Loading...
Item 10 Approval to Piggyback off of City Contract for Purchases of Utilities Materials and Meter SuppliesMeeting Date: November 15, 2022 Item #: 0 Contact Name:Gary Gleason GG Contact Phone:407-554-7236 Reviewed by: Department Director:Jamie Crotea City Manager:Robert Fra Subject: Approval to Piggyback off of City Contract for Purchases of Utilities M e als and Meter Supplies Background Summary: The City of Ocoee utilizes Core & Main to purchase Utilities Materials and Meter Supplies. For the last (5) years, the City of Ocoee has purchased these items through the Utilities Material/Meter Purchasing "Strategic Partnership Agreement" with the City of Punta Gorda and Core & Main but that agreement has expired. Due to current supply reductions and the expiration of the previous piggyback agreement, the Utilities Department would like to piggyback off of the City of Boynton Beach contract, dated October 5, 2022, which expires on October 4, 2023. Furthermore, Core & Main is the Sole Source provider of Sensus meters & products for the State of Florida. Due to material shortages and extensive lead times, we are trying to secure pipe for upcoming projects and emergency repairs. Issue: Should the Honorable Mayor and City Commission approve piggybacking off of City of Boynton Beach's "Annual Supply of Pipe Fittings and Accessories" agreement? Recommendations: Staff recommends approval to piggyback City of Boynton Beach's "Annual Supply of Pipe Fittings and Accessories" agreement Attachments: City of Boynton Beach's "Annual Supply of Pipe Fittings and Accessories" Agreement, Participating Addendum Financial Impact: There is no Financial Impact to the budget with approval of the Addendum Type of Item: (please mark with an x') Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerk's Dept Use: Consent Agenda Public Hearing Regular Agenda Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept Reviewed by ( ) N/A N/A N/A PARTICIPATING ADDENDUM FOR PURCHASE OF ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES This Participating Addendum for Purchase of Annual SupplV of Pipe Fittings and Accessories (the "Participating Addendum") is between City of Ocoee (hereinafter "Buyer") and Core & Main LP (hereinafter "Supplier). This Participating Addendum will add Buyer as a Participating Entity to purchase pipe fittings and accessories from Supplier pursuant to the terms of Annual Supply of Pipe Fittings and Accessories, including its exhibits and amendments, entered into between the City of BoVnton Beach and Core & Main LP on October 5, 2022 (the "Boynton Beach Agreement"). Primary Contact: The primary Buyer contact for this Participating Addendum is as follows: Contact: Gary Gleason Government Entity: City of Ocoee Address: 1 N Bluford Ave City, State, Zip: Ocoee, FL 34761 Phone: 407-905-3159 Fax: Email: ggleason@ocoee.org This Participating Addendum and the Boynton Beach Agreement (hereinafter collectively, the "Agreement") set forth the entire agreement between the parties with respect to the subject matter hereof, and supersede all previous communications, representations or agreements, whether oral or written, with respect to the subject matter hereof. The terms and conditions of the Agreement shall prevail over any inconsistent terms of Buyer's purchase order or other documents. Additional or different terms and conditions in any way altering or modifying the terms of the Agreement are expressly objected to and shall not be binding upon Supplier. No modification or alteration of the terms of the Agreement shall result by Supplier's shipment of materials following receipt of Buyer's purchase order, or other documents containing additional, conflicting or inconsistent terms. There are no terms, conditions, understandings, or agreements other than those stated in the Agreement, and all prior proposals and negotiations are merged herein. The Agreement is binding on the parties, their successors, and permitted assigns. It is understood and agreed that Buyer will place its own orders, be invoiced by the Supplier and make payments directly to the Supplier in accordance with the terms of the Boynton Beach Agreement. It is also mutually understood and agreed that the City of Boynton Beach is not a party to any agreement entered into between Buyer and Supplier and the City of Boynton Beach shall have no obligation with respect to any such agreement. IN WITNESS WHEREOF, the parties have executed this Participating Addendum as of the date set forth below. Buyer: CITY OF OCOEE By: _ Name: Title: Date: Keffl_11T _�1►lJ% By: Name: Title: Date: 0 STATE OF FLORIDA SS COUNTY OF PALM BEACH 1, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corporation. ly: yolal( lip"d 0 NAME - SIGNATUA Sworn and subscribed before me this 22nd day of July 2022 Printed Information: Municipal Sales Coordinator TITLE NOTARY PUBLIC, State of Florida Core & Main LP at Large BENJAMIN STRASSER MY COMMISSION# GG 963162 EXPIRES: May 1, 2024 Bonded TW NOSY Milo Wmdm "OFFICIAL NOTARY SEAL" STAMP Submit Bids To: PROCUREMENT SERVICES 100 E Ocean Ave Boynton Beach, Florida 33435 Telephone: (561) 742-6310 Bid Title: ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES Bid Number: WH22-048 Bid Due: AUGUST 2, 2022; NO LATER THAN 2:30 P.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for August 2, 2022; no later than 2:30 P.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Core & Main LP Federal I.D. Number: 03-0550887 A Corporation of the State of: Florida, Limited Partnership Area Code: 561 Area Code: 561 Mailing Address: City/State/Zip: Telephone Number: 848-4396 FAX Number: 1101 W. 17th Street Riviera Beach, FL 33404 Vendor Mailing Date: 07/22/22 845-7267 E-Mail Address: susan.reed@coreandmain.com amy and Authorized Signature Susan Reed Name Typed 'The Qualification of Core & Main LP is attached hereto and incorporated by reference as though fully set forth herein. Initial: OK Date: 07/22/22 EXCEPTIONS TO THE SPECIFICATIONS of Core & Main LP Submitted to the City of Boynton Beach Invitation to Bid (ITB) Annual Supply of Pipe Fittings and Accessories ITB No. WH22-048 Notwithstanding anything contained in any bid or contract documents to the contrary, Core & Main LP ("Core & Main") hereby takes exception to the specifications as follows. The bid of Core & Main and acceptance by Core & Main of any subsequent agreement is made expressly conditioned upon assent by the City of Boynton Beach (the "Owner"), to the following additional or different terms, which shall supersede and control over the terms of any request for bid or request for proposal, any contract documents and specifications, and any prior addenda thereto: Core & Main will use commercially reasonable efforts to deliver materials ordered within the time specified in the bid documents or the Agreement. Core & Main reserves the right to extend those delivery times based on manufacturer lead times as impacted events beyond the control of Core & Main including but not limited to the current pandemic, global shipping delays and resin shortage. Core & Main will not be liable for liquidated damages or other delay damages arising from delays in delivery, manufacturer lead times or other circumstances beyond the control of Core & Main. 2. Due to current supply chain disruptions, all materials are subject to pricing at the time of shipment. Prices submitted with the bid of Core & Main LP reflect prices at the time of bid submission, are subject to change at any time and are not firm. Pricing, material availability and timeliness of shipments cannot be guaranteed. This term supersedes all other contractual provisions. Insurance: To the extent provided in its policy, Core & Main will only be able to provide a certificate of insurance, endorsements and coverage that are current form and meet industry standards subject to agreement by Core & Main's insurance provider. A Certificate of Insurance is attached to demonstrate the level of coverage carried by Core & Main. To the extent permitted by its policy, Core & Main will name only the Buyer and its affiliates, subsidiaries, parents, officers and employees as additional insureds. Notice of cancellation will be provided by e-mail per state guidelines. General aggregate limits apply per policy. Core & Main will not be required to provide copies of its policies and will not be required to provide Professional Liability, Builder's Risk, Owner's Protective Liability, Contractor's Protective Liability, Contractual Liability Insurance, or other coverages not specifically identified in the attached certificate. Notwithstanding anything contained in any bid documents or contract documents to the contrary, by acceptance of Core & Main's bid, the Buyer accepts Core & Main's certificate of insurance in full compliance with all insurance requirements, including but not limited to notice provisions, coverage, language, policy limits, policy forms, and deductible amounts. The parties agree that Core & Main's insurance is provided on a contributory basis, and is primary, but only to the extent of the products, services, and operations of Core & Main LP. Page 1 of 2 4. Warranty. The extent of the warranty to be provided by Core & Main is set forth in the attached Core & Main LP Warranty. 5. Risk of Loss: Title and risk of loss for materials provided hereunder will pass to the Owner upon delivery. Dated this 22nd day of July 2022. CORE & MAIN LP yawl( lemd Municipal Sales Coordinator AIN gi:rM :I I • J Core & Main LP ("Seller") is a reseller of goods only, and as such does not provide any warranty for the goods it supplies hereunder. Notwithstanding this As -Is limitation, Seller shall pass through to the Buyer any transferable manufacturer's standard warranties with respect to goods purchased hereunder. BUYER AND PERSONS CLAIMING THROUGH BUYER SHALL SEEK RECOURSE EXCLUSIVELY FROM MANUFACTURERS IN CONNECTION WITH ANY DEFECTS IN OR FAILURES OF GOODS, AND THIS SHALL BE THE EXCLUSIVE RECOURSE OF BUYER AND PERSONS CLAIMING THROUGH BUYER FOR DEFECTIVE GOODS, WHETHER THE CLAIM OF BUYER OR THE PERSON CLAIMING THROUGH BUYER SHALL SOUND IN CONTRACT, TORT, STRICT LIABILITY, PURSUANT TO STATUTE, OR FOR NEGLIGENCE. BUYER SHALL PASS THESE TERMS TO SUBSEQUENT BUYERS AND USERS OF GOODS. SELLER EXCLUDES AND DISCLAIMS ALL OTHER EXPRESS AND IMPLIED WARRANTIES, INCLUDING, BUT NOT LIMITED TO, ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. SELLER ASSUMES NO RESPONSIBILITY WHATSOEVER FOR SELLER'S INTERPRETATION OF PLANS OR SPECIFICATIONS PROVIDED BY BUYER, AND BUYER'S ACCEPTANCE AND USE OF GOODS SUPPLIED HEREUNDER SHALL BE PREMISED ON FINAL APPROVAL BY BUYER OR BY BUYER'S RELIANCE ON ARCHITECTS, ENGINEERS, OR OTHER THIRD PARTIES RATHER THAN ON SELLER'S INTERPRETATION. TO THE EXTENT NOT PROHIBITED BY APPLICABLE LAW, IN NO EVENT, WHETHER IN CONTRACT, WARRANTY, INDEMNITY, TORT (INCLUDING, BUT NOT LIMITED TO, NEGLIGENCE), STRICT LIABILITY OR OTHERWISE, ARISING DIRECTLY OR INDIRECTLY OUT OF THE PERFORMANCE OR BREACH OF THIS AGREEMENT, SHALL SELLER BE LIABLE FOR (a) ANY INCIDENTAL, INDIRECT, PUNITIVE, SPECIAL, CONSEQUENTIAL OR SIMILAR DAMAGES SUCH AS LOSS OF USE, LOST PROFITS, ATTORNEYS' FEES OR DELAY DAMAGES, EVEN IF SUCH DAMAGES WERE FORESEEABLE OR CAUSED BY SELLER'S BREACH OF THIS AGREEMENT, (b) ANY CLAIM THAT PROPERLY IS A CLAIM AGAINST THE MANUFACTURER, OR (c) ANY AMOUNT EXCEEDING THE AMOUNT PAID TO SELLER FOR GOODS FURNISHED TO BUYER WHICH ARE THE SUBJECT OF SUCH CLAIM(S). ALL CLAIMS MUST BE BROUGHT WITHIN ONE YEAR OF ACCRUAL OF A CAUSE OF ACTION. Notwithstanding anything contained in any bid or contract documents to the contrary, title and risk of loss for all materials will pass to Buyer upon delivery. V kv CHC CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 CERTIFICATE OF USE Permit Year October 01, 2021 to September 30, 2022 1101 W 17th St CORE AND MAIN LP CORE AND MAIN LP DUCHARME, MCMILLEN & ASSOC PO BOX 80600 INDIANAPOLIS IN 46280 Issued: Vendor: 00696.1 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 CERTIFICATE OF USE Permit Year October 01, 2021 to September 30, 2022 ch 1101 W 17th St Issued: CORE AND MAIN LP Vendor: 00696.1 CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 INDIANAPOLIS IN 46280 MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH atiRwlERq 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 CERTIFICATE OF USE Permit Year October 01, 2021 to September 30, 2022 1101 W 17th St Issued: CORE AND MAIN LP Vendor: 00696.1 CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE OF BUSINESS � 94jz\11IEf�+gy CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT { . .~ Permit Year October 01, 2021 to September 30, 2022 1101 W 17th St CORE AND MAIN LP CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 INDIANAPOLIS IN 46280 CITY OF RIVIERA BEACH 600 W BLUE HERON BLVD RIVIERA BEACH BUSINESS TAX RECEIPT Permit Year October 01 e 4CiiCO 1101 W 17th St CORE AND MAIN LP CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX80600 INDIANAPOLIS IN 46280 Issued: Vendor: 00696.1 WHOLESALE MERCHANT MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS J 2021 to September 30, 2022 Issued: Vendor: 00696.1 WHOLESALE MERCHANT MUST BE POSTED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH Q�R\vl�y 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Permit Year October 01, 2021 to September 30, 2022 1101 W 17th St Issued: CORE AND MAIN LP Vendor: 00696.1 WHOLESALE MERCHANT CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE OF BUSINESS Page 1 of 1 AC V CERTIFICATELIABILITY INSURANCE DATE (MM/DD/YYYY) 07/30/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willis Towers Watson Northeast, Inc. c/o 26 Century Blvd P.O. Box 305191 CONTACT Willis Towers Watson Certificate Center NAME: PHONE 1-877-995-7378 FAX 1-886-967-2378 /C o E t • A/C No ADDRIESS: certificates@Willis.com INSURERS AFFORDING COVERAGE NAIC# Nashville, TN 372305191 USA INSURERA: National Union Fire Insurance Company of P 19445 INSURED INSURER : Willis Submission Carrier GENRC Core & Main LP 1830 Craig Park Court INSURER : ACE Property & Casualty Insurance Company 20699 INSURERD: XL Insurance America Inc 24554 Saint Louis, MO 63146 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: W21759150 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TypE OF INSURANCE ADDL D SUBR POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIALGENERALLIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGE PREM SO ESEa occu RENTED nce $ 1,000,000 X MED EXP (Any one person) $ 15,000 A SIR: $500,000* PERSONAL & ADV INJURY $ 1,000,000 GL 1728964 08/01/2021 08/01/2022 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 ]POLICY ❑ JECT PRO ® LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 2,000,000 X BODILY INJURY (Per person) S ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS SEE ATTACHED 08/01/2021 08/01/2022 BODILY INJURY (Per accident) $ PROPERTY DAMAGE jeer accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE G72535613 001 08/01/2021 08/01/2022 DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? No (Mandatory in NH) NIA SEE ATTACHED 08/01/2021 08/01/2022 X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ D Excess Liability US00111733LI21A 08/01/2021 08/01/2022 Occurrence $5,000,000 Aggregate $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) * General Liability: The $1,000,000 per Occurrence and $2,000,000 Aggregate limits displayed is a combination of $500,000 Self -Insured Retention and $500,000 Per Occurrence /$1,500,000 Aggregate limits of liability provided by the carrier noted above. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Core & Main LP ©1988-2016 ACORD CORPORATION. All rights reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 21416308 BATCH: 2186050 ADDITIONAL COVERAGE SCHEDULE AUTOMOBILE LIABILITY Policy Effective & Expiration Dates: See Page 1 Limits: See Page 1 POLICY NUMBER STATE INSURER(S) AFFORDING COVERAGE CA 4594395 All Other States National Union Fire Insurance Company of Pittsburgh CA 4594397 MA National Union Fire Insurance Company of Pittsburgh CA 4594396 VA National Union Fire Insurance Company of Pittsburgh WORKERS COMPENSATION & EMPLOYERS LIABILITY Policy Effective & Expiration Dates: See Page 1 Limits: See Page 1 POLICY NUMBER STATE INSURER(S) AFFORDING COVERAGE WC 016393321 All Other States AIU Insurance Company WC 016393322 CA AIU Insurance Company WC 016393323 WI AIU Insurance Company WC 016393324 NY AIU Insurance Company EXCESS LIABILITY Policy Effective & Expiration Dates: 08/01/2021-08/01/2022 POLICY NUMBER TYPE OF INSURANCE LIMITS INSURER(S) AFFORDING COVERAGE MKLM6MM50000028 Excess General $5,000,000 xs Markel American Insurance Liability $1,000,000 Primary Company NY21RXSZ02HYLIV Excess Automobile $3,000,000 xs Navigators Insurance Company Liability $2,000,000 Primary *Umbrella Liability shown on Page 1 applies after above shown limits are exhausted for their respective lines of coverage i 3. The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: Submitted By: Name: Core & Main LP Address: 1101 W. 17th Street CITY, State, Zip: Riviera Beach, FL 33404 Telephone No.: 561-848-4396 Fax No.: 561-845-7267 Email Address.: susan.reed@coreandmain.com Check One Corporation Partnership X Individual Other State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Bidder is: Core & Main LP The address of the principal place of business is: 1830 Craig Park Court St. Louis. MO 63146 If Bidder is a corporation, answer the following: a. Date of Incorporation: b. State of Incorporation: C. President's name: d. Vice President's name: e. Secretary's name: f. Treasurer's name: g. Name and address of Resident Agent: If Bidder is an individual or a partnership, answer the following: THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE a. Date of organization: Nov. 22, 2004 b. Name, address and ownership units of all partners: Core & Main Intermediate GP, LLC — General Partner (Delaware LLC) Core & Main Midco, LLC — Limited Partner (Delaware LLC) Address for all Partners: 1830 Craig Park Court, St. Louis, MO 63146 C. State whether general or limited partnership: Limited Partnership 4. If Bidder is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Bidder is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 6. How many years has your organization been in business under its present business name? 5 years Under what other former names has your organization operated? HD Supply Waterworks, Ltd. Hughes Water & Sewer, Ltd. 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. Business License Number 00696.1 FL Contractor License No.: CUC1225503 FL Registration: A04000001840 8. Did you attend the Pre -Bid Conference if any such conference was held? YES [_—] NO N/A 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: To the best of our knowledge, no. 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) Multiple employees of our Riviera Beach branch have years of experience serving municipal customers. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 11. State the name of the individual who will have personal supervision of the work: Javier Rezakhani 12. State the name and address of attorney, if any, for the business of the Bidder: Jackie Burkhardt, Director of Legal 1830 Craig Park Court, St. Louis, MO 63146 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Bidder's business and indicate the percentage owned of each such business and/or individual: Core & Main GP, LLC - General Partner CD&R Plumb Buyer, LLC - General Partner Core & Main Management Feeder, LLC - Limited Partner 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Bidder: None. 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: Sandra Diaz, Surety Analyst Aon Risk Solutions 1 Liberty Plaza, 165 Broadway, 33rd Floor, New York, NY 10006 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 16. Annual Average Revenue of the Bidder for the last three years as follows: Revenue Index Number a. Government Related Work b. Non -Governmental Related Work Total Work a +b : $50 million or greater Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone BANK OF AMERICA W1/WV.CONFI RMATION.COM For assistance using confirmation.com, contact 866-325-7201 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). Our technological solutions (including online ordering) and your branch contact (Javier Rezakhani) can assist with controlling inventory, project management, purchasing, material identification, and invoicing. 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Core & Main LP serves municipal customers using best practices, processes, and technological solutions. Your branch contact will work with you to ship orders complete, accurate, and on time. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20. Is the financial statement submitted with your bid (if applicable) for the identical organization named on page one? YES F-1 NO 1-1 N/A 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). N/A 22. What will be your turnaround time for written responses to City inquires? Usually same or next day (depending on inquiry). 23. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description, the disposition of each such petition. None. 24. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. Core & Main LP ("Core & Main") is one of the country's largest distributors of waterworks products operating across the country in nearly every state. Core & Main enters into a significant number of contracts on a daily basis and is involved in litigation from time to time in the ordinary course of busi In the event issues arise, they are handled on a case by case basis. For further information, please see attachment. 25. List and describe all criminal proceedings or hearings concerning business related offenses to which the Bidder, its principals or officers or predecessors' organization(s) were defendants. To the best of our knowledge, none. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 26. Has the Bidder, its principals, officers or predecessors' organization(s) been Convicted of a Public Entity Crime, debarred or suspended from bidding by any government during the last five (5) years? If so, provide details. To the best of our knowledge, none. The Bidder acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Bidder to be true. The discovery of any omission or misstatement that materially affects the Bidders qualifications to perform under the contract shall cause the owner to reject the bid, and if after the award, to cancel and terminate the award and/or contract. (Title) Municipal Sales Coordinator Subscribed and sworn to before me This. 22nd day of July 1-2-020 2022 AN P114". BENJAMIN STRASSER Not Pdblic (Signature) MY COMMISSION# GG 953162 .,y EXPIRES: May 1, 2024 My Commission Expires: May 1, 2024 Bonded Thm Notary Public Underydors City of Boynton Beach Bidder: Core & Main LP Attachment to Bidder's Qualification Statement Question 24: List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. Core & Main Response: Core & Main LP ("Core & Main") is one of the country's largest distributors of waterworks products operating across the country in nearly every state. Core & Main enters into a significant number of contracts on a daily basis and is involved in litigation from time to time in the ordinary course of business. In the event issues arise, they are handled on a case by case basis. For additional information, Core & Main has been involved in the following litigation or arbitration matters in the state of Florida involving products Core & Main sells to its customers during the last five (5) years: 1. Latitude on the River: This matter stemmed from an alleged product defect in a fire sprinkler suppression system installed at the Latitude on the River Condominiums in Miami - Dade County. A settlement agreement was reached with the condominium association in February 2020 and all claims were dismissed, including cross claims filed by the general contractor and the developer. The fire sprinkler subcontractor had a cross claim remaining and that last piece was resolved in May 2021. Core & Main did not admit any fault as part of these settlements. 2. Phillip Elie v. Miami -Dade County, Core & Main, et al.: Plaintiff filed a Complaint against Miami -Dade County and Core & Main claiming injuries that allegedly occurred on December 7, 2017, when Plaintiff tripped over a utility cover whose flap was ajar. The Complaint alleges Core & Main was responsible for defective utility cover and/or improper installation. However, Core & Main did not produce the product nor did we install the product (or have any involvement in the installation). Core & Main is optimistic it will be dismissed from this matter in the near future. CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 BE COMPLETED ANIQ UPLOADED ONLINE Susan Reed, 1, Municipal Sales Coordinator , on behalf of Print Name and Title Core & Main LP that Core & Main LP does not: Company Name Company Name certify 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Consultant does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a bid for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE As the person authorized to sign on behalf of the Consultant, 1 hereby certify that the company identified above in the section entitled "Consultant Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Core & Main LP Yasa/t A"eed COMPANY NAME SIGNATURE Susan Reed Municipal Sales Coordinator PRINT NAME TITLE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE ,�i7�I31:-7 �i/_�IiL�7i•I7�T:ilrt�y7���T[�7:1:1�weTi3 Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. yasaff nemd Vendor's Signature • LA .. • • • • A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business ? X Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ( ) OTHER (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO X If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification Project Name: Project No.: 1. Definitions: FORM TO BE C 0 UP LET E , 1-, DED_ (ONLINE Annual Supplv of Pipe Supplies and Accessories WH22-048 "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. Effective January 1, 2021, Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) Should vendor become the successful Contractor awarded for the above -named project, by entering into the contract, the Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a subcontractor knowingly violated s. 448.095 (2), but the Contractor otherwise complied with s. 448.095 (2) Fla. Stat., shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. c) A contract terminated under subparagraph a) or b) is not a breach of contract and may not be considered as such. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. e) If the contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Core & Main LID Authorized Signature: 6't(,?ay '&&d Print Name: Susan Reed Title Municipal Sales Coordinator Date: July 22, 2022 Phone: 561-848-4396 STATE OF Florida COUNTY OF -B-r—ev—a—rd The foregoing instrument was acknowledged before me by means of 9, physical presence or 0 online notarization, this 22nd day of July _, 2022, by Susan Reed on behalf of Core & Main LP He/she is pprqongI1y_wrt_,!me Kng_ o or has produced ---,- as identification. NOTARY PUBLIC Benjamin Strasser BENJAMIN STRASSER (Name of Notary Typed, Printed or Stamped) MY COMMISSION# GG 963162 EXPIRES: May 1, 2025::4 Municipal Quotations Specialist B.nded7bm"PuWUn&rwam Title or Rank GG 953162 Serial number, if any 0 State of Florida County of Brevard Susan Reed being first duly sworn, deposes and says that: 1) SHe is Municipal Sales Coordinatorof Core & Main LP the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached ITB: 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said ITB is genuine and is not a collusive or sham ITB; 4) Further, the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, integrator or person to submit a collusive or sham ITB in connection with the Contract for which the attached ITB has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other Bidder, integrator or person to fix the price or prices in the attached ITB or of any other Bidder, or to fix any overhead, profit or cost element of the ITB price or the ITB price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Cit of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. - ned) Yalmly /f eled- (Title) Municipal Sales Coordinator Subscribed and sworn to before me This 22nd day of July 2022 , . , ff BENJAMIN STRASSER W COMMISSION # GO 953162 EXPIRES: IV18Y 1. 2024 Notary Public (Signature) Bonded Ttwu " Public Undemlim M My Commission Expires: _ May 1, 2024 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE To BE CONSIDERED COMPLETE AND ACCEPTABLE The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. Core & Main LP CONTRACTOR NAME B yasafr Deed Y Title: Municipal Sales Coordinator Date: July 22, 2022 The City 1 BojUnton Beach PROCURIinI1s7\'T SAR I'ICI'S P.O. BO 310 130YATTON731-0A011, FLORIDA 3342,5-0310 I'1 L PPII0:1"l: NO: t501) 742-0.310 P,A : (50.1) 742-6316 September 9, 2022 Core & Main LP Ben Wit in. strasserkrkoreandinain.com Susan.reed!�a;coreandmain.com RE: "ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES" BID #: WH22-048 Contract Period: October 5, 2022 thru October 4, 2023 Dear: Susan Reed and Benjamin Strasser, At the Commission meeting on September 8, 2022, the BID for "ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES" was awarded and your company was one of two selected. A Blanket Purchase Order will be issued to your company on an "As Needed Basis". We would like to thank you for responding to this Bid. If you have any questions regarding this Bid, please contact Michael Dauta, Manager of Materials and Distribution, at dautam�'ir4bbnjis Sincerely, Mara Frederiksen Director of Financial Services Enclosure: Tabulation Sheet A1IIPRICA'.S GATI'IP"t 3- I'O J'III, GUII%STRI t1Dt