Item Description Estimated Annual Qty. Accessories without gland Gland 25. Fittings, 10 -inch 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 Accessories without gland Gland 26. Fittings, 12 -inch 75 ea 75 ea $ Y's $ Tee's $ 90" $ 45" $ Unit Cost Estimated Delivery Time Bid Proposal Page 12 of 28 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 27. Fittings, 16 -inch 10 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Bid Proposal Page 13 of 28 Company Name Item Description Estimated Annual Qty. Unit Cost Mega lugs (or "equal") Accessories with gland Accessories without gland Gland 28. Fittings, 20 -inch Y's Tee's 90" 45" Cross Regular Sleeve Plugs (solid) Plugs (Tap) Caps (solid) Caps (Tap) Reducers Mega Tugs (or "equal") Accessories with gland Accessories without gland Gland 29. Fittings, 24 -inch Y's Tee's 10 ea 10 ea $ $ $ $ Estimated Delivery Time Bid Proposal Page 14 of 28 Company Name Estimated Estimated Item Descriotion Annual Qtv. Unit Cost Delivery Time 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or `equal") $ Accessories with gland $ Accessories without gland $ Gland $ 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) Item Descriotion 30. Fittings, 8 -inch Y's Tee's 90" 45" Cross Estimated Annual Qty. 75 ea $ $ Unit Cost Estimated Delivery Time Bid Proposal Page 15 of 28 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 31. Fittings, 9-inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or "equal') $ Bid Proposal Page 16 of 28 Company Name stlmated Item Description Annual Otv. Unit Cost Accessories with gland $ Accessories without gland $ Gland $ 32. Fittings, 10 -inch 75 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 $ Accessories without gland $ Gland $ 33. Fittings, 12 -inch 75 ea Y's $ Tee's $ 90" $ Estimated Delivery Time Bid Proposal Page 17 of 28 Company Name Estimated gstimated Item Description Annual Qty. Unit Cost Delivery Time 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 34. Fittings, 16 -inch 75 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Bid Proposal Page 18 of 28 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 35. Fittings, 20 -inch 75 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 $ Accessories without gland $ Gland $ Bid Proposal Page 19 of 28 Company Name Estimated Estimated Item Descriotion Annual Qty. Unit Cost Delivery Time 36. Fittings, 24 -inch 75 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 $ Accessories without gland $ Gland $ 37. Fittings, 36 -inch 100 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Bid Proposal Page 20 of 28 Company Name Estimated Estimated Item Description Annual Qtv. Unit Cost Delivery Time Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ GROUP W: CAST DUCTILE/GRAY-IRON FITTINGS, FLANGED (CEMENT LINE) (Price on a per unit basis) Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time 38. Fittings, 4 -inch 20 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Bid Proposal Page 21 of 28 Company Name Estimated Item Descriotion Annual Qty. Unit Cost Reducers $ Mega Tugs (or `equal") $ Accessories with gland $ Accessories without gland $ Gland $ 39. Fittings, 6 -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 $ Accessories without gland $ Gland $ Estimated Delivery Time Bid Proposal Page 22 of 28 Company Name Item Descriotion 40. Fittings, 8 -inch Estimated Annual Qty. 20 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (rap) $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 41, Fittings, 10 -inch 20 ea Y's $ Tee's $ 90" 45" Cross Regular Sleeve Unit Cost gstimated Delivery Time Bid Proposal Page 23 of 28 Company Name Estimated Estimated Item Description Annual Qtv., Unit Cost Delivery Time 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 $ Bid Proposal Page 24 of 28 Company Name Item Description Estimated Annual Qty. Accessories without gland Gland 43. Fittings, 16 -inch 50 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 Accessories without gland Gland 44. Fittings, 20 -inch Y's Tee's 90" 45" 10 ea Unit Cost Estimated Delivery Time Bid Proposal Page 25 of 28 Company Name Estimated Item Description Annual Qtv. Unit Cost Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega lugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 45. Fittings, 24 -inch 10 ea Y's $ Tee's $ 90" $ 45" $ Cross $ Regular Sleeve $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Estimated Delivery Time Bid Proposal Page 26 of 28 Company Name Item Descriotion Estimated Annual Qty. Unit Cost Mega lugs (or `equal") $ Accessories with gland $ Accessories without gland $ Gland $ 46. Fittings, 30 -inch 25 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 Accessories without gland Gland 47. Fittings, 36 -inch 25 ea $ $ $ $ $ $ $ $ $ $ $ $ $ Y's $ Tee's $ Estimated Delivery Time Bid Proposal Page 27 of 28 Company Name Estimated Item Description Annual Qty. Unit Cost 90" $ Plugs (solid) $ Plugs (Tap) $ Caps (solid) $ Caps (Tap) $ Reducers $ Mega Tugs (or "equal") $ Accessories with gland $ Accessories without gland $ Gland $ 48. Offset 30 ea Offset 4" x 12", MJ X PE $ Offset 4" x 12", MJ $ Offset 4" x 18", MJ $ Offset 4" x 24", MJ $ Offset 6" x 12", MJ, CLASS 110 $ Offset 6" x 12", MJ X PE $ Offset 6" x 18", MJ, CLASS 110 $ Offset 6" x 18", MJ X PE $ Offset 6" x 24", MJ CLASS 110 $ Offset 20" x 12", MJ $ Offset 20" x 18", MJ $ Offset 8" x 12", MJ $ Estimated Delivery Time Bid Proposal Page 28 of 28 Company Name Estimated Estimated Item Description Annual Qty. Unit Cost Delivery Time Offset 8" x 18", MJ $ Offset 10" x 12", MJ $ Offset 12" x 12", MJ $ Offset 12" x 18", MJ $ TOTAL (Line items 1-48) $ Exhibit "B" 14 ORDINANCE NO, 2001-3301 AN ORDINANCE 01? THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, CREATING DIVISION 6, TO BE ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES", OF ARTICLE VI, ENTITLED "PROCUREMENT", OF CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINISTRATION", BY ESTABLISHING A LIVING WAGE REQUIREMENT FOR CITY SERVICE CONTRACTS AND ESTABLISHING A LIVING WAGE FOR CITY EMPLOYEES; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS, the City of Miami Beach awards private firms contracts to provide services for the public. The City also provides financial assistance to promote economic development and job growth. Such expenditures of public money also serve the public purpose by creating jobs, expanding the City's economic base, and promoting economic security for all citizens; and WHEREAS, such public expenditures should be spent only with deliberate purpose to promote the creation of full-time, permanent jobs that allow citizens to support themselves and their families with dignity. Sub -poverty level wages do not serve the public purpose. Such wages instead place an undue burden on taxpayers and the community to subsidize employers paying inadequate wages by providing their employees with social services such as health care, housing, nutrition, and energy assistance, The City has a responsibility when spending public funds to set a community standard that permits full-time workers to live above the poverty line. Therefore, contractors and subcontractors of City service contracts should pay their employees nothing leas than the living wage herein described; and WHEREAS, in addition to requiring living wages for City services provided by private firms, the City wishes to serve as an example by providing a living wage to all City employees. NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: SECTION 1. That Division 6, to be entitled "Living Wage Requirements for City Contracts", of Article VI, entitled "Procurement", of Chapter 2 of the Miami Beach City Code entitled "Administration" is hereby created to read as follow: 1 of 9 Chapter 2 ADMINISTRATION * * r Article VI. Procurement Division 6. Living Wage Requirements for Service Contracts and City Employees a * s Section 2-407.Reaerved Definitions (g) "City" means the government of Miami Beach or any authorized agents. any board, agency. commission. department. or other entity thereof. or any successor thereto. (b) "Covered Emntrivee" means anyone employed by the CiLy_gr any Service Contractor. aj further defined in this Division. either full or oart time, as an employee with or without benefits or as an independent contractor. (c) "Covered Employer" means the City and any and all Service Contactors. whether contragtjng djmctly or indirectly with the City. and subcontractors of a Service Contractor. (d) "Service Contra" is any individual. business entity. cornoration (whether for profit or not for profit). partnership. limited liability company. ioint venture. or similar business who is conducting business in Miami Beach. or Miami Dade County. and meets one (1) of the two (2) following criteria. LI) The Service Contractor is - (a) paid in whole or part from one or mon of the City's ggempi fiord, capital oroiect finds. special revenue funds, or any other funds either directly or indirectly, whether by competitive bid process. informal bids. requests for proposals. some form of solicitation. negotiation. or agreement. or any other decision to enter into a contract or (b) engaged in the business of. or part of. a contract to provide. a subcontract to provide. of similarly situated to provide, services, either directly or indirectly for the benefit of the City. However. this does not apply to contracts related primarily to the sale of products or goods. (e) "Covered Services" are the type of services ng vhtued by the City th4t are subject to the requirements of tisDiiibisrp which include the following: (1) City Service Contracts Contracts involving the City's expenditure of over $100.000 per year and which include the following types of services; (1) food preparation and/or distribution; (2) security services; routine maintenance services such as custodial. cleaning, =miters. refuse removal. repair. refinishing. and recycling; 2 of 9 (4) clerical or other non -supervisory office work. whether temporary or Permanent; (5) transportation and Pricing services; (6) printing and reproduction srgyiegs; (7) landscaping. Lawn. and or agricultural services: gad f$) nark and public place maintenance (2) Should iv/ services that are beintoerformed by City Employees at the time this ordinance is enacted be soligjjjdi in the future by the City to be nerformed by g 11 .H .,: . .fl. .. ., • .: s: :(I SEC"FION 2408. 1Reseeved LIVING WAGE (a) Ltvtng Wage Paid, f 1) Service Contractor/, All Seryice Contractors. as defined by this Division. entering into a contract with the City of Miami Beach shall pap to all its employees who provide services covered by ;his Division. a living wage g. no less then $8.56 an hour with health benefits. or a living wage of not less than $9.81 an hour without health benefits. as described in this Section, f2) City Etnntoveq For City Employees under the Citv pay plan. the City will begin to nay a living wage consistent with the goals and terms of this Division on phase-in basis Ir ginning in the 2001-2002 City budget vear_increasine on an annual basis incrementally so that the Living Wage is fully implemental fnr City employees in the 2003-2Q04 City budget year as may be adiusted pursuant to subsection (c) below. Thernfter.-the jiving Waste to be oaid by the City to its employees shall noagrbiect to the guniS1 jndexina using the Consumer Price Index for all Urn Consumers (CPI -U) tpgt4 , • . l,..,,: J , . , collective bargaining stptcture, (b) Health Benefits. Por a Covered Employer or the City to comply with th4 living wage provision by choosing to oav the lower wage scale available when a Covered Ecom oyer also orovides health benefits. such health benefits shall consist of payment of at least 51.25 per hour towards the provision of health care bend s for Covered Employees and their dependents. If the health benefits nlan of the Covered Employer or the City teauires an jnitiai geriod of employment for a new employee to be eliepbie for health bepefits (eligibility period) such Covered Employer or Citv rosy aualifv to oav the $8.56 per hour wage scale during the new employee's initial eligibility period Provided the new employee will be paid health benefits upon completion of the eligibility period. Proof of the provision of health benefits must be _submitted to the awardine authority to qualify for the wage rate for employees with health benefits. (c) Indexing. The living wage will be automatically indexed each year using the Consumg Price 1pdex for all Urban Consumers (CPf-U) unless the City Conunission determines it would not be fiscally sound to implement the CPI -U in a particular year. 3 of 9 (d) Certification Reaulred Before PaymentAnv and all contracts for Covered Services shall be void. and no funds may be released. unless prior to entering any agreement with the City for a Covered Services contract. the employer certifies to the City that it will pay each of its employees no less than the living wage described in Section 2-408 (al.' A cony of this certificate must be made available to the nubile upon request. The certificate. at a minimum. must include the following; (1) the name. Address. and phone number of the employer. a local contact person. and the specific proiect for which the Covered Services contract jS sought; ,(2) the amount of the Covered Services contract and the Citv Department tjgi contract will serve' (3) a brief description of the proiect or service mvvided; (4) a statement of the wage levels for all employees: and (S) a commitment to oav all emnlovees a living wage. as defined b3 paragraph Section 2-408 (a), (el Observation of Other Lan Every Coveted Employee shall be paid not less tib biweekly. and without subs9tuent deduction or rebate on any account (except as such payroll deductions as are directed or permitted by law or by a collective bargaining agreement). The Covered Employer shall oav Covered Employees wage rates. in accordance with federal and all other applicable laws such as overtime and similar wage laws. (f) Posting. A cony of the living wage rate shall be kept posted by the Covered Employer at the site of the work in a prominent place where it can easily be seen and mad by the Covered Employees and shall be sun ted to the employee within a reasonable time after a request to do so. Posting reouirements will not be reouired where the Covere. Employer prints the following statements on the forte/ the CoyeiastEmployee's first paycheck and every six months thereafter: "You are reoared by City of Miami Beady jaw to be paid at least $8.56 dollars an hour. if you are not paid this hourlvlate. contact your employer. an attorney. or the City of Mian Beach." All notices will be printedjfl English. Spanish. and Creole, fa) Collective Bargpinin¢. Nothing in this Division shall be read to matte or authorize any Covered Emplover to reduce wages set by a collective bargaining agreement or are required under any prevailing wage law, 4 of 9 SECTION 2-409. Reserved- IMPLEMENTATION (a) Procurement Specifications. The living wage shall be require() tit/procurement snecificatians for all City service contracts for Covered Services on which bids or musk shall be solicited on or after the effective date of this Division. The urocurement specifications for applicable Covered Services contracts shall include a reauirement that Service Contractors and their subcontractors agree to produce all documents and records relating to payroll and compliance with this Qivision unnn moueat from the City. Covered Service contracts awarded subsequent to th 4ate when this Division becomes effective. shall be subiect to the requirements of this Division, (b) Information Distributed. All reouests for bids or recuests for proposers for Covered Services contracts of 5100.000 or more shall include appropriate information about the requirements of this Division, 121 Maintenance of Payroll Records. Each Covered Employer Mall maintain navrollthr all Covered Employees and baits records relating thereto and shall preserve than for a period of three (3) years or the term of the Covered Services contract. whichever is greater. The records shall contain: f 1) the name and address of each Covered Employee; (2) the lob title and classification; (3) the number of hours worked each day; f4) the gross wages gamed and deductions made; 0) annual wages paid; (6) a cony 'Attie social security returns and evidence of payment thereof; M a record of fringe benefit payments including contributions to approved plans; and fjj) any other data or information this Divisionuhould require from time to time. fd) Reporting Payroll. Every six (6) months. the Covered Emnlover shall file with the procurement Director a complete payroll showing the Covered$mplover'a payroll records for each Covered Employee working on the gontract(s) for Covered Services fig we payroll period. Upon request from the City. the Covered Employer shall produce for inspection and copying its payroll records for any or all of its Covered Emolovees for any period covered by the Covered Service contract. The City may examine payroll recocda as needed m ensure compliance. SECTION 2410. Reserved COMPLIANCE QND ENFORCEMENT. (a) Service Contractor to Cooperate. The Service Contractor shall nem» t City employees, agents. or representatives to observe work beingjerformed at. in or on the project orpmtter for which the Service Contractor has a contract. The City representatives may examine the hooks and records of the Service Contractor relating to the employment and payroll to determine if the Service Contractor is in compliance with the provisions of this Division. 5 of 9 (b) Comalyjpt Procedures and Sanctions. ( 1) An employee who believes that this Division applies or applied to him or her and apt the Service Congttor. or the City. is or was not complying with the requirements of this Division has a right to file a complaint with the Procurement pirector of the City. Complaints by employees of alleged violations may be mad at any time and shall be investigated within thirty (30) days by jbe_City, Written and oral statements by an employee sj lobe treated as confidential and shall not be disclosed without the written consent of the employee to the extent allowed py the Elgesdauguia 1f Anv individual or entity may.aiso file a complaint with the Procurement Director of the City on behalf of an employee fQ jnvestigation by the City. Q) It shall be the responsibility of the City to investigate all allegations of violation& of this Division within thirty (30) days. If. at any time. the City. upon investigation determines that a violation of this Division has occurred. it shall, within ten (10) working days of a finding of non-compliance. issue a notice of corrective action to the employer specifying all areas of non-compliance and deadlines for resolutionzrsf the identified violations. If a Service Contractor fails to comply with any notice jutted. the City Mangier or the City Manager'} designee may issue an order in writing to the Service Contractor. by certified mail or hand delivery. notifying the Service Contractor to gpoear at an administrative hearing before the City Manager or the City Manager's /esigpee to be held at a time to be fixed in such order. which date shall be not less than five (5) days after service thereof. (4) The proceedings shall be informal. but shall afford the Service Contractor the Sht to testify in the Service Contragtor, own defense. present witnesses. be remsamp by counsel. submit relevant evidence. cross examine witnesses and Watt to evidence, (5) The proceedings shall be recorded and minutes_kent by the City. Any Service Contractor rewiring verbatim minutes forjudicial review may arranacjor the services of a court reporter at the exnense of the Service Contractor. (6) Within ten (10) dans of the close of the hearing. the City Manager or the Citv Mgnager's designee shall tender a decision in writing determining whether or not the Service Contractor isjn compliance. or whether other action ghot jd be taken, or whether the matter should be continued. as the case may be. and stating the reasons and findings of fact. (7) Tile City Manager or the City Manager's designee shall file findings with the City Clerk. and shall send a tate and correct cony of his order by certified mail, return receipt requested. or by hand delivery. to the business address as the Service Contractor shall designate in writing, (8) The City Manager's or designee's findings shall constitute the final administrative action of the City for,purposes of judicial review under state law, 6 of 9 (9) If a Service Contractor:fajjs to seek timely appellate review of an order ofjk CaySauer or the City Manager's designee. or to comply timely with such fir. the City may oursue the enforcement of sanctions set forth in Section 2- 410 (c). fc) Private Right of Action Against Service Contractor Any Covered Enmlovee of Qj former Covered Emnlovee of a Service Contractor may. instead of utilizing the City •1.11 1 - t: sit,. .s I ;-1 4,1 1 1 ! aJ : 111 . 4 4 1 :1 . 1 1 1 1 .4 bring an action by filing snit against I '1 I 11)1 4 .11 1)tt t - 6)(4 1 Ult. 1 Covered Employe/ in any court of competent 1 1 s l I I <I . 1 11 44 : 4. •. (I,.. .. . ..: 0. 1. rev's fees. and costs. The applicable statute of limitations for such a claim will be two M years as provided in Florida Statles Section 95.11(4)(c) loran acljion for navment of 1. q.. .1 I1.: 1 I VI .4 4. I t Ir: I 1 1 1• , I;: persons or entities aiding or abetting the Service Contractor. to include wage restitution to the affepted Covered Employee and damages payable to the Covered Emnlovee in the Sint of un to $500 for each week each Service Contractor is found to have violated this Division, id) Sanctions Against Service Contractors. For violations of this Division. the City shall sanction a Service Contractor by moulting the $ervice Contractor to nay wage restitution at the employers expense for each affected employee and may access the following;. (1) The City may imps damages in the sum of S500 for each week for each employee found to have not been paid in accordance with this Division; and/or 11The City may suspend or terminate navment under jjre Covered Services contract or terminate the contract with the Service Contractor: and/or L1 The City may declare the employer ineligible for future service contracts for three (3) yearn or until all penalties and restitution have been paid in full. whichever is longer. In addition. all employers alkali be ineligible under this section where principal officers of the employer were principal officers of an Employer who violated this Division, (e) Public Record of Sancijons. All such sanctions recommended or imposed shall be a matter of Public record. (flainpctlons for Aldine and Abetting. The sanctions in Sectjon 2-410 (c) shall also apply to any nartv or Patties aiding and abetting in any violation of this Division, (g) Retaliation and Discrimination Barred. A Covered Employer shall not discharge, reduce the compensation. or othenSe discriminate against any Covered Employee for making a complaint to the City. or otherwise asserting his or her rights under this Division. participating in any of its proceedings or using any civil remedies to enforce Itis or her rights under this Division. Allegations of retaliation or discrimination. if found true in a proceeding under paragraph (b) or by a court of competent iuriadiction under paragraph (c). shall result in an der of restitution and reinstatement of a discharged Covered Employee with back pay to the date of the violation or such other relief as deemed appropriate. 7 of 9 (h) Enforcement Powers. If necessary for the enforcement of this Division. the City Ansanay C San may issue subpoenas. compel the attendance and testimony of witnesses and production of books. capers. records. and documents relating to navroll records necessary for hearing. investigations. and proceedings. In case of disobedience of the subpoena. the City Attomev may anolv to a court of competent iurisdiction for an order requiring the attendance and testimony of witnesses and production of books. papers, records. and documents. Said pourt. in the case of the refusal to obey such subpoena. after notice to the person subpoenaed. and upon finding that the attendance or testimony of such witnesses of the production of such books. panels. records. and documents. as the case may be. is relevant or necessary for such hearings. investigations. or proceedings. may issue an order requiring the attendance or testimony of such witnesses or the production of such documents and any violation of the court's order may be nunishable by the court as contempt thereof. (1) Remedies Herein Non•Exclnsive. No remedy set forth in this Division is intended to be exclusive or a prerequisite for asserting a claim for relief to enforce the rights under this Division in a court of law. This Division shall not be cnnstrued to limit an emnlovee's right to bring a common law cause of action for wrongful termination, SECTION 2. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. $EVERABELITY, If any section, subsection, clause, or provision of this Ordinance is held invalid. the remainder shall not be affected by such invalidity. SECTION 4. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this Ordinance shall become and be made a pact of the Code of the City of Miami Beach, Florida. The sections of this Ordinance may be returned. 8 of 9 SECTION S. $FFECTIVE DATE. This Ordinance shall take effect on the 28th day of April , 2001. PASSED and ADOPTED this 18th day of Apr11 , 2001. ATTEST; (Za d eat. CITY CLERK 1st reading 2nd reading XX Ordinance No. 2001-3301 MAYOR APPROVED A5 TO FORM & LANGUAGE & FOR EXECUTION 9 of 9 Yr) -.'}-01 Date ORDINANCE NO. 2003-3408 AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINISTRATION"; BY AMENDING ARTICLE VI, ENTITLED "PROCUREMENT"; BY AMENDING DIVISION 6, ENTITLED "WING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES';BY AMENDING SECTION 2-405(b), ENTITLED "HEALTH BENEFITS", THEREIN, TO PRESCRIBE A MAXIMUM PERIOD OF TIME FOR THE "ELIGIBILITY PERIOD", AS SAME IS DEFINED THEREIN, UNDER WHICH A COVERED CONTRACTOR MAY QUALIFY TO PAY A NEW EMPLOYEE THE W56 PER HOUR WAGE SCALE; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS, the City awards contracts to private firms to provide services for the public and also provides financial assistance to promote economic development and job growth; and WHEREAS, such expenditures of public money also serve a public purpose by creating jobs, expanding the City's economic base, and promoting economic security for all citizens; and WHEREAS, such public expenditures should be spent only with deliberate purpose to promote the creation of full-time, permanent jobs that allow citizens to support themselves and their families with dignity; and WHEREAS, sub -poverty level wages do not serve the public purpose, and such wages place an undue burden on taxpayers and the community to subsidize employers paying Inadequate wages by providing their employees with social services such as health care, housing, nutrition, and energy assistance; and WHEREAS, the City has a responsibility when spending public funds to set a community standard that permits full-time workers to live above the poverty line, and therefore, contractors and subcontractors of City service contracts must pay their employees nothing less than the living wage herein described; and WHEREAS, in addition to requiring living wages for City services provided by private firms, the City wishes to serve as an example by providing a living wage to all City employees. NOW, THEREFORE, BE IT DULY ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AS FOLLOWS: SECTION 1. AMENDMENT OF CITY CODE That Section 2-408(b), entitled 'Health Benefits", of Division 6, entitled "Living Wage Requirements for Service Contracts and City Employees", of Article VI, entitled "Procurement', of Chapter 2, entitled "Administration, of the Miami Beach City Code Is hereby emended to read as follows: Chapter 2 ADMINISTRATION Article VI. Procurement Division 6. Living Wage Requirements for Service Contracts and City Employees SECTION 2.408. LIVING WAGE (k) Fleplth Benefits: pIJalbUity period. For a Covered Employer or the CIty to comply with the Ovine wgpe provision by chogainq to oav the lower wage ,scale available when a pi i4 Covered EQvef also provides health benefits, such health gneflts shall consist of payment of at least 51.25 per hour toward the provision of health benefits for Covered Employees and their dependents. If the health benefits plan of the Covered Employer or the Crity raauires art initial period of employment for a new employee to be eJiaible for health benefits feligjplllty gerlod) the living wane provision shall be complied with as follows during the eIIaibillty period: (1) Provided the new employee wiJLbe paid health benefits upon the completion of the ellaibility period. a Covered Employer or the City may oniv qualify to pay the $8.56 per hour wage epale for a term not to exceed the first ninety (PQ) days of the new emQlovee's ellaibility period. said term commencina on the employee's date of hire. (2) If the Covered Entglover's or the Cjtv's eiiaibgity period exceeds the ninety (90) day term orovided in nlrbsectlon fll above. than the Covered Emolpver q( the Qty. commencing on the ninety first (90) day of the new employee's eligibility period. must commence to oav a living wage of not leas than 39.81 an hour. Proof of the orovision of health benefits must be submitted to the awardina authority to pualifv for the wagtails for emolovees with health bandit. SECTION 2. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 3. SEVERABILITY. If any section, subsection, clause, or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 4. CODIFICATION. It Is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of thls Ordinance shall become and be made a part of the Code of the City of Miami Beach, Florida. The sections of this Ordinance may be retumed. SECTION 5. EFFECTIVE DATE. PASSED and ADOPTED this 3oth day of _ April , 2003. ATTEST: ricuutdr Pak dA -At CITY CLERK PROVOASTO FORM E IANGUAGE 1st reading BpQNEIp UUON 2nd reading T0AGENO 2003rpr0803VapulwWdro wage Prab Per 0403 ard.doc CITY OF MIAMI BEACH NOTICE OF PUBLIC HEARINGS NOTICE 15 HEREBY given that public hearings well be held by the Mayor and City Commission of IM City of Miami Beech, Florida, to ins Commission Chambers, 3rd Mor, CIN Hal. 1700 Convention Center Drive. Mimi Beach, Fonda, on Wednesday. AprIl 30, 2003, et me awes NNW below to consider the felcvnno on first madlmm: se Mid kn.: AN ORDNANCE MANNING ORDINANCE iAD. 1e05, THE UNCLASSIFIED EMPLOYEES SALARY ORDINANCE; INCREASING ON 111E REST PAY PERIOD ENDING MAY 4.2033.11E MINNUM OF THE RANGES BY 1% ANO TIE MAXIMUM OF THE RANGES BY 4%; AND BY ESTABLISHING TIE CLASSIFICATIONS OF ASSISTANT DIRECTOR — NEIGHBORHOOD SERVICES, ICUSNG MANAGER, OFFICE OF COMMUNITY S61WCES DIVISION gIHECTOR, LABOR RELATIONS MMSION, DIRECTOR, LABOR RELATIONS TEWMCAN I, SPECIAL EVENTS COORDINATOR, PUBLIC MT COORDINATOR; ANN AMENDING THE TITLES OF THE CLASSIFICATIONS OF HOUSING DEVELOPMENT DIVISION DIRECTOR TO COMMUNITY DEVELOPMENT MO HOUSING ONISWN DIRECTOR, LABOR RELATIONS TECHNICIAN TO LABOR RELATIONS TECHNICIAN R, TRAINING DEVELOPMENT COORDINATOR TO ORGANIZATIONAL OEVELOPMENT AND TRAINING COORDINATOR, TRANS] SPECIAUST TO ORGANIZATIONAL DEVELOPMENT AND WANING SPECIALIST; AND ASOLNHEN THE TITLE OF CLASSIFICATION OF ASSISTANT TO THE NEIGHBORHOOD SERVICES DIRECTOR, PROVIDING FORA REPEALER, SEVERABILITY, EFFECTIVE DATE AND CODIFICATION. es I0tiflant: AN ORDINANCE AMENDING ORDNANCE N0.789, THE CLASSIFIED EMPLOYEES SALARY ORDNANCE. FOR CIARSIRCAHONS N GROUP VL BEING OTHER CLASSIFICATIONS IN 111E CLASSIFIED SERVICE NOT COYEaso BYA BARGAINING WR; INCREASING ON THE FIST PM PERIOD ENDING MAY 4.2003, THE MINIMUM OF SE RANGES BY 4%ANO THE MI»IUM OF THE RINSES BY 4%;AND BY ESTABLISHING THE CLASBIRCAION(S) OF ICE RNA TECHNCMIAND SAERATON OPERATIONS MWERVIRQI; AMENDING 111E TITLES OF CLASSIFICATIONS OF PERSONNEL TICINIC* I TO HUMAN RESOURCES TECHNICIAN I. PERSONNEL TECHNICM 010HUMAN RESOURCES TECHNICIAN 0, PERSONNELTECHNCUW 11 TO NUMMI Rte TECIINICW410; PRDVEING FOR A REPEALS, SEItNABIUTZ EFFECTNE DATE, AND CODIFICATION. al 10J6 am: AN ORDNANCE AMENDING CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINSTRAT10N"; BY AMBLING ARTNQE VI. MITRIED• "PROCUREMENT'; SYAMENOING LIMON 6. ENTITLED 'LIVING WAGE REOIAREMENTS FOR CITY SERNC0 CONTRACTS AND CIit EPAPLOYEES'; BY AMENDING BECTON 3.408(0), ENTITLED TEAM BENEFITS; THEREIN. TO PIESCRME A MINIMUM PERIOD OF TIME FOR 111E "EUGBLLITY PERIOD; AS SAME E DEFINED THEREN, UNDER WHICH A COVERED CONTRACTOR MAY 0WLIFY TO MY A NEI/EMPLOYEE THE ASSES PER HOUR WAGE SCALE; PROVIDING FOR REPEALS, SEVERABIIIIY, 000IFICARON,AND AN EFFECTIVE DATE MquaUs my be druid M to Human Raourcss at (305) 673.7170. at 1140 am.: AN ORDINANCE AMENDING SECTION SO -7869 OF THE MIMII BEACH CITY CODE ENTITLED 'MITIGATION.' PROVIDING FOR MITIGATION HEARINGS TO SE NFMO BY THE SPECIAL. MISTER %THIN 014E YEAR OF THE ISSUANCE OF 111E AFFIDAVIT OF COMPUANCE; PROVIDING THE SPECIAL MASTER MAY ALSO HEM MITIGATION REQUESTS BEYOND ONE YEAR AFTER THE AFFIDAVIT OF COMPLIANCE UPON APPROVAL OF THEPDMINISTRATON; PROVIDING FORA REPEALER SEVERABlulY,CODIFICATON Nth AN EFFECTIVE DATE. insides may be docket Mtn Neighborhood Setons M (305) 604.2489 ALL NTFAESIED PARTIES n Invited to appear N thla media, or be represented by an agent, or to Mona their vltws In WON addressed to the CRY Commldon, cel the CIN Cler, 1700 Cenvent,on Cents Orin, 141 Floes, CRY 11111. MIanH Bach, Finch 33130. Coplas N then ardbabnare avMele fa yabk tnpectlan derMg normal toads Ian n Ne City CAMs Oka, 1700 Convention Center Dta, 1st Fl®,, Cby 114 ABeml Bach, Florida 33135 This maing may be continued end oder suchdcunistenoes addelmNl legal notice would not be pmvaed. Rotted E. Parcae• CN Clerk Otey of Minn Beach Rada M Section 266.0105, Flo. SIAL. the City hereby advises lite public Inst If a pigeon nddee to appeal any decide made by the CLN Commission with respect M any matter considered MRA meeting or lel Mednj, such perm mud ensure Int a wrbalm racad M the pncednN Is made, which record Iodides the telaamy and evidence upon which the appeal M to be based. This Mtke don not conalbfi cameo by the CNV M the nVaducMn or ededesion of othenvne mMmbsible or Irrelevant evidence• nor does B aubiodze dalWigss or amide not otherwise dowed by kw. M accdeece with the MOTION win Stabilities Act of 1990, persons needs; special accommodation to parllcIpate in Elk preceding, or to request information on access for persons with dIssbifge, or to request this publkatlon in accessible format, or to request shin language SMupaMrs. should Contact the My Clerk's dice et 4305) 6773-7411, ao late than fuer days prix to the proceeding. 11 baring Implied, dinned* City Clerk's office via the FlorldN Bstar Salvos mumbam.180019658771 (TTY) or (6001965.8770 0101MI.ag aim 1• CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY Condensed Title: An Ordinance amending the Living Wage Ordnance to provide a maximum health benefits eligibility period during which a contractor may pay a new employee the lower SB.58 rate. Issue: Shall the City Commission create a consistency between the City and the Citys contractors as to maximum eligibility period for health benefits during wrtkh a contractor may pay a new employee the lower $8.56 rate? Item SummarvARacomm.ndwlon: IOrdinance was approved by Commission 4/9/03 and second reading, public hearing was set for 4/30/03, By adopting this Ondnonce amendment, the Living Wage Ordinance will better ensure that contractors end subcontractors follow the Intent of the Living Wage Ordinance, continuing to set a community standard that Permits full-time workers to live above the poverty line. Advisory Board Recommendation: IWA Financial Information: Source of Funds: City Clerk's Office Lapislatlw Tracking: T.C. Adderly ^pmOl 1` Dspah rdnsiit:dlrsgitif , .. Adllpdtlrtt'CIMn:,grr 1 ,.c4 99..Lt s,. T.c.A 1 MALANDAL20031apr3003verianarg wage Old P'ob Pr 04 03 ae n2Aoe 1 AGENDA REM RSv DATE 97TO -03 CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33130 ww.mirmlb.Wu, .aar To: From: COMMISSION MEMORANDUM eta_ Mayor David Dermer and Date: April 30, 2003 Membew of the City Commission Jorge M. Gonzalez City Manager SECOND READING PUBLIC HEARING Subject: AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 2 OF THE MIAMI BEACH CITY CODE ENTITLED "ADMINISTRATION"; BY AMENDING ARTICLE VI, ENTITLED "PROCUREMENT"; BY AMENDING DIVISION 6, ENTITLED "LIVING WAGE REQUIREMENTS FOR CITY SERVICE CONTRACTS AND CITY EMPLOYEES"; BY AMENDING SECTION 2- 40S(b), ENTITLED "HEALTH BENEFITS", THEREIN, TO PRESCRIBE A MAXIMUM PERIOD OF TIME FOR THE "ELIGIBILITY PERIOD", AS SAME IS DEFINED THEREIN, UNDER WHICH A COVERED CONTRACTOR MAY QUAUFY TO PAY A NEW EMPLOYEE THE 66.56 PER HOUR WAGE SCALE; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. ADMINISTRATION RECOMMENDATION The Administration recommends adopting the Ordinance. ANALYSIS The City has a responsibility when spending public funds to set a community standard that permits full-time workers to live above the poverty line. In an effort to achieve thls goal, contractors and subcontractors of City service contracts must pay their employees nothing' less than the living wage. Such expenditure of money also serves the public purpose by creating jobs, expanding the City's economic base and promoting economic security for all citizens. General Criteria of LIvina Waae Ordinance The intent of a Living Wage continues to be to provide salary rates for full-time employees equivalent to the poverty level plus 10%, and therefore, eliminate sub -poverty level wages. The Ordinance provided for a salary of $8.58 per hour for employees who already receive health benefits and $9.81per hour for employees without health benefits. The Living Wage Ordinance appNes to City employees, contractors, and subcontractors of City service contracts of $100,000 or more. Per Section 2-408 (b) of the Living Wage Ordinance, If the health benefits plan of the Covered Employer or the City requires an Initial period of employment fora new employee to be eligible for health benefits (eligibility period), such Covered Employer or City may qualify to pay the $8.56 per hour wage scale during the new employee's initial eligibility period provided the new employee will be paid health benefits upon completion of the eligibility period." City of Miami Beach employees are eligible for health benefits after 90 days of employment. This means that the City is permitted to pay an employee the lower $8.56 rate during those first 90 days of employment because the employee will be eligible for health benefits on the 91st day. If the new employee is not be eligible for health benefits, then the City must pay the higher rate of $9.81 beginning on the first day of employment, It is proposed that the Ordinance be amended to have a consistent provision for contractors as to the maximum eligibility period. The proposed Ordinance amendment would permit contractors to pay a new employee the lower rate during the first 90 days of the eligibility period. If the contractor's eligibility period is greater than 90 days, then, commencing on the 91st day of the eigibility period, the contractor will pay the employee the higher rate of $9.81 until the employee receives health benefits. CONCLUSION By adopting this Ordinance amendment, the Living Wage Ordinance will better ensure that contractors and subcontractors follow the Intent of the Living Wage Ordinance, continuing to set a community standard that permits full-time workers to live above the poverty fine. JMG:MDB:TCA:GPL T %GEN DAlteCeispr3031figutiutAing Wpe 91d pleb per 0r 03,Re2hc CA iv\ BEAC PROCUREMENT Division MEMORANDUM TO: Robert Parcher, City Clerk FROM: Gus Lopez, CPPO, Procurement Director L DATE: January 19, 2007 SUBJECT: CONTRACT NO. 35-05/06 — PURCHASE OF PIPE AND FITTINGS, CAST DUCTILE IRON AND CAST GRAY IRON. Attached please find the Contract Books pursuant to RFP NO .35-05/06 for Ferguson Enterprises, Inc. All four (4) Contracts have been executed by Ferguson Enterprises, Inc., and they have agreed to all terms and conditions set forth in the contract. The attached Contracts are for the City Clerk's and the Mayor's signature and execution. The City Attorneys office has approved the form and language for contract execution. Please call Maria Estevez at x 6558 when the contracts are fully executed and ready for pick-up. Thank you for your prompt attention to this matter. We ore commuted to proeidmg ecellent public service and solethr to all who litre, mord and play m our wbronl, tropical h:sronc communm