HomeMy WebLinkAboutContract 2022-160AAGREEMENT No. 2022-160 FOR
SUPPLY OF PIPE FITTINGS AND ACCESSORIES
THIS AGREEMENT, is made and entered into this 13th day of December 2022, 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 FORTILINE, INC DIBIA FORTILINE WATERWORKS, whose address is: 7025
Northwinds Drive, NW, Concord, North Carolina 28027, (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 Number 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 the 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 October 4, 2023 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
convenience upon thirty (30) days written notice to CONTRACTOR b) if
BlueInk Bundle ID: �satcPBBMJR
Piggyback Agrccmcnt
2022-160 Supply of Pipc Fittings and Acccssorics
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 three (3)
additional one (1) year terms.
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
a
B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it
has 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. It is expressly understood and agreed that the passing, approval, and/or acceptance of any
gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or
representative as in compliance with the terms of this Contract shall not operate as a
waiver by the CITY of strict compliance with the terms of this Contract and the CITY
may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas,
and bio-diesel so as to comply with the warranties and specifications hereof.
D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
BlueInk Bundle ID: ��6Lc
Piggyback Agrecment
2022-160 Supply of Pipc Fittings and Acccssorics
5. PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall
submit an invoice to CITY upon completion of the services and delivery of products to CITY as
set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for
all accepted deliveries and undisputed product delivered and services provided, within thirty (30)
calendar days of receipt of the invoice.
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute or other matter in question 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
BlueInk Bundle ID: �satcPBBMJR
Piggyback Agrccmcnt
2022-160 Supply of Pipc Fittings and Acccssorics
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
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) is caused in whole
or in part 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, regardless of whether or not such acts are caused in part by a party
indemnified hereunder. 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 sole acts of negligence, 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.
3
BlueInk Bundle ID: ��61
Piggyback Agreement
2022-160 Supply of Pipc Fittings and Accessories
A. CONTRACTOR:
Fortiline, Inc. dlbla Fortiline Waterworks
Attn: Jordan McCall
7025 Northwinds Drive, NW, Concord, North Carolina 28027
A. OWNER:
City of Clermont
Attn: Brian Bulthuis, City Manager
685 W. Montrose Street, Clermont, FL 34711
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.
9.5. Entire Agreement
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.
4
BlueInk Bundle ID: ��6Lc12
Piggyback Agrccmcnt
2022-160 Supply of Pipc Fittings and Acccssorics
9.6. Assignment
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
Contractor expressly understands records associated with this project are public records and agrees
to comply with Florida's Public Records law, to include, to:
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
this 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 termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. CONTRACTOR shall use reasonable efforts to
provide all records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
E. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR
SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY
CLERK'S OFFICE, (352) 241-7331.
5
BlueInk Bundle ID: ��6Lct
Piggyback Agrccmcnt
2022-160 Supply of Pipc Fittings and Acccssorics
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 1 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.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 13th day of
December 2022.
City of Clermont
Tim Murry, Mayor
Attest:
117.
-` . ,
Tracy Ackroyd Howe, City Clerk
BlueInk Bundle ID: ��61
FORTILINE, INC D/WA FORTILINE WATERWORKS
�osli dart
(Signature)
Print Name: Josh Hart
Title: General Manager
Date: 1 /4/23 17:48 EST
BlueInk Bundle ID: ��61
Contract Addendum
This CONTRACT ADDENDUM (the "Addendum") amends and supplements the AGREEMENT No. 2022-160 (the
Agreement") between Fortiline, Inc. ("Fortiline") and City of Clermont, Florida ("Contractor"). To the extent the terms of the
Agreement conflict with or are dealt with by this Addendum, the terms of this Addendum shall prevail. Capitalized terms used
herein shall have the same meaning given to them in the Agreement.
1. Contract documents shall only consist of documents acknowledged and specifically agreed to in writing by both
parties. Fortiline shall not be bound by any documents not actually received. The Agreement shall be subject to the
terms of any credit agreement or credit application provided by Fortiline that is executed by Contractor. Contractor
and Fortiline shall agree upon the commencement date for the work. Contractor agrees no claim under the Agreement
may be asserted against amounts due under any other agreement; no claim under any other agreement may be asserted
against amount due under the Agreement. Contractor agrees that any default under the Agreement shall not be grounds
to default any other agreement between Contractor and Fortilinc.
2. Prices in the Agreement shall be good for the greater of thirty days or the period set forth in the proposal provided to
Contractor by Fortiline and may be changed by Fortiline at any time thereafter. Payment to Fortiline shall not be
conditioned on Contractor's receipt of payment from any source. Under any circumstances Fortiline does not waive
right to payment. Fortiline shall not be required to make its records available for audit. No retainage shall be held on
payments due Fortiline. The Agreement will not contain a most favored nation or similar pricing commitment. Risk
of loss will pass to Contractor when materials are delivered to the job site for materials that are not being installed by
Fortilinc and when the materials are installed when the Agreement requires Fortilinc to install. Any changes to the
work or work schedule must be reduced to writing and signed by Fortiline. Discounts and/or rebates shall not be
required.
3. Fortiline shall not be required to furnish Contractor with any bonds. Contractor shall not seek or allow any damages
against Fortiline, including without limitation, liquidated, incidental, consequential and/or punitive damages or seek
to hold Fortiline jointly and severally liable with any other parties. Contractor agrees that any damages sought by
Contractor shall not exceed the contract price.
4. Fortiline shall provide lien releases conditioned on payment. Contractor shall not issue joint checks for any payment
under the Agreement or pay Fortiline's subcontractors or material suppliers directly.
5. Subcontractor agrees to provide commercially reasonable insurance at reasonable levels of coverage. Any additional
insured coverage required under the Agreement shall end when Fortiline's ongoing operations for Contractor on each
applicable project are concluded. Fortiline may self -insure or maintain deductibles in a commercially reasonable
manner.
6. Fortilinc shall indemnify, defend and hold harmless Contractor from claims to the extent of liability resulting from
Fortiline's negligence or willful misconduct. This indemnification obligation shall last for one year following the
completion of Fortiline's portion of the work and/or supply of materials. Except as set forth herein, Fortiline shall
have no obligation to indemnify, hold harmless or defend Contractor or any other person.
7. Fortiline warrants the materials and/or services provided under the Agreement will be of industry standard quality,
free from defects and completed in a workmanlike manner in conformance with customary industry standards for a
period of one year from completion of Fortiline's work and/or supply of materials. FORTILINE HEREBY
DISCLAIMS ANY OTHER REPRESENTATION OR WARRANTY WHETHER WRITTEN, EXPRESS, ORAL
OR IMPLIED AS TO ANY MATERIALS OR SERVICES PROVIDED UNDER THE AGREEEMENT
(INCLUDING WITHOUT LIMITATION ANY REPRESENTATION OR WARRANTY REGARDING FITNESS
FOR A PARTICULAR PURPOSE OR MERCHANTABILITY OF ANY OF THE MATERIALS OR SERVICES).
Fortiline will make commercially reasonable efforts to assign third party warranties to the extent possible.
Fortiline
�Zoslz dart
BlueInk Bundle ID: gnug23aeoR
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
Fortiline, Inc.
Jordan.mecallgfortiline. com
RE: "ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES"
BID #: WH22-048
Contract Period: October 5, 2022 thru October 4, 2023
Dear: Jordan McCall,
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 dautamkbbfl.us
Sincerel�y,
]
Mara Frederiksen
Director of Financial Services
Enclosure: Tabulation Sheet
AMERICA'S GATEWA Y TO THE G ULFSTREAM
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:
Fortiline, Inc. d/b/a Fortiline Waterworks
Does your company conduct
business under any other name? If
North Carolina
yes, please state:
7025 Northwinds Drive, NW
Address:
Concord, North Carolina 28027
Contact:
Jordan McCall
Email:
jordan.mccall@fortiline.com
Phone:
407-287-7777
Fax:
704-788-9800
HST#:
57-0819190
Submission Details
Created On:
Monday August 01, 2022 09:36:56
Submitted On:
Monday August 01, 2022 19:25:24
Submitted By:
Jordan McCall
Email:
jordan.mccall@fortiline.com
Transaction #:
3fb84400-657a-4717-9c9e-1 bb5192b33cf
Submitter's IP Address:
35.141.4.156
Bid Number: WH22-048 Vendor Name: Fortiline, Inc. d/b/a Fortiline Waterworks
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.
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 "0%" 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
TYLER UNION DOMESTIC FBE FITTINGS 20%
Accessories
EBAA pipe restraints 35%
Saddles and Full Circle Clamps
Mueller saddles and cir clamps 42.000%
JCM SADDLES AND FULL CIR REP CLAMPS
50.000%
Cascade CR1-535-12 Wrap Around Repair Band
32.000%
Romac DI BODY SADDLES 60%
Romac SS FULL CIR REP CLAMPS 40%
Hydrants, Hydrant Parts and Accessories
Mueller hydrants 44.000%
Mueller hydrant parts 77.000%
Kennedy:
Kennedy 2"-12" NRS RSGV 45.000%
Kennedy 2" - 12" TAPPIG & Kennedy CUTIN RSGVTV
45.000%
Kennedy 14" - 24" NRS RSGV 45.000%
Kennedy 14"-24" OS&Y 16.000%
Kennedy CHECK VALVES 4"-12" 506 CVAKF 15.000%
Kennedy SWING CHCK 2"-12" CVA 58.000%
Kennedy SWING CHK CVA 58.000%
Kennedy CUSHION CHK VALVES CVA CUSHION
28.000%
Kennedy INLINE CHCK VALVES 1306 28.000%
Kennedy 4"-10" BUTTERFLY VALVE BFVA 10.000%
Kennedy COLLISION REP KITS K81CRK&EXT
20.000%
Kennedy 2-1//2" - 24" OS&Y 46.000%
Kennedy 2-1/1" - 12" OS&Y 250LB FLG 10.000%
Kennedy 3"-24" NRS FLG X FLG 41.000%
Kennedy 3" -24" NRS MJ OR OTHER 51.000%
Kennedy SWING CHCK VALVES 1126/1126A 41.000%
Kennedy WAFER CHK 806 4" - 8" 37.000%
Kennedy GROOVED BFV 300# 01G 39.000%
Kennedy WAFER BFV 300# 01 W 30.000%
Gate Valves and Check Valves
Mueller 2-12 gate valves 39.000%
Mueller 14-24 gate valves 42.000%
Mueller 30-54 gate valves 32.000%
Mueller 2-12 check valves 46.500%
Mueller 14-24 check valves 46.500%
C900 Pipe, C900 Fittings and Ferncos
FERNCO CAT 1 AND 2 74.000%
FERNCO CAT3L 70.000%
FERNCO CATS 37.000%
FERNCO CAT4E 37.000%
Bid Number: WH22-048 Vendor Name: Fortiline, Inc. d/b/a Fortiline Waterworks
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
$64.5800
74%
$16.7900
2
4" Kennedy Check Valve
$2,590.0000
59%
$1,061.9000
with Lever
3
6" MJ Ductile Iron Elbow /
$189.0000
20%
$151.2000
Epoxy Lined and Epoxy
Coated
4
4" x 15" Full Circle Clamp /
$449.5200
40%
$269.7100
Range 4.95 - 5.35
5
54" Bury Hydrant / Red / 5
$4,493.4000
44%
$2,516.3000
1/4" MAIN SEAT VALVE /
(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,
ARI 17.000%
*Any item not on the list -
categories offered by your company. This discount or cost plus percentage will be
Endot HDPE 35.000%
20% plus cost plus freight*
used to purchase any product offered by your company that is not listed on
DFW GRADE C BOXES AND LIDS
Attachment B - Item 1. ***** You can submit multiple discounts with multiple
26%
manufacturers/categories. It must be stated which discount goes with corresponding
Trumbull industries 38%
manufacturer/category. *****
NDS METER BOXES AND LIDS
60.000%
NDS CHECK VALVES 40.000%
NDS TRUE UNION BALL VALVES
40.000%
NDS COMPRESSION FITTINGS
45.000%
NDS GATE VALVES 40.000%
Raven meter boxes Sigma and iron
and polymer lids 35%
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
Jeff Hobbs
2
Contact Phone
561-365-6451
3
Email to place orders
jeff.hobbs@fortiline.com
4
Location of Warehouse (Must be located in Miami -Dade, Broward,
Palm Beach, Martin or St. Lucie County)
6759 White Dr
Riviera Beach, FL 33407
Bid Number: WH22-048 Vendor Name: Fortiline, Inc. d/b/a Fortiline Waterworks
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
Village of Wellington
Alan Friedman
afriedman@wellingtonfl.gov
2
City of Melbourne
Nic Coster
Nicholas.coster@mlbfl.org
3
City of Margate
Mike Bush
mbush@margatefl.org
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 - 22-048 EXECUTED - BIDDER QUALIFICATION STATEMENT.pdf - Monday August 01, 2022 17:49:15
• Anti -Kickback Affidavit - 22-048 EXECUTED - ANTIKICKBACK AFFIDAVIT.pdf - Monday August 01, 2022 17:49:21
• Non -collusion Affidavit of Bidder - 22-048 EXECUTED - NON COLLUSION AFFIDAVIT.pdf - Monday August 01, 2022 17:49:28
• Certification Pursuant to Florida Statute § 287.135 - 22-048 EXECUTED - CERTIFICATION PURSUANT TO FLORIDA.pdf - Monday August 01,
2022 17:49:37
• Confirmation of Drug -Free Workplace - 22-048 EXECUTED - DRUG FREE WORKPLACE.pdf - Monday August 01, 2022 17:50:01
• Confirmation of Minority Owned Business - 22-048 EXECUTED - CONFIRMATION OF MINORITY OWNED BUSINESS.pdf - Monday August 01,
2022 17:50:11
• E-Veri - 22-048 EXECUTED - E-Verify.pdf -Monday August 01, 2022 17:50:21
• Bidder Acknowledgement - 22-048 EXECUTED - BIDDER ACKNOWLEDGEMENT & COI.pdf - Monday August 01, 2022 17:50:33
• Local Business - 22-048 EXECUTED - LOCAL BUSINESS CERTIFICATION.pdf - Monday August 01, 2022 17:50:41
• Palm Beach County Inspector General - 22-048 EXECUTED - PALM BEACH COUNTY INSPECTOR GENERAL.pdf - Monday August 01, 2022
17:50:48
Bid Number: WH22-048 Vendor Name: Fortiline, Inc. d/b/a Fortiline Waterworks
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.
r I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Jordan McCall, Regional Bid Coordinator, Fortiline, Inc.
d/b/a Fortiline Waterworks
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: Fortiline, Inc. d/b/a Fortiline Waterworks
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: Fortiline, Inc. d/b/a Fortiline Waterworks