Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2025-024ADocusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
AGREEMENT No. 2025-024
SUPPLY OF PIPE FITTINGS AND ACCESSORIES
THIS AGREEMENT is made and entered into this 12th day of March 2025, by and between the
CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida
whose address is: 685 W. Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"),
and CORE & MAIN LP, whose address is: 1830 Craig Park Court, Saint Louis, MO, 63146,
(hereinafter referred to as "CONTRACTOR").
WHEREAS, City of Boynton Beach, through the public procurement process, awarded an
Agreement for Supply of Pipe Fittings and Accessories Contract No. WH22-048;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto, and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and
conditions of the City of Boynton Beach Contract Number WH22-048;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
1. SCOPE OF WORK
The CONTRACTOR shall furnish supply of pipe fittings and accessories as described in the City
of Boynton Beach Contract Number WH22-048, which is attached hereto and incorporated herein
as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits
attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire
any items or services from CONTRACTOR that is not specified in CITY's purchase order. To the
extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this
Agreement shall prevail and govern. In all instances, the CITY purchasing policy, resolutions, and
ordinances shall apply.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR for the faithful performance of the Agreement as set forth in the
Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and
incorporated herein.
3. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties, and shall remain
in effect until Saturday, October 4, 2025 unless terminated or renewed by City of
Boynton Beach.
B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice
to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's
1
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of
the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a
labor dispute, which threatens to have a substantial, adverse impact upon the performance
of this Agreement, without prejudice to any other right or remedy CITY may have under
this Agreement. In the event of such termination, CITY shall be liable only for the
payment of all unpaid charges, determined in accordance with the provisions of this
Agreement, for work properly performed and accepted prior to the effective date of
termination.
C. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1)
additional one-year term.
4. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to CITY the services contained under the Scope
of Work upon receipt of an authorized order from CITY and shall provide the requested
items in the timeframe and as set forth in City of Boynton Beach Contract Number
WH22-048 or in the specific purchase order or authorized order submitted by CITY.
Nothing herein shall obligate CITY to purchase any specific amount of product from
CONTRACTOR or create an exclusive purchase agreement between CITY and
CONTRACTOR. CITY shall not be obligated or required to pay for any items received
until such time as CITY has accepted the items in accordance with the order provided to
CONTRACTOR.
B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if
there is an issue or question related to the fulfillment of the order or whether there will be
any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY
will preclude CONTRACTOR from seeking payment of any kind for any items that were
delayed in delivery. Upon receipt of notification of the delay, CITY may, at its sole
option, cancel the order and seek the items from any available source.
C. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
5. PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents, the CONTRACTOR
shall submit an invoice to the CITY upon completion of the services and delivery of products as
set forth in the applicable purchase order. The CITY shall make payment to the CONTRACTOR
for all accepted deliveries and undisputed products delivered and services provided within thirty
(30) calendar days of receipt of the invoice.
2
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute, or other matter arising out of or related to this Agreement shall be
subject to mediation as a condition precedent to voluntary arbitration or the institution of
legal or equitable proceedings by either party.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other
matters in question between them by mediation.
C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall
be held in Clermont, Lake County, Florida unless another location is mutually agreed
upon. Agreements reached in mediation shall be enforceable as settlement Agreements in
any court having jurisdiction thereof.
7. INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's
Compensation Insurance for all its employees connected with the work of this Project and, in case
any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide
Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such
employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall
comply with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liability Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial
General Liability and Business Automobile Liability Insurance as shall protect it from claims for
damage for personal injury, including accidental death, as well as claims for property damages
which may arise from operating under this Agreement whether such operations are by itself or by
anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit. Limits may be met through a combination of General Liability
and Umbrella or Excess Liability coverage.
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
C. Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended
to provide coverage on an occurrence basis.
7.3. Indemnification Rider
A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold
harmless the CITY and its employees from and against all claims, damages, losses, and
expenses, including but not limited to reasonable attorney's fees, arising out of or
resulting from its performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself), and (2) to the extent caused
by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts any of them may
be liable. Such obligation shall not be construed to negate, abridge, or otherwise reduce
any other right to obligation of indemnity which would otherwise exist as to any party or
person described in this Article; however, this indemnification does not include the
negligent acts or omissions, damage or losses caused by the CITY and its other
contractors.
B. In any and all claims against the CITY or any of its agents or employees by any
employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's compensation
acts, disability benefit acts or other employee benefit acts.
C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and
valuable consideration from the CITY for the indemnification provided herein.
8. NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with return
receipt requested and postage prepaid, or by nationally recognized overnight courier service to the
address of the party set forth below. Any such notice shall be deemed given when received by the
party to whom it is intended.
CONTRACTOR:
Core & Main LP
590 Ferguson Drive, Orlando, FL 32805
Attn: David Bryant, District Manager
4
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
COPY TO:
Core & Main LP
1830 Craig Park Court, St. Louis, MO 63146
Attn: Legal Department
OWNER:
City of Clermont
685 W. Montrose Street, Clermont, FL 34711
Attn: Tim Murry, Mayor
Either party may change the name of the person receiving notices and the address at which notices
are received by so advising the other party in writing.
9. MISCELLANEOUS
9.1. Attorneys' Fees
In the event a suit or action is instituted to enforce or interpret any provision of this Agreement,
the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as
attorneys' fees at trial or on any appeal, in addition to all other sums provided by law.
9.2. Waiver
The waiver by CITY of breach of any provision of this Agreement shall not be construed or operate
as a waiver of any subsequent breach of such provision or of such provision itself and shall in no
way affect the enforcement of any other provisions of this Agreement.
9.3. Severability
If any provision of this Agreement or the application thereof to any person or circumstance is to
any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified
in such a manner as to make the Agreement valid and enforceable under applicable law, the
remainder of this Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest
extent permitted by applicable law.
9.4. Amendment
Except for as otherwise provided herein, this Agreement may not be modified or amended except
by an Agreement in writing signed by both parties.
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
9.5. Entire A;reement
This Agreement, including the documents incorporated by reference, contains the entire
understanding of the parties hereto and supersedes all prior and contemporaneous Agreements
between the parties with respect to the performance of services by CONTRACTOR.
9.6. Assij4nment
Except in the event of a merger, consolidation, or other change of control pursuant to the sale of
all or substantially all of either party's assets, this Agreement is personal to the parties hereto and
may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of
CITY.
9.7. Venue
The parties agree that the sole and exclusive venue for any cause of action arising out of this
Agreement shall be Lake County, Florida.
9.8. Applicable Law
This Agreement and any amendments hereto are executed and delivered in the State of Florida and
shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of
Florida.
9.9. Public Records
The CONTRACTOR expressly understands records associated with this project are public records
and agrees to comply with Florida's Public Records law, including the following:
A. Keep and maintain public records that ordinarily and necessarily would be required by
the CITY in order to perform the services contemplated herein.
B. Provide the public with access to public records on the same terms and conditions that the
CITY would provide the records and at a cost that does not exceed the cost provided in
Florida's Public Records law or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all
public records in possession of CONTRACTOR upon the termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. The CONTRACTOR shall make reasonable
efforts to provide all records stored electronically to the CITY in a format compatible
with the information technology systems of the CITY.
E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE
11
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC
RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331.
10. AGREEMENT DOCUMENTS
The Agreement Documents, as listed below, are herein made fully a part of this Agreement as if
herein repeated.
Document Precedence:
A. This Agreement
B. Purchase Order (excluding any purchase order terms and conditions) / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in the City of Boynton Beach Contract Number WH22-048.
7
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
IN WITNESS WHEREOF, the parties hereto have executed this Agreement.
CITY OF CLERMONT
Signed by:
2BA7692F758C492...
SIGNATURE
Tim Murry
FULL NAME
Mayor
TITLE
4/9/2025
DATE SIGNED
CORE & MAIN LP
Signed by:
E
A� brr a
4EFD3F19B13D47D...
SIGNATURE
David Bryant
FULL NAME
4/9/2025
DATE SIGNED
District Manager
TITLE
ATTEST
ET
DocuSigned by:
i4cy A44.,yd H.,wc
3AD7F34905B344A...
SIGNATURE
Tracy Ackroyd Howe
FULL NAME
City Clerk
TITLE
4/ 10/2025
DATE SIGNED
no
91
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Exhibit A
WH22-048 Core and Main LP - City of Boynton
Beach
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
The City of
Boynton Beach
PROCUREMENT SERVICES
P.O. BOX 310
BOYNTONBEACH, PLORIDA
33425-0310
TELEPHONENO: (561) 742-6310
FAX.• (561) 742-6316
September 9, 2022
Core & Main LP
Benjamin. strassergcoreandmain.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(a,bbfl.us
Sincer]]�ely,
Tly�a."J,
Mara Frederiksen
Director of Financial Services
Enclosure: Tabulation Sheet
AMERICA'S GATETVA Y TO THE G UTRSTREAM
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
ANTI -KICKBACK AFFIDAVIT
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.
By: Agar Jeeed
Sworn and subscribed before me
this 22nd day of July 2022
r
NOTA KY PUBLIC, State of Florida
at Large
us Ytu BENJAMIN STRASSER
MY COMMISSION # GG 953162
=;or,Po' EXPIRES: May 1, 2024
Bonded Thru Notary PubNc Underwr tens
"OFFICIAL NOTARY SEAL" STAMP
NAME - SIGNATURE
Printed Information:
Susan Reed
NAME
Municipal Sales Coordinator
TITLE
Core & Main LP
COMPANY
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
BIDDER ACKNOWLEDGEMENT
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 Telephone Number: 848-4396
Area Code: 561 FAX Number: 845-7267
Mailing Address: 1101 W. 17th Street
City/State/Zip:
Riviera Beach, FL 33404
Vendor Mailing Date: 07/22/22
E-Mail Address: susan.reed@coreandmain.com alai( Aced
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: 0 A Date: 07/22/22
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
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.
CORE & MAIN LP
Dated this 22nd day of July 2022. yaeay leeed
Municipal Sales Coordinator
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
CORE
Core & Main LP Warranty
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.
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
CITY OF RIVIERA BEACH
���vIERy 600 W BLUE HERON BLVD
L 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
CITY OF RIVIERA BEACH
oFR�viERq 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
CITY OF RIVIERA BEACH
�Et1VIERq 600 W BLUE HERON BLVD
�9 RIVIERA BEACH FL 33404
CERTIFICATE OF USE
e�cKco �v 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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
CITY OF RIVIERA BEACH
��R�v�Egq 600 W BLUE HERON BLVD
RIVIERA BEACH FL 33404
BUSINESS TAX RECEIPT
e� 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
CITY OF RIVIERA BEACH
�RNIERy 600 W BLUE HERON BLVD
RIVIERA BEACH FL 33404
BUSINESS TAX RECEIPT
cH ' _act 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
INDIANAPOLIS IN 46280
MUST BE POSTED CONSPICUOUSLY
AT YOUR PLACE OF BUSINESS
CITY OF RIVIERA BEACH
Oki 600 W BLUE HERON BLVD
RIVIERA BEACH FL 33404
BUSINESS TAX RECEIPT
e� `v Permit Year October 01, 2021 to September 30, 2022
CH
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Page 1 of 1
A�0
RRR CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/D)
o7/30/20212021
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:
AICNNo Ext: 1-877-995-7378 AIC No: 1-888-467-2378
E-MAIL cm
ADDRESS:ertificates@willia.co
INSURER(S) AFFORDING COVERAGE
NAIC#
Nashville, TN 372305191 USA
INSURERA: National Union Fire Insurance Company of P
19445
INSURED
Core & Main LP
1830 Craig Park Court
INSURERB: Willis Submission Carrier
GENRC
INSURERC: 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
INSD
SUBR
WVD
POLICYNUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
CLAIMS -MADE � OCCUR
DAMAGE To
PREMISES (Ea occurrDence)$
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
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
GEN'L
POLICY PRO
JECT LOC
PRODUCTS - COMP/OPAGG
$ 2,000,000
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT Ea accident
$ 2,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
B
OWNED SCHEDULED
AUTOS ONLY AUTOS
SEE ATTACHED
08/01/2021
08/01/2022
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
C
X
UMBRELLA LIAB
I 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 Y / N
ANYPROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? No
(Mandatory in NH)
N/A
SEE ATTACHED
08/01/2021
08/01/2022
PER OTH-
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
l/ "` 4
©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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
0,30
,VYOON 0
BIDDER'S QUALIFICATION STATEMENT
TO BE COMpI FTFn AND UPLOADED ONLINF
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:
Telephone No.:
Fax No.:
Riviera Beach, FL 33404
561-848-4396
561-845-7267
Check One
Corporation
Partnership X
Individual
Other
Email Address.: susan.reed@coreandmain.com
1. 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
2. If Bidder is a corporation, answer the following:
3
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
E.
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 Craia 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 SuDDIv 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 Reaistration: A04000001840
8. Did you attend the Pre -Bid Conference if any such conference was held?
YES F-] 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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
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
WWW.CONFIRMATION.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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
20. Is the financial statement submitted with your bid (if applicable) for the identical organization
named on page one?
YES F-1 NO F-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 business)
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
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 Bidder's 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.
(Signed)
(Title)
Subscribed and sworn to before me
This 22nd day of July , 2020 2022
BENJAMIN ST:MR
MY COMMISSION # GG 953162
EXPIRES: May 1, 2024
Bonded Thru Notary Public Underwriters
trial( 1eeed
Municipal Sales Coordinator
Notary P blic (Signature)
My Commission Expires
May 1, 2024
THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER
FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
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.
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
CERTIFICATION PURSUANT TO FLORIDA
STATUTE § 287.135
TO BE COMPLETED AND UPLOADED ONLINE
Susan Reed,
1, Municipal Sales Coordinator , on behalf of Core & Main LP certify
Print Name and Title Company Name
that Core & Main LP does not:
Company Name
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
As the person authorized to sign on behalf of the Consultant, I 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 Jasaff eeed
COMPANY NAME SIGNATURE
Susan Reed
PRINT NAME
Municipal Sales Coordinator
TITLE
THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER
FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
CONFIRMATION OF DRUG -FREE WORKPLACE
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.
yasat leeed
Vendor's Signature
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
CONFIRMATION OF MINORITY OWNED BUSINESS
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
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Project Name
Project No.:
1. Definitions:
E-VERIFY FORM
TO BE COMPLETED AND UPLOADED ONLINE
Annual Supply 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.
2. 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.
3. 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.
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Com an Name: Core & Main LP
Authorized Signature:
afaI( m—d
Print Name:
Susan Reed
Title
Municipal Sales Coordinator
Date:
July 22, 2022
Phone:
561-848-4396
STATE OF Florida
COUNTY OF revar
The foregoing instrument was acknowledged before me by means of 9 physical presence or ❑ online
notarization, this 22nd day of July , 2022, by Susan Reed on behalf of
Core &Main LP He/she is personallknown to me or has produced
as identification.
rd, BENJAMINSTRASSER
*: MY COMMISSION # GG 953162
Po EXPIRES: May 1, 2024
�''?,os�°•�' BondedThruNota�yPubecundeiwrlters
f
NOTARY PUBLIC
Benjamin Strasser
(Name of Notary Typed, Printed or Stamped)
Municipal Quotations Specialist
Title or Rank
GG 953162
Serial number, if any
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
NON COLLUSION AFFIDAVIT OF BIDDER
. PLOADED ,
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 City 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.
(Signed) YUcPlty /, emd
Subscribed and sworn to before me
This 22nd day of July , 20 22
v BENJAMIN STRASSER
*, MY CAMMISSION # GG Wi62
• o� EXPIRES: May 1, 2024
''• of � Bonded TIm, rbt�ry Public Under'tws
(Title)
Municipal Sales Coordinator
Notary Public (Signature)
My Commission Expires:
May 1, 2024
THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER
FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
PALM BEACH COUNTY INSPECTOR GENERAL
ACKNOWLEDGMENT
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
By Yawa y Aced
Title: Municipal Sales Coordinator
Date: July 22, 2022
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
WH22-048 - Annual Supply of Pipe Fittings and Accessories
Opening Date: July 6, 2022 1:00 PM
Closing Date: August 2, 2022 2:30 PM
Vendor Details
Company Name:
Core & Main LP
1101 W 17th St
Address:
Riviera Beach, Florida 33404
Contact:
Benjamin Strasser
Email:
benjamin.strasser@coreandmain.com
Phone:
321-339-9340
HST#:
03-0550887
Submission Details
Created On:
Thursday July 28, 2022 13:45:22
Submitted On:
Thursday July 28, 2022 14:38:53
Submitted By:
Benjamin Strasser
Email:
benjamin.strasser@coreandmain.com
Transaction #:
569d46b2-3d67-4aa1-b1e2-28897a00794e
Submitter's IP Address:
165.225.223.68
Bid Number: WH22-048 Vendor Name: Core & Main LP
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Exhibit B
WH22-048 Pricing
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Schedule of Prices
The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in
this Bid, at the unit prices, and/or lump sums, hereinafter stated.
`Denotes a "MANDATORY" field
Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner (unless otherwise specified).
If the line item and/or table is "NON -MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar
value.
Bid Number: WH22-048 Vendor Name: Core & Main LP
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Attachment B - Item 1
Item 1 is to determine the percentage discount or cost plus percentage offered on all materials from the manufacturers listed below that is offered by
your company. Either percentage discount or cost plus percentage is acceptable, both are not required. Please state what the percentage
discount or cost plus percentage is based on. If you do not offer any of the categories, please place a TV in the box.
***** You can submit multiple discounts with multiple item categories. It must be stated which discount goes with corresponding category. *****
Category
Discount Percentage Off*
Cost Plus Percentage *
Ductile Iron Pipe, Ductile Iron Fittings and
0%
US Pipe DI Pipe: Market Cost plus 11% at time of
Accessories
shipment
US Pipe Field lok gaskets: Market Cost plus 11%
at time of shipment
Tyler Union: Fittings and Accessories: Market Cost
Plus 11%
Tyler Union Restraints: Market Cost Plus 11%
Tyler Union P401 lined fittings: Market Cost Plus
11%
EBAA: Market Cost Plus 11%
Fab DI Pipe:
US & Custom Pipe & Fab: Market Cost Plus 11%
at time of shipment
All are market cost plus most current list price at
time of order
Star: DI Fittings and accessories: Market Cost
Plus 11%
Star MJ/FLB P401 fittings: Market Cost Plus 11%
Star Restraints: Market Cost Plus 11%
Saddles and Full Circle Clamps
0%
Smith Blair Clamps style 226: Market Cost Plus
11%
Smith Blair Saddles style 317 Market Cost Plus
11%
Smith Blair Couplings style 421: Market Cost Plus
11%
JCM Style 432: Market Cost Plus 11%
Hymax: Market Cost Plus 11%
Ford 202B style: Market Cost Plus 11%
All are market cost plus current list price at time of
order
Hydrants, Hydrant Parts and Accessories
0%
Clow Hydrant: Market Cost Plus 11%
Clow Repair Parts: Market Cost Plus 11%
Clow extension kits: Market Cost Plus 11%
All are market cost plus most current list price
Gate Valves and Check Valves
0%
Clow: R/W 2-12" NRS: Market Cost Plus 11%
Clow: RAN OS&Y 2"-12": Market Cost Plus 11%
Clow RAN NRS 14"-24": Market Cost Plus 11%
Clow Valve 4-12" Holiday Free: Market Cost Plus
11%
Kennedy: RW Valves 2-12": Market Cost Plus 11%
Kennedy Ken -Flex 4"-12" Check Valve Only:
Market Cost Plus 11%
Clow Check Valves 2-12" Horizontal Only: Market
Cost Plus 11%
Pratt BF Plug & Butterfly Valves: Market Cost Plus
11% at time of shipment
Kennedy BF Valves: Market Cost Plus 11%
Kennedy Swing Check Valve Only 2-12: Market
Cost Plus 11%
C900 Pipe, C900 Fittings and Ferncos
0%
Harco C 900 Fittings: Market Cost Plus 11%
Multi Fittings C900 Pressure Rated: Market Cost
Plus 11%
Non Pressure rated: Market Cost Plus 11%
Fernco Cat 1 & 2: Market Cost Plus 11%
Fernco Cat 3L: Market Cost Plus 11%
Fernco Cat 3 & 4E: Market Cost Plus 11%
ADS, JM, NAPCO, Endot, all are Market Cost Plus
11% at time of shipment
Bid Number: WH22-048 Vendor Name: Core & Main LP
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Attachment B - Item 2
Items 2 will be used for evaluation purposes only and are not sole items to be ordered. The bidder shall complete all spaces to include the current price
list for the item, the percentage discount or cost plus percentage offered from ITEM 1, and the final item price after the discount is applied. Either
percentage discount or cost plus percentage is acceptable, both are not required. Please state what the percentage discount or cost plus
percentage is based on.
Line
Item
Description
Part Number*
Current Price *
Discount % from Item 1 *
Cost Plus Percentage from Item *
Final Item Price
1
6" DIP x 4" DIP Fernco
1055-64
$13.1100
N/A
Market Cost Plus 11%
$14.5500
2
4" Kennedy Check Valve
41`5382
$912.6300
N/A
Market Cost Plus 11%
$1,013.0200
with Lever
3
6" MJ Ductile Iron Elbow /
6M9401T
$356.0700
N/A
Market Cost Plus 11%
$395.2400
Epoxy Lined and Epoxy
Coated
4
4" x 15" Full Circle Clamp /
72226050015000
$147.9900
N/A
Market Cost Plus 11%
$164.2700
Range 4.95 - 5.35
5
54" Bury Hydrant / Red / 5
605546M3CLMEDL
$2,381.2900
N/A
Market Cost Plus 11%
$2,643.2300
1/4" MAIN SEAT VALVE /
A
(2) 2 1/2" PORTS (1) 4
1/2" PORT / MECHANICAL
JOINT
Attachment B - Item 3
Additional discount(s) or cost plus percentage for all brands, manufacturers, categories offered by your company. This discount or cost plus percentage
will be used to purchase any product offered by your company that is not listed on Attachment B - Item 1.
***** You can submit multiple discounts with multiple manufacturers/categories. It must be stated which discount goes with corresponding
manufacturer/category. *****
Instructions
Discount Percentage Off*
Cost Plus Percentage *
Additional discount(s) or cost plus percentage for all brands, manufacturers,
N/A
Due to the extensive scope
categories offered by your company. This discount or cost plus percentage will be
of our supply Core & Main
used to purchase any product offered by your company that is not listed on
would like to offer Market
Attachment B - Item 1. ***** You can submit multiple discounts with multiple
Cost Plus 11% (except
manufacturers/categories. It must be stated which discount goes with corresponding
those noted below). This
manufacturer/category. *****
price encompasses any non
listed manufacturers offered
by our company. Please
note that all packing,
handling, shipping and
delivery charges to the City
of Boynton Beach are
included. The following are
offered at a different Market
Cost Plus percentage:
Charter Plastic 15%,
Copper 12%, Buy
Wholesale/EGW 20%
After hours contact and warehouse location
Contact information in the event of an after hours emergency where supplies are needed. Such as a water main break.
Line Item
Description
Information *
1
Contact Name
Javier Rezakhani
2
Contact Phone
561-472-4693
3
Email to place orders
javier.rezakhani@coreandmain.com
4
Location of Warehouse (Must be located in Miami -Dade, Broward,
Palm Beach, Martin or St. Lucie County)
1101 W. 17th Street Riviera Beach, FL 33404
Bid Number: WH22-048 Vendor Name: Core & Main LP
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Specifications
r We will not be submitting for Specifications
Number
New Column
1
All Bid prices are F.O.B. Boynton Beach, Warehouse, 222 N.E. 9TH Avenue, Boynton Beach, Florida — AND/OR — Warehouse 2, located at
124 E. Woolbright Road, Boynton Beach, Florida.
2
Bidder should state the model numbers of all items and accessories specified in this proposal.
3
Bidder must be able to guarantee all deliveries, through out the duration of the Bid. All orders must be delivered within 15 days from date of
the purchase order. Back orders exceeding the 15 day period are subject to cancellation. Exceptions will be made based on market conditions.
4
Any quantities indicated in the proposal represent approximate needs for the one (1) year period. There is no guarantee made or implied that
the City will fulfill such purchases.
5
Award is anticipated to be on a primary, secondary, third and possibly fourth basis.
6
Bidder agrees that all items proposed are DOMESTIC manufactured.
7
Bidder agrees that the percent discount or cost plus percentage submitted applies to the Commodity Bid — Pipe Fittings and Accessories. In
this instance, Pipe Fittings and Accessories encompass any and all similar and like items as individually listed.
8
The City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have
the option of meeting the lower price or relieving the City of any obligation previously understood
9
Bidder agrees that all items proposed in this bid are domestically made.
10
Bidder agrees that all pipe fittings and accessories listed on the proposal form must be of domestic manufacturer and meet all criteria set
forth by the A.W.W.A., A.S.T.M. and the trade industry.
11
Bidder agrees to designate personnel for after hour emergencies. The personnel must be available 24 hours per day / 7 days per week
throughout the duration of this contract.
12
Bidder attest that it has a warehouse located in Miami -Dade, Broward, Palm Beach, Martin or St. Lucie Counties. Bidder acknowledges and
understands that The City will only accept bids with vendors that have a warehouse located in these areas.
References
Line
Item
Company
Name *
Email
1
Seacoast Utility Authority
Jessica Decker
jdecker@sua.com
2
Loxahatchee River District
Erin Kelty
erin.kelty@lrecd.org
3
Village of Wellington
Alan Friedman
afriedman@wellingtonfl.gov
Documents
Ensure your submission document(s) conforms to the following:
Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure
that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton
Beach.
If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains
more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to
the Marketing Plan category save the document as "Marketing Plan."
If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected.
• Bidder Qualification Statement - Bidder Qualification Statement_ CoreMain2022.pdf - Thursday July 28, 2022 14:20:08
• Anti -Kickback Affidavit - Anti -Kickback Affidavit_ CoreMain2022.pdf - Thursday July 28, 2022 14:20:48
• Non -collusion Affidavit of Bidder - NON COLLUSION AFFIDAVIT OF BIDDER_ CoreMain2022.pdf - Thursday July 28, 2022 14:21:28
• Certification Pursuant to Florida Statute § 287.135 - CERTIFICATION PURSUANT TO FLORIDA_CoreMain2022.pdf - Thursday July 28, 2022
14:22:04
• Confirmation of Drug -Free Workplace - CONFIRMATION OF DRUG FREE WORKPLACE_ CoreMain2022.pdf - Thursday July 28, 2022 14:22:27
• Confirmation of Minority Owned Business - CONFIRMATION OF MINORITY OWNED BUSINESS_CoreMain2022.pdf - Thursday July 28, 2022
14:23:05
• E-Veri - E-Verify_CoreMain2022.pdf - Thursday July 28, 2022 14:23:17
• Bidder Acknowledgement - BIDDER ACKNOWLEDGEMENT _CoreMain2022.pdf - Thursday July 28, 2022 14:23:51
• Local Business - Riviera Beach, FL - Branch 39 - License 00696.1 - Exp 9.30.22.pdf - Thursday July 28, 2022 14:26:58
• Palm Beach County Inspector General - PALM BEACH COUNTY INSPECTOR GENERAL.pdf - Thursday July 28, 2022 14:24:52
Bid Number: WH22-048 Vendor Name: Core & Main LP
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Addenda & Declarations
The Bidder hereby acknowledges and agrees:
1. To provide all goods, services and construction, as more specifically set out and in accordance with the Owner's Bid Call Document, including but not
limited to the scope of work, specifications, drawings, Addenda (if issued by the Owner), the terms and conditions, etc. stated therein, which are
expressly acknowledged and made part of this Contract.
2. This Bid is made without any connections, knowledge, comparison of figures or arrangements with any other company, firm or person making a Bid
for the same Work and is in all respects fair and without collusion or fraud.
3. I/WE do hereby Bid and offer to enter into a Contract to do all the Work as specified in the Bid Call Document(s) which shall include all costs but not
limited to; freight, duty, currency, etc. in accordance with the prices and terms as submitted by the Bidder herein.
4. If IIWE withdraw this Bid before the formal Contract is executed by the Awarded Bidder for the said Work or One Hundred Twenty (120) Calendar
Days, whichever event first occurs, the amount of the Bid Deposit accompanying this Bid (if applicable to this bid) shall be forfeited to the Owner.
5. I/WE acknowledge and agree that any issued Addendum/Addenda forms part of the Bid Call Document.
6. I/WE (including any related or affiliated entities and any principal thereof) have no unresolved litigation with the Owner.
Palm Beach County Inspector General Acknowledgement
The Consultant 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 Consultant Agreement, and in furtherance thereof may demand and obtain records and testimony from the Consultant and its
sub -consultants and lower tier sub -consultants.
The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant or its
subconsultants or lower tier sub -consultants 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.
Confirmation of Drug Free Workplace
Preference shall be given to businesses with drug -free workplace programs. Whenever two or more submittals 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 submittal 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 submittals 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:
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.
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.
Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in
subsection (1).
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 submittal, 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 5 days after such conviction.
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.
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.
I,, I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Susan Reed, Municipal Sales Coordinator, Core & Main
LP
The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest?
r Yes s No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document
Bid Number: WH22-048 Vendor Name: Core & Main LP
Docusign Envelope ID: 6A4AFCAB-3BF4-4BA8-803A-F7218062BB5D
Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
I have reviewed the
File Name below addendum and Pages
attachments (if
applicable)
There have not been any addenda issued for this bid.
Bid Number: WH22-048 Vendor Name: Core & Main LP