The deadline to respond to this Verification of … › smallbusiness › library › reports ›...

21
1 Plumbing Equipment & Supplies, Prequalification Estimated Cost - $30,745,000.00 6582-5/16-5 - Verification of Availability March 21, 2016 SBD is attempting to place a Small Business Measure on 6582-5/16-5. Please review this document to determine if your firm would be able provide the contract’s scope of services and is willing to participate on this solicitation. If your firm is interested, please include a copy of your firm’s resume or list of projects or list 3 similar projects on the last page of this document. The deadline to respond to this Verification of Availability is 3:45 PM, Tuesday, March 22, 2016. Caesar Suarez SBD Capital Improvement Project Specialist Small Business Development Division Miami-Dade County Internal Services Department 111 NW 1 st Street, 19 th Floor, Miami, FL 33128 Office: (305) 375-3141|Fax: (305) 375-3160 Email: [email protected] Connect With Us on Twitter | Facebook | Instagram “Help stimulate Miami’s economy by supporting Small Businesses” Please familiarize yourself with the Project Review Process Website: http://www.miamidade.gov/smallbusiness/projects-under-review.asp

Transcript of The deadline to respond to this Verification of … › smallbusiness › library › reports ›...

Page 1: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

1

Plumbing Equipment & Supplies, Prequalification

Estimated Cost - $30,745,000.00

6582-5/16-5 - Verification of Availability

March 21, 2016

SBD is attempting to place a Small Business Measure on 6582-5/16-5. Please review this document to determine if your firm would be able provide the contract’s scope of services and is willing to participate on this solicitation. If your firm is interested, please include a copy of your firm’s resume or list of projects or list 3 similar projects on the last page of this document.

The deadline to respond to this Verification of Availability is 3:45 PM, Tuesday, March 22, 2016. Caesar Suarez SBD Capital Improvement Project Specialist Small Business Development Division Miami-Dade County Internal Services Department 111 NW 1

st Street, 19

th Floor, Miami, FL 33128

Office: (305) 375-3141|Fax: (305) 375-3160 Email: [email protected] Connect With Us on Twitter | Facebook | Instagram

“Help stimulate Miami’s economy by supporting Small Businesses”

Please familiarize yourself with the Project Review Process Website: http://www.miamidade.gov/smallbusiness/projects-under-review.asp

Page 2: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

2

VERIFICATION OF AVAILABILITY TO BID

INTERNAL SERVICES DEPARTMENT (ISD) SMALL BUSINESS DEVELOPMENT (SBD) DIVISION

COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM

111 N.W. 1ST STREET, 19th FLOOR

MIAMI, FLORIDA 33128

PHONE: 375-3111 FAX: 375-3160

CONTRACT SPECIALIST: Caesar Suarez

I am herewith submitting this letter of verification of availability and capability to bid, provided

the proposed scope of work attached. (NOTE: Please provide all the information requested;

incomplete and/or incorrect verifications are not acceptable or usable.)

CONTRACT TITLE: Plumbing Equipment & Supplies, Prequalification

PROJECT NUMBER: 6582-5/16-5

Estimated Contract Amount: $30,745,000.00

(Scope of work and minimum requirements for this project is attached.)

_________________________________________________________

NAME OF FIRM

______________________________________________________________________

ADDRESS CITY ZIP CODE

Certification Expires: ____________

DATE

Telephone: (__ __ __) __ __ __ - __ __ __ __

________________________________________

PRINT NAME AND TITLE

________________________________________________ ________________

SIGNATURE OF COMPANY REPRESENTATIVE DATE

Currently Awarded Projects

(Name of Project and

Owner)

Project

Completion

Date

Contract Amount Anticipated Awards

Page 3: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

3

VERIFICATION OF AVAILABILITY TO BID

CONTRACT TITLE: Plumbing Equipment & Supplies, Prequalification

PROJECT NUMBERS: 6582-5/16-5 ESTIMATED CONTRACT AMOUNT: $30,745,000.00

Page 4: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

4

Page 5: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

5

Page 6: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

6

Page 7: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

7

Page 8: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

8

Can your firm comply with Sections 1.2 - 1.32 of this solicitation? Yes _____ No _____ 2.1 PURPOSE: TO PRE-QUALIFY BIDDERS

The purpose of this Invitation to Bid (ITB) is to pre-qualify potential bidders for future bidding through the submission of documents and forms which verify to the County that the bidder meets or exceeds minimum requirements. Bidders who meet or exceed the requirements established in this ITB shall be placed on a Pre-Qualification List that may be accessed by various County departments to obtain price quotations for the provision of plumbing equipment and supplies, as needed, when needed.

Can your firm satisfy the purpose of this solicitation? Yes _____ No _____

2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER THAN $50,000 (Bid

Preference) A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access www.miamidade.gov/dbd. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference.

2.3 INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: FIVE (5) YEARS

This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Department of Procurement Management, Purchasing Division; and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the five (5) year period.

2.5 OPTION TO RENEW (OTR): FIVE (5) YEARS

Prior to the completion of the contract’s initial term, the County shall have the option to renew this contract for an additional five (5) years on a year-by-year basis. Continuation of the contract beyond the initial period is a County prerogative, not a right of the vendor. This prerogative may be exercised by the County only when such continuation is clearly in the best

Page 9: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

9

interest of the County. In the event the vendor declines the County's right to exercise an option to renew period, the County may consider the vendor to be in default which may effect the vendor’s eligibility for future contracts.

2.6 METHOD OF AWARD: PRE-QUALIFIED BIDDERS WHO WILL BE INVITED TO PARTICIPATE IN SPOT MARKET PURCHASES Approved bidders will be placed on a “Pre-qualified Bidders List” on a “per group” basis, which will be accessed by the various County departments, as needed, to obtain Spot Market quotations. The pre-qualified bidders in each group will be categorized according to the brands/makes they represent. When a requirement is identified by a County department, the pre-qualified bidders for the affected group will be invited to offer a fixed price and a firm delivery time for the specific items. It will be the County department’s prerogative to contact all the pre-qualified bidders in the affected group to request a quotation, use a rotating system to request quotations from a number of pre-qualified bidders, or to request quotations from the pre-qualified bidders for a specific brand/make within a group. The pre-qualified bidder offering the lowest fixed price on the total amount of the order shall be awarded the order, provided that the products proposed by the pre-qualified bidder meet the order’s specifications and requirements. The award of the order to one bidder does not preclude the ability of the remaining pre-qualified bidders from submitting offers for other orders as requested by County departments. In the best interest of the County, for items either delivered by the vendor or picked-up from the vendor by authorized County personnel, the availability of the material, geographic location, and/or delivery time may be utilized as deciding factors for the basis of an award to a bidder when it is determined by a County department that a project is time sensitive to meet pre-established deadlines or it is an emergency situation. It shall be the sole prerogative of the County as to the total amount of pre-qualified bidders on this contract. During the term of this contract, the County reserves the right to receive or re-evaluate submittals, add pre-qualified bidders, add or delete products, or delete bidders, as it deems necessary. In addition to other County and contract requirements, all bidders shall meet or exceed the following qualification requirements to qualify for this contract:

2.6.1 Maintain an office staffed by competent company representatives authorized to discuss matters pertaining to the contracted products, who can provide manufacturing information, and who are cognizant of the industry and industry standards. A list of the firm’s key personnel, including their roles and contact information, shall be included with the bidder’s submittal. The list shall include the personnel’s applicable experience and their qualifications. This document shall

Page 10: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

10

demonstrate to the County’s satisfaction that the bidder’s staff meets the requirement described in the paragraph above.

2.6.2 Shall be equipped with modern office equipment, especially a dedicated

facsimile (FAX) machine, available twenty-four (24) hours a day, to provide immediate technical support and expedite quotations.

2.6.3 Shall be regularly engaged in the business of providing plumbing equipment and

supplies.

Two (2) current references from existing plumbing equipment and supplies’ customers shall be included with the bidder’s submittal. These references shall ascertain to the County’s satisfaction that the bidder has sufficient experience and expertise in the plumbing equipment and supplies industry.

2.6.4 Provide all the information required in Section 4 of this solicitation.

All bidders are required to submit with their bid all the specified information, documents and attachments as proof of compliance to the minimum qualification requirements, however, Miami-Dade County may, at its sole discretion, allow the bidder to complete or supplement the qualification requirements information/documents during the bid evaluation period. Failure to provide proof of compliance to the minimum qualification requirements, as specified by the County, shall result in the bidder’s bid being declared non-responsive. The County shall be sole judge of the bidder’s conformance with the qualification requirements and its decision shall be final. The County reserves the right to verify the information submitted by the bidder and to obtain and evaluate additional information, as it deems necessary to ascertain the bidders’ conformance to the minimum qualification requirements.

2.7 INTENTIONALLY OMITTED

2.8 INTENTIONALLY OMITTED

2.9 INTENTIONALLY OMITTED 2.10 INTENTIONALLY OMITTED 2.11 INTENTIONALLY OMITTED 2.12 INTENTIONALLY OMITTED 2.13 INTENTIONALLY OMITTED 2.14 INTENTIONALLY OMITTED

2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES

Page 11: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

11

The vendors shall submit an original invoice to the appropriate County user department after a purchase has been completed, whether the specific items were picked up by authorized County personnel or delivered to the site by the vendor. In addition to the general invoice requirements set forth below, the invoices shall reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items.

All invoices shall contain the following basic information:

2.15.1 Vendor Information:

• The name of the business organization as specified on the contract between Miami-Dade County and vendor

• Date of invoice

• Invoice number

• Vendor’s Federal Identification Number on file with Miami-Dade County

2.15.2. County Information:

• Miami-Dade County Release Purchase Order or Small Purchase Order

Number • Miami-Dade Water and Sewer Department (M-DWASD) requisition

number (if the invoice pertains to an order placed by the M-DWASD).

2.15.3 Pricing Information:

• Unit price of the goods or services provided

• Extended total price of the goods or services provided

• Applicable discounts

2.15.4 Goods or Services Provided per Contract:

• Description of the goods or services

• Quantity delivered

Page 12: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

12

2.15.5 Delivery Information:

• Delivery terms set forth within the specific order • Location and date of delivery of goods or services

Failure to submit invoices in the prescribed manner shall delay payment.

2.16 SHIPPING TERMS: F.O.B. DESTINATION

All vendors shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at various locations within Miami-Dade County.

2.17 DELIVERY SHALL BE WITHIN TEN (10) BUSINESS DAYS AFTER ORDER IS PLACED BY THE COUNTY

The vendor shall make deliveries within ten (10) business days after the date that the County department orders the items, unless otherwise mutually agreed upon by the County and the bidder, in writing, at the time of the specific purchase. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful vendors; except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated.

Should a vendor to whom an order is awarded fail to deliver within the time period stated above or after any negotiated delivery date has lapsed, the County reserves the right to cancel the order after any back order period which is specified in the Special Conditions has lapsed. If the order is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the vendor with any re-procurement costs.

2.18 BACK ORDERS SHALL REQUIRE WRITTEN AUTHORIZATION

The County shall not accept any back orders of deliveries from the vendor, unless written authorization is issued by the user department. Accordingly, the vendor is required to deliver all items to the County within the time specified in this solicitation; and no grace period shall be honored.

2.19 INTENTIONALLY OMITTED

2.20 CONTACT PERSONS

For any additional information regarding the terms and conditions of this solicitation and resultant contract contact Maggie Reynaldos at 305-375-1658 or at [email protected].

2.21 COUNTY USER ACCESS PROGRAM (UAP) User Access Fee Pursuant to Miami-Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All

Page 13: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

13

sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi-governmental or not-for-profit entity. The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. Joint Purchase Only those entities that have been approved by the County for participation in the County’s Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami-Dade County contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The vendor must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami-Dade County, the successful vendor shall be entitled to ship goods on an “FOB Destination, Prepaid and Charged Back” basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. Miami-Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP. Vendor Compliance If a vendor fails to comply with this section, that vendor may be considered in default by Miami-Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract.

2.22 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL FUNDING

Since the goods, services, and/or equipment that will be acquired under this solicitation will be purchased, in part or in whole, with federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 4 of the United States Code, which addresses Affirmative Action requirements for handicapped workers, is incorporated into this solicitation and resultant contract by reference.

Page 14: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

14

2.23 COMPLIANCE WITH FEDERAL STANDARDS

All items to be purchased under this solicitation shall be in accordance with all governmental standards, to include, but not limited to those issued by the American National Standards Institute (ANSI), the American Society for Testing and Materials (ASTM), the American Water Works Association (AWWA), the Environmental Protection Agency (EPA), the Instrument Society of America (ISA), the International Standards Organization (ISO), the National Fire Protection Association (NFPA), the National Institute of Safety Hazards (NIOSH), the National Sanitation Foundation (NSF), and the Occupation Safety and Health Administration (OSHA).

It shall be the responsibility of all awarded vendors to be regularly informed to conform to any changes in standards issued by any regulatory agencies that govern the commodities or services applicable to this solicitation during the term of the contract.

2.24 DEMURRAGE CHARGES WILL NOT BE ALLOWED

The County shall not incur separate demurrage charges from the vendors who supply containers on an interim basis to the County in conjunction with this bid. Any rental or demurrage costs for such containers that are normally charged by the vendor must be reflected in the unit prices offered by the vendor.

2.25 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS

The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the Vendor are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such materials to the Vendor at the Vendor's expense or (2) require the Vendor to replace the materials at the Vendor's expense.

2.26 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY

The successful bidders shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this solicitation. The packing slip shall be attached to the shipping cartons which contain the items and shall be made available to the County’s authorized representative during delivery. The packing slip or delivery ticket shall include, at minimum, the following information: the County department’s release purchase order number, the department’s requisition/order number, the date of the order, a complete listing of the items being delivered, and the back-order quantities with their estimated delivery date (if applicable).

Page 15: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

15

2.27 PATENTS AND ROYALTIES

The vendor, without exception, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or as a result of any copyrighted, patented, or unpatented invention, process, or article manufactured by the vendor. The vendor has no liability when such claim is solely and exclusively due to the combination, operation or use of any article supplied hereunder with equipment or data not supplied by vendor or is based solely and exclusively upon the County's alteration of the article. The purchaser will provide prompt written notification of a claim of copyright or patent infringement.

Further, if such a claim is made or is pending, the Vendor may, at its options and expenses, procure for the purchaser the right to continue use of, replace or modify the article to render it non-infringing. (If none of the alternatives are reasonably available, the County agrees to return the article on request to the contractor and receive reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the vendor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood 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.

2.28 PURCHASE OF SIMILAR, ANCILLARY OR RELATED ITEMS BASED ON PRICE QUOTES

While the County has grouped all items commonly used by the County departments into comprehensive categories, there may be similar, ancillary or related items that must be purchased by the County departments during the term of this contract. Under these circumstances, the contract’s pre-qualified bidders may be invited to offer a fixed price and a firm delivery time for the specific order. It will be the County department’s prerogative to contact all the pre-qualified bidders in the contract, or to contact a specific number of pre-qualified bidders to request the quotation. The pre-qualified bidder offering the lowest fixed price on the total amount of the order shall be awarded the order, provided that the products proposed by the pre-qualified bidder meet the order’s specifications and requirements. The County reserves the right to award these similar, ancillary, or related items to a pre-qualified bidder based on the lowest price quote or to bid the items through a separate solicitation.

Can your firm comply with Sections 2.2-2.28 of this solicitation? Yes _____ No _____

3.1 SCOPE It is the intent of this solicitation to make available to the County many qualified suppliers of plumbing equipment and supplies. It is the County’s intent to purchase plumbing equipment, fixtures, parts, tools, supplies, and other related plumbing items. These shall include, but not be limited to, pipe, fittings and valves (of various materials and applications), bathroom fixtures and their accessories, electric or gas water heaters, trade tools, and liquid, semi-solid and solid chemicals designed to be used in the plumbing trade.

Page 16: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

2

Can your firm comply with the Scope of this solicitation? Yes _____ No _____

3.3 GROUPS The following is a representative grouped listing of the plumbing equipment and supplies and the brands/makes typically used by the County. This list is neither exclusive nor complete.

Group 1: Copper Tubing, Fittings & Accessories

Brands / Makes: AY Mc Donald, Barnett, Best Plumbing, Cambridge, Champion Manufacturing, Cerro, Elkhart, Flagg, Ford, Grinnell, Halstead, Howell Metals, James Jones, Lee Brass, Mueller, Nibco, Premier, Reading, Sequoia, Sloan, Strataflo, Tu-Turn, and Volverine.

Group 2: Brass Tubing, Fittings & Accessories

Brands / Makes: Anchor, Anderson Fittings, AY Mc Donald, Barnett, Best Plumbing, Brass Craft, Champion Manufacturing, Elkhart, Imperial Eastman, Ford, Holyoke, Lee Brass, James Jones, Merit, Mueller, Parker, Seminole, Sloan, Strataflo, Trenton, Union, and Williams.

Group 3: Malleable Iron, Black and Galvanized Pipe & Fittings

Brands / Makes: American Pipe, Alro, Bayonne, Barnett, Beck, Best Plumbing, Ebaa Iron, Ebco, Flagg, Dresser, Grinnell, Hart, Kuhns, Laclede, Missouri, Norca, Sawhill Pipe, Seminole, Stockman, So. Valve, United, US Pipe, Ward, and Watts.

Page 17: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

2

Group 4: Steel, Weld Pipe & Fittings

Brands / Makes: American, Beck, Bonney Forge, Capitol, Flowline, Labarage, Ladish, Hubs, Penn Mach, Sawhill, Seminole, “Shaw, B.F.”, US Steel, and Weldbend.

Group 5: Ductile Iron Pipe & Fittings (6” Inches or Less)

Brands / Makes: American C.I., Champion, Charlotte, Cherne, Clampette, Dresser, Fernco, Jones, Josam, Mission, Pacific States, Richmond, J. R. Smith, Tyler, Ty-seal, US Pipe & Foundry, and Zurn.

Group 6: PVC, DWV and CPV Pipe & Fittings

Brands / Makes: Barnett, Best, Colonial, Charlotte, Can-Tex, Canron, Cresline, Diamond, Eslon, George Fischer, Flo-Control, Grinnel, Harvel, Holbrook, Lasco, Johns Manville, Nibco, Plastic Oddities, Plastic Trends, Richmond, Sloane, Spears, and Thompson.

Group 7: Soil Pipe, No Hub, & Fittings

Brands / Makes: Anaco, Camco, Charlotte, Flowline, Merit, Merritt, Nibco, and Tyler.

Group 8: Clay Pipe, Fittings & Accessories

Brands / Makes: Atlantic Pipe, Brockway Clay, Denver Brick & Pipe, Fernco, Georgia Brick & Pipe, Larson Clay, Logan Clay, Mill Hall Clay, Mission Clay, Pomona Pipe, Superior Clay, and Universal Clay

Group 9: Valves, Cast Iron, Bronze Mounted

Brands / Makes: American, Barnett, Craine, Fairbanks, Hammonds, Homestead, Grinnell, James Jones, Jenkins, Lunkenheimer, Mueller, Nibco, Powell, Resun, Stockman, and Walworth.

Group 10: Valves, Bronze, Plumbing

Brands / Makes: Apollo, AY Mc Donald, Best, Cash Acme, Champion, Clayton, Crane, Febco, Hammond, Jenkins, Jomar, Lee, Milwaukee, Nibco, Roberts, Simmons, Sloan, Sterling, Stockman, Strataflo, and Watts

Page 18: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

3

Group 11: Valves, Ball, Bronze or PVC, Flush, Relief, etc.

Brands / Makes: American, B & G, Best, Burrco, Champion, Chemtrol, Clayton, Colonial, Coyne Delaney, Febco, Flo-Control, Hammond, Haymard, Nibco, Simmons, Sloan, Spears, Strataflow, and Watts.

Group 12: Chemicals, Oils, Tapes, Sealing Compounds, Cement, Compounds, Packings, Washers, etc.

Brands / Makes: Barnett, Best, Black Swan, Brasscraft, Champion, Colco, DAP, H.S. White, Hercules, IPS Weld-On, La-Co, Lavelle, Nokorode, Nyco, Oatley, Permatex, Polysteam Seal, Radiator Spec, Rectorseal, Ridetool, S.O.S., Stewart-Hill.

Group 13: Tools, Plumbing

Brands / Makes: AEG, Atlanta Specialty, Barnett, Bernz-o, Best, Champion, Channelock, Cherne, Chicago Spec, Dewalt, GT Products, General Wire, Goss, Greenlee, Hodd, Jones, Lennox, Makita, Marco, Mephisto, Milwaukee, Pasco, Phoenix, Protto, Reed, Ridge Tool, Rigid, Rothenberger, Spartan, Starbuck, Teledyne-Oster, Turbotorch, Turner, Tu-Turn, Waywick, and Westward.

Group 14: Water Heaters and Accessories

Brands / Makes: Amitrol, Ameri-Vent, Atwood, Bell & Gossett Valves, Beckett, Bigham, Bock, Bradford-White, Brasscraft, Camco, Champion, Chronomite, Control Energy, Dur-O-Matic, Epco, Everhot, Faber, Ford, Grumfros, Hatco, Hart & Cooley, Hubbell, ITT Bell, Imcoa, Jetglass, Lastomatic, Little Giant, Lochinvar, Morflo, Myers, Niagara, Paloma, Rheem, Quick – Tank, Rudd, Sarco, Smith A.O., State, U. S. Brass, Vanguard, and Watts.

Group 15: Plumbing Fixtures, and Accessories including Trim

Brands / Makes: Acorn, American Standard, American Brass, Ametek, Artesian, Beneeke, Beckett, Best, Bobrick, Borg-Wagner, Bradley, Brass-Craft, Brassco, Briggs, Case, Central Brass, Champion, Chicago, Coast Foundry, Crane, Dearborn, Delta, Eljer, Elkay, Fluidmaster, Fiat, Franklin, Frost, Gerber, Gopher, Haws, Hayes, In-Sink-Erator, Kilgore, Kohler, Lasco, Mansfield, Moen, Mustee, Nibco, Oasis/Eblo, Polar, Price Pfister, Prier, Rockwell, Sanitary Dash, Sloan, Swan, Symmons, T & S Brass, Taylor-Hasley, University-Rundle, Waste King, and Whirl-A-Way.

Page 19: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

4

Please see brands and makes under each group typically used by the County above

GROUP TYPE YES/NO

1. Copper Tubing, Fittings & Accessories

2. Brass Tubing, Fittings & Accessories

3. Malleable Iron, Black & Galvanized Pipe & Fittings

4. Steel, Weld Pipe & Fittings

5. Ductile Iron Pipe & Fittings (6’’ Inches or Less)

6. PVC, DWV and CPV Pipe & Fittings

7. Soil Pipe, No Hub, & Fittings

8. Clay Pipe, Fittings & Accessories

9. Valves, Cast Iron, Bronze Mounted

10. Valves, Bronze, Plumbing

11. Valves, Ball, Bronze or PVC, Flush, Relief, etc.

12. Chemicals, Oils, Tapes, Sealing Compounds, Cement, Compounds,

Packings, Washers, etc.

13. Tools, Plumbing

14. Water Heaters & Accessories

15. Plumbing Fixtures, and Accessories including Trim

Page 20: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

5

Contractor Qualifications Questionnaire This questionnaire will assist SBD in identifying the qualified contractors that can provide the aforementioned good(s)/service(s). Indicate yes “Y” or no “N” on the empty line on the left side of this questionnaire and forward it completely filled out to this e-mail address: [email protected] or via fax (305) 375-3160 attention Caesar Suarez.

_____ PROPOSER (PRIME) has experience completing projects with a similar size and scope as this project, meets the requirements of the PROPOSER (if any) and can perform the work as required. _____ PRIME DOES NOT have experience providing the required good(s) and/or services required by this solicitation.

I certify that to the best of my knowledge all the information provided is verifiable

and correct.

Name of Firm: ________________________ Certification #: ____________ Representative’s Name: ______________________________ Title: ______________ Signature: ____________________________

Please respond by 3:45 PM, Tuesday, March 22, 2016.

PLEASE LIST YOUR FIRMS HISTORY OF SIMILAR PROJECTS, REASON(s) WHY YOUR

FIRM DOES NOT MEET THE EXPERIENCE REQUIREMENTS (IF APPLICABLE) AND ANY COMMENTS YOU MAY HAVE ON THE NEXT

PAGE

Page 21: The deadline to respond to this Verification of … › smallbusiness › library › reports › sbe › 6582...copy of your firm’s resume or list of projects or list 3 similar

6

Please attach a copy of your firm’s resume or list your firm’s history of “Projects with Similar

Scopes of Services” below: Project Title: ____________________________________________________

Client Name: ____________________________________________________

Contact #: (__ __ __) __ __ __ - __ __ __ __ / ________________________

Contract Amount: $______________________

Scope of Service(s): _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ Project Title: ____________________________________________________

Client Name: ____________________________________________________

Contact #: (__ __ __) __ __ __ - __ __ __ __ / ________________________

Contract Amount: $______________________

Scope of Service(s):

_____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ Project Title: ____________________________________________________

Client Name: ____________________________________________________

Contact #: (__ __ __) __ __ __ - __ __ __ __ / ________________________

Contract Amount: $______________________

Scope of Service(s): _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________

____________________________________________________________________________

REASONS & COMMENTS

SIMILAR PROJECTS AS

PRIME OR SUB-CONTRACTOR