project name: plumbing and miscellaneous related...

12
INVITATION TO BID The City of Charlotte (hereinafter the “City”) will receive sealed bids for the following Project: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED SUPPLIES PROJECT NUMBER: BM2018-1446 BID DUE DATE AND TIME: May 29, 2018 at 2:00 PM EDT BID DUE LOCATION: CITY OF CHARLOTTE – E&PM BUILDING SERVICES 531 SPRATT STREET CHARLOTTE NC 28206-2963 DESCRIPTION OF WORK: This ITB and any ensuing Contract(s) will provide for plumbing and related supplies including, but not limited to, small tools, chemicals, adhesives/sealants/tape, safety, fasteners, plumbing, repair parts and any accessories and related components necessary for new or retrofit requirements. Bid Form: Complete and submit the forms on pages 5 through 10. Delivery of Bids: Bids should be delivered in a sealed opaque envelope identified with the project name and company name and deposited in the secured bid box at 531 Spratt Street, Charlotte, NC 28206. Bids placed in this bid box prior to the bid due date and time shall be considered received. Alternatively, bids may be mailed to the same address to the attention of Kate Reid allowing sufficient time for receipt by the bid due date and time. No Bids will be accepted after this deadline. Firms accept all risks of late delivery of Bids regardless of fault. Each firm is solely responsible for the timely delivery of its Bid. Project Information Request: For information regarding this Invitation to Bid, contact in writing: Kate Reid Engineering Contracts Administrator City of Charlotte Engineering & Property Management 531 Spratt Street Charlotte, NC 28206-2963 Email: [email protected] Direct Phone: 704.336.3641 Please submit questions or inquiries in writing at least seven (7) calendar days before the Bid Due Date. Questions or inquiries past this deadline may not be addressed by the City prior to the Bid Due Date. Any changes to the terms, conditions or specifications stated in this ITB will be documented in a written addendum posted on the Internet at www.ips.state.nc.us and www.charlottenc.gov/epmcontracts, and may be accessed by searching for Bid number 269-BM2018-1444. Note: The City of Charlotte reserves the right to reject any and all bids and to waive informalities or technicalities as it may deem to be in its best interest. The City further reserves the right to award the contract in whole or in part to a single Bidder or multiple Bidders.

Upload: others

Post on 06-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

INVITATION TO BID The City of Charlotte (hereinafter the “City”) will receive sealed bids for the following Project:

PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED SUPPLIES PROJECT NUMBER: BM2018-1446 BID DUE DATE AND TIME: May 29, 2018 at 2:00 PM EDT

BID DUE LOCATION: CITY OF CHARLOTTE – E&PM BUILDING SERVICES 531 SPRATT STREET CHARLOTTE NC 28206-2963

DESCRIPTION OF WORK: This ITB and any ensuing Contract(s) will provide for plumbing and related supplies including, but not limited to, small tools, chemicals, adhesives/sealants/tape, safety, fasteners, plumbing, repair parts and any accessories and related components necessary for new or retrofit requirements.

Bid Form: Complete and submit the forms on pages 5 through 10.

Delivery of Bids: Bids should be delivered in a sealed opaque envelope identified with the project name and company name and deposited in the secured bid box at 531 Spratt Street, Charlotte, NC 28206. Bids placed in this bid box prior to the bid due date and time shall be considered received. Alternatively, bids may be mailed to the same address to the attention of Kate Reid allowing sufficient time for receipt by the bid due date and time.

No Bids will be accepted after this deadline. Firms accept all risks of late delivery of Bids regardless of fault. Each firm is solely responsible for the timely delivery of its Bid.

Project Information Request:

For information regarding this Invitation to Bid, contact in writing:

Kate Reid Engineering Contracts Administrator City of Charlotte Engineering & Property Management 531 Spratt Street Charlotte, NC 28206-2963 Email: [email protected] Direct Phone: 704.336.3641

Please submit questions or inquiries in writing at least seven (7) calendar days before the Bid Due Date. Questions or inquiries past this deadline may not be addressed by the City prior to the Bid Due Date.

Any changes to the terms, conditions or specifications stated in this ITB will be documented in a written addendum posted on the Internet at www.ips.state.nc.us and www.charlottenc.gov/epmcontracts, and may be accessed by searching for Bid number 269-BM2018-1444.

Note: The City of Charlotte reserves the right to reject any and all bids and to waive informalities or technicalities as it may deem to be in its best interest. The City further reserves the right to award the contract in whole or in part to a single Bidder or multiple Bidders.

Page 2: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

INVITATION TO BID ITB# BM2018-1446

Project Name: Plumbing and Miscellaneous Related Supplies Issue Date: May 7, 2018

Page 1 of 10 + Exhibit ITB: BM2018-1446

Background: Engineering & Property Management is responsible for the operations and maintenance of municipal facilities, structures, and assets including office, warehouse, storage, vehicle maintenance, communication towers, and public safety.

Staff of the Building Services Division of the Engineering and Property Management Department will be afforded the convenience of purchasing necessary supplies as needed by having competitively sourced contracts in place for ongoing needs for maintenance and repairs.

Scope: This ITB and any ensuing Contract(s) will provide for plumbing and related supplies including, but not limited to, small tools, chemicals, adhesives/sealants/tape, safety, fasteners, plumbing, repair parts and any accessories and related components necessary for new or retrofit requirements.

Contract Terms: The term “Contract” shall refer to the Agreement entered into between the City and the successful Bidder, and the term “Vendor” or “Company” shall refer to the successful Bidder.

The City will enter into an Agreement written by the City with the successful Bidder that contains the terms and conditions set forth in this ITB. Each Bidder must state specifically in its bid response any exceptions to the terms and conditions included in this ITB and any proposed additional terms or conditions deemed important by the Bidder. The City will take any such exceptions and proposed additions into account during the evaluation process. Any terms and conditions that the Bidder does not specifically object to will be incorporated into the resultant Agreement. Notwithstanding the foregoing, the City reserves the right to change the proposed contractual terms and conditions prior to contract award if it is in the City’s best interest to do so.

Contract Term: The Contract term shall be for a period of three (3) years.

The Contract will be a unit price contract for an indefinite amount of products and/or services to be furnished as specified times or as ordered, based on actual needs.

The City reserves the right to award a Contract to the lowest responsive responsible Bidder taking into consideration vendor qualifications and experience, quality, delivery, workmanship, services, facility requirements, inventory control and reporting. The City reserves the right to reject any Bid on the basis of function, compatibility with user requirements of utility as well as cost.

The terms and conditions set forth in this ITB are not all inclusive. The City may propose additional terms and conditions based on the responses to this ITB and the City’s analysis of the successful bid.

1. City Contracting Requirements: The City reserves the right to: (a) supplement, amend, substitute or otherwise modify this ITB at any time; (b) to cancel this ITB with or without the substitution of another ITB; (c) to take any action affecting this ITB, this ITB process, or the Products or Services subject to this ITB that would be in the best interests of the City; (d) to issue additional requests for information; (e) to require one or more Bidders to supplement, clarify or provide additional information in order for the City to evaluate the Bids submitted; (f) to conduct investigations with respect to the qualifications and experience of each Bidder; (g) to change the Bid opening date or any other dates relevant to this ITB; (h) to waive any defect or irregularity in any Bid received; (i) to reject all Bids; (j) to award all, none, or any part of the items that is in the best interest of the City, with one or more of the Bidders responding, which may be done with or without re-solicitation; and (k) to enter into any agreement deemed by the City to be in the best interest of the City, with one or more of the Bidders responding.

Any Bid submitted in response to this ITB shall be deemed to include full conformance with all statutory requirements of North Carolina and all statutory requirements of the Federal Government, to the extent applicable. It is the responsibility of each Bidder to conduct its own due diligence as to what statutory requirements may apply.

2. Quantities: The City does not guarantee quantities and will purchase quantities of products or services according to actual need during the term of the Contract. Multiple orders will be placed on an as needed basis during the term of the Contract.

3. Options and Accessories: The City may in its discretion purchase options and accessories beyond what is called for in the ITB, provided that such purchase does not create unfairness so as to defeat the purpose of the bid statutes, and provided the City is authorized by law to make such purchases without a formal bid process.

4. Product Specifications and/or Equal Standard: Products may be described in part by reference to specific brands and style numbers. The brands names and style numbers are listed only for purposes of description and establishing a quality standard. The City will consider alternate products of equal or better quality (“Alternates”).

The City may, at its option, require the Bidder to submit a sample of any proposed Alternate(s) in order to determine suitability and acceptance. Stock items shall be furnished within two (2) days of the request. All samples will become the Property of the City upon receipt by the City unless the Bidder makes arrangement for return of the samples(s) at no cost to the City.

The City will consider any factors the City deems relevant to the performance, durability, appearance, comfort, fit, convenience or maintenance requirements for any proposed Alternate.

5. Product Recall: Company expressly assumes full responsibility for prompt notification to the City of any product recall in accordance with the applicable state or federal regulations. The Vendor shall support the State, as necessary, to promptly replace any such products, at no cost to the City.

Page 3: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

ENGINEERING & PROPERTY MANAGEMENT ITB: BM2018-1446 BUILDING SERVICES

Page 2 of 10 + Exhibit ITB: BM2018-1446

6. Warranty: All products supplied under the Contract shall be covered by a manufacturer’s written guarantee and/or warranty that such products will be free from defects in materials, workmanship and performance for a minimum of one (1) year, merchantable and in full conformity with the specifications set forth in this ITB, industry standards, dimension charts and Bidder’s descriptions, representations and samples. The Company shall administer the warranty on the City’s behalf, and shall ensure that the manufacturer repairs or replaces at no charge to the City all products that violate either the above warranty or the applicable manufacturer’s warranty.

7. Compliance with Laws: All products and services delivered under this Contract shall be in compliance with all applicable federal, state and local laws, regulations and ordinances. In performing the Contract, the Company shall obtain and maintain all licenses and permits and comply with all federal, state and local laws, regulations and ordinances.

8. Pricing: Bids shall be a fixed unit price per item that includes shipping and delivery, any discounts, vendor mark-up/profit, item cost and storage. No other charges are allowed except in the case of special orders.

9. Price Adjustment: Once award is made and a Contract is in place, prices shall remain firm and fixed for the entire Contract period unless the City approves a price adjustment in writing in accordance with the following terms:

Price increases shall only be allowed when justified in the City’s sole discretion based on legitimate, bona fide increases in the cost of materials. No adjustment shall be made to compensate the Company for inefficiency in operation, increase in labor costs, or for additional profit.

No proposed price increase shall be valid unless accepted by the City in writing. The City may approve such price increase for the remaining term of the Contract or for a shorter specified period. If the City rejects such price increase, the Company shall continue performance of the Contract.

If the City approves a price increase pursuant to this Section and the market factors justifying the increase shift so that the increase is no longer justified, the City shall have the right to terminate the price increase and revert back to the prices that were in effect immediately prior to the increase. The Company shall notify the City in writing if the market factors on which the City granted the increase change such that a City’s reasons for granting the increase no longer apply.

If the Company’s unit prices for any products and/or services should decrease, the Company shall provide the affected products and/or services at the lower discounted price. The Company will provide the City with prompt written notice of all decreases in unit prices.

10. Physical Location: Company must be able to provide for in-stock pickup of 95% of representative items on Bid Form on an as-needed basis during weekday working hours of 8:00 AM to 4:00 PM, at a minimum, excluding City, State and Federal recognized holidays.

11. Delivery: All in-stock products provided under the Contract must be delivered F.O.B. Destination (within the confines of Mecklenburg County) within 24 hours of order during week-day working hours of 8:00 AM to 5:00 PM, excluding City,

State and Federal recognized holidays. Delivery and freight charges are to be included in price.

Each order delivered must have a packing slip enclosed. The packing slip must clearly show the purchase order number, items ordered, unit of measure, items enclosed and identify any items on backorder.

12. Invoices: The Company must submit invoices promptly, no less than monthly. Invoices must include the item number, description, unit cost, quantity and extended price, and contract and/or purchase order of each item purchased. Every invoice must also indicate the Department (Engineering & Property Management) and individual responsible for placing the order. As a condition of payment, the Company must invoice the City for products and services within 60 days after such products and services are delivered. The Company waives the right to charge the City for any products or services that have not been invoiced to the City within 60 days after such products or services were delivered.

The Company shall send one (1) copy only of each invoice using one of the following options:

Option 1 (preferable): E-mail one copy of each invoice (addressed as indicated below and including all content outlined above) to [email protected]. Company shall not mail invoices that have been sent via e-mail.

Option 2: Mail one copy of each invoice to:

CITY OF CHARLOTTE ACCOUNTS PAYABLE ATTN: E&PM BUILDING SERVICES <<Add Project Manager’s Name>> PO BOX 37979 CHARLOTTE NC 28237-7979

The City is not tax exempt from sales tax. The Company shall include all applicable State and County sales taxes on the invoice and not combined with the cost of the goods.

Payment of invoices shall be due within thirty (30) days after the City has received all of the following: (a) an accurate, properly submitted invoice, (b) all reports due for the month covered by the invoice; and (c) any other information reasonably requested by the City to verify the charges contained in the invoice. Invoices must include state and local sales tax.

13. Reporting: The Bidder shall indicate on the Bid Form whether the Company has the capability of supplying a monthly usage report. Such report shall be supplied electronically no later than the 10th day of the following month. Reports must be designed in such a matter that the information captured on the purchase request shall also be reflected on the monthly report. The report shall list all items purchased, the manufacturer’s name and part/product number, unit price, quantities and extended price for each item. Products which delineate minority products and recycled products must be submitted on a quarterly basis.

14. Award of Contract: The City reserves the right to award the Contract based on the lowest responsive responsible Bidder taking into consideration Company (vendor) qualifications and experience, quality, delivery, workmanship and any

Page 4: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

ENGINEERING & PROPERTY MANAGEMENT ITB: BM2018-1446 BUILDING SERVICES

Page 3 of 10 + Exhibit ITB: BM2018-1446

applicable environmentally preferable attributes associated with the product or services.

The City also reserves the right to award Contract(s) by item, combination of items or grand total, whichever is in the best interest of the City.

Multiple awards may be made as a result of this ITB if doing so will ensure that any ensuing Contract(s) will allow the City to fulfill current and future requirements or is in the best interest of the City.

The City reserves the right to add items excluded under this ITB or to delete items which are included in this ITB.

15. Insurance: Throughout the term of the Contract, the Company shall comply with the insurance requirements described in this Section. In the event the Company fails to procure and maintain each type of insurance required by this Section, or in the event the Company fails to provide the City with the required certificates of insurance, the City shall be entitled to terminate the Contract immediately upon written notice to the Company.

The Company agrees to purchase and maintain the following insurance coverage during the life of the Contract with an insurance company acceptable to the City of Charlotte, authorized to do business in the State of North Carolina:

(a) Automobile Liability: Bodily injury and property damage liability covering all owned, non-owned, and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident; and, $1,000,000 property damage, or $1,000,000 combined single limit each occurrence/aggregate.

(b) Commercial General Liability: Bodily injury and property damage liability as shall protect the successful Company and any subcontractor performing work under the Contract from claims of bodily injury or property damage which arise from performance of the Contract, whether such work is performed by the Company, any subcontractor or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, services, completed operations, personal injury liability and contractual liability assumed under the indemnity provision of the Contract.

(c) Workers’ Compensation: Meeting the statutory require-ments of the State of North Carolina and Employers Liability - $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit, providing coverage for employees and owners.

The City shall be named as additional insured under the commercial general liability insurance for operations or services rendered under the Contract. The Company’s

insurance shall be primary of any self-funding and/or insurance otherwise carried by the City for all loss or damages arising from the Company’s operations under this agreement. The Company and each of its subcontractors, as applicable, shall and does waive all rights of subrogation against the City and each of the Indemnitees, as defined above.

The Company shall not commence any work in connection with the Contract until it has obtained all of the types of insurance set forth in this Form, and such insurance has been approved by the City. The Company shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved.

All insurance policies shall be with insurers qualified and doing business in North Carolina recognized by the Secretary of State and the Insurance Commissioner’s Office. The Company shall furnish the City with proof of insurance coverage by certificates of insurance accompanying the Contract.

Certificates of all required insurance shall contain the provision that the City will be given (30) days written notice of any intent to amend or terminate by either the insured or the insuring company. All insurance certificates must include the City of Charlotte’s contract number in the description field.

The City shall be exempt from, and in no way liable for any sums of money that may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Company and/or subcontractor providing such insurance.

16. City Premises: The Company agrees that its personnel and the personnel of its subcontractors will comply with all rules, regulations and security procedures of the City when on the city’s premises.

17. Training: The successful Bidder will be responsible for initially training all necessary City employees on using their on-line ordering system, if available, and any ongoing training for new or additional users at no additional cost to the City. The Company will be responsible for providing documented step-by-step instructions to each authorized user.

18. Pre-Audit: No pre-audit certificate is required under N.C. Gen Stat. 159-28(a) because the Contract is for an indefinite quantity with no minimum purchase requirement. Notwithstanding anything contained herein to the contrary, the Contract does not require the City to purchase a single product or service, and a decision by the City not to make any purchase hereunder will violate neither the Contract nor any implied duty of good faith and fair dealing. The City has no financial obligations under the Contract absent the City’s execution of a valid and binding purchase order or Contract Addendum containing a pre-audit certificate.

[REMAINDER OF PAGE DELIBERATELY LEFT BLANK]

Page 5: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Page 4 of 10 + Exhibit ITB: BM2018-1446

TERMS AND CONDITIONS The Terms and Conditions listed below will govern all matters relating to the goods provided by you or your company (the “Vendor”) to the City of Charlotte (the “City”) under this purchase order. Additional terms and conditions stated on the face of this purchase order shall take precedence over any conflicting terms and conditions stated below. Any terms and conditions not stated on the face of this purchase order but incorporated by reference therein shall be binding only if provided or signed by the City and attached hereto. In the event that a binding written contract signed by both the Vendor and the City exists, the terms and conditions of that contract shall supersede any conflicting terms and conditions below or on the face of this purchase order.

1. If Vendor refuses to accept this purchase order exactly as written,

Vendor will return it at once with explanation. 2. The City will not be responsible for any goods delivered without a

purchase order. Vendor will deliver invoices to the City only at the address shown on the face of this purchase order. Vendor will send separate invoices for each purchase order number.

3. No boxing, packing, cartage, or shipping charges will be allowed by City unless specifically authorized on the face of this purchase order.

4. Any cash discount period to City will date from City’s receipt of the invoice or from the date of the receipt of goods, whichever is later.

5. Unless “FOB Origin” is stated on the face of this purchase order, the risk of loss of and damage to goods that are the subject of this purchase order remain on Vendor until the goods are (a) delivered to the destination set out in this purchase order and (b) accepted by the City.

6. The City may inspect all products prior to acceptance. Payment does not constitute acceptance. The City's failure to accept or reject products or services shall not relieve Vendor from liability for products or services that are defective or do not meet specifications. Rejected products shall be returned to Vendor at Vendor’s risk and expense.

7. Vendor warrants that the products and services furnished pursuant to this purchase order shall: (a) comply with all federal, state and local laws applicable thereto; (b) satisfy all requirements set forth on the face of this purchase order and any applicable documentation incorporated herein; (c) meet industry standards and be suitable for the purpose intended; (d) be of merchantable quality; and (e) be free from defects in title, labor, material or fabrication.

8. If Vendor fails to deliver or to perform as and when specified, or if the City determines that Vendor will not be able to deliver or perform due to insolvency or other reason, the City may cancel this purchase order or any part thereof, without prejudice to its other rights, to return part or all of any shipment so made and to charge Vendor with any loss or expense sustained as a result of such failure to deliver or to perform.

9. Vendor will defend, indemnify, and save the City harmless from any and all loss, damages, costs, fees, and expenses incurred on account of any and all claims, suits, or judgments alleging that any product or service provided under this purchase order violates any patent, copyright, trade secret, trade name, or any other intellectual property right of any nature.

10. If any product provided hereunder is alleged to be defective in any respect whatsoever, Vendor will defend, indemnify, and save City harmless from all loss, damages, costs, fees, and expenses incurred by reason of such allegation or defect, including without limitation all liability arising from any accidents, injuries, or damages to persons or property that may result in whole or in part from such product.

11. If Vendor performs services or constructs, erects, inspects, or delivers hereunder, Vendor will indemnify and save harmless the City from all loss, damages, costs, fees, or expenses incurred in connection with any accidents, injuries, or damages to persons or property that are alleged to have resulted in whole or in part from the performance thereof.

12. Vendor agrees not to release any advertising or other materials using the City’s trademark, quoting the opinion of any City employee or implying in any way that the City indorses Vendor or its products or services.

13. Vendor represents and warrants that no federal or state statute or

regulation or municipal ordinance has been or will be violated in the manufacture, sale, or delivery of any product or service sold and delivered hereunder and if such violation is alleged, Vendor will indemnify and save the City harmless from all loss, penalties, fees, costs, and expenses resulting in whole or in part from such violation or allegation.

14. E-Verify Requirements: Vendor shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and shall require each of its subcontractors to do so as well.

15. Vendor agrees to comply with the Non-Discrimination Policy set forth in Chapter 2, Article V of the Charlotte City Code, which is available at http://library.municode.com/index.aspx?clientId=19970 and incorpor-ated herein by reference. Vendor consents to be bound by the award of any arbitration conducted thereunder.

16. Vendor agrees to provide Payment Affidavits as required by Part D, Section 9 of the Charlotte Business Inclusion Policy, which is available at http://charmeck.org/city/charlotte/CharlotteBusinessInclusion/Pages/default.aspx and incorporated herein by reference.

17. Vendor shall pay all sales or use taxes that are or become due in connection with any products or services provided hereunder, and shall indemnify and save harmless the City from any damages, costs, fees, expenses, or penalties on account of such taxes. Vendor may charge the City only for those taxes that are applicable to the goods and/or services being provided under this Purchase Order.

18. Vendor shall secure, before delivery of any goods or services hereunder, Commercial General Liability insurance in an amount not less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate, with the City as additional insured, provided that if Vendor will operate a vehicle on the Charlotte Douglas International Airport airfield, coverage limits for Commercial Automobile Liability Insurance shall be raised to $5,000,000 for each of the above categories. Vendor shall produce an insurance certificate evidencing such coverage upon request by the City.

19. The City may at any time insist upon strict compliance with these Terms and Conditions notwithstanding any previous custom, practice, or course of dealing.

20. The Terms and Conditions of sale as stated in this purchase order govern in event of conflict with any terms of Vendor's proposal, and are not subject to change by reason of any written or verbal statements by Vendor or by any terms stated in Vendor's acknowledgment unless accepted in writing by the City.

21. This purchase order is governed by North Carolina law. Any legal actions arising from this purchase order shall be brought in Mecklenburg County, North Carolina.

22. Iran Divestment Act. Vendor certifies that; (a) it is not identified on the Final Divestment List or any other list of prohibited investments created by the NC State Treasurer pursuant to N.C.G.S. 143-6A-4; (b) it will not take any action causing it to appear on any such list during the term of this Purchase Order, and (c) it will not utilize any subcontractor to provide goods or services hereunder that is identified on any list.

Page 6: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Page 5 of 10 + Exhibit ITB: BM2018-1446

BID SUBMISSION FORM ITB# BM2018-1446

Project Name: Plumbing and Miscellaneous Related Supplies

The undersigned proposes to furnish the following items in strict conformance with this ITB. Any exceptions (“Alternates”) are clearly marked on the line below. List Manufacturer and Part Number quoted where indicated as “GENERIC”. Total Bid Price, as applicable, includes all equipment, labor, delivery, installation, consultation, vendor profit and all other costs associated with this project.

FIXTURES

# MANUFACTURER MFG PART NUMBER DESCRIPTION 2 UNIT PRICE (EA)

1 Slate Industries SSBS7576NE

74 Gallon 75.1 MBH Natural Water Heater Aluminum

ALTERNATE:

2 Insinkerator 1BADGER1 badger 1/3 HP food waste disposer

ALTERNATE:

3 Kohler K16027-4-CP

Single-Handle Lavatory Faucet, Polished Chrome

ALTERNATE:

4 Kohler K4368-0

1.6GPF 17-1/2" ADA Elongated Toilet Bowl with Top Inlet (White)

ALTERNATE:

5 Kohler K5016-ET-0

(Dexter) Siphon Jet wall-mount 1/2GPF Urinal with top spud (white)

ALTERNATE:

6 ProFlo PF5414WH

Wall Hung 4" Centerset Bathroom Sink (White)

ALTERNATE:

7 Moen M62380

Posi-Temp Rough-In Pressure Balance Shower Valve Less Stops

ALTERNATE:

8 Moen MLT183

1 Handle Tub & Shower Valve Trim Kit 2.5gpm (Polished Chrome)

ALTERNATE:

9 ProFLo PFCS100

Double Bowl 33X22X8-1/8" 4 Hole Kitchen Sink (Stainless Steel)

ALTERNATE:

HARDWARE

# MANUFACTURER MFG PART NUMBER DESCRIPTION 2 UNIT PRICE (EA)

10 Merit Brass GBRNGM 1" X 3" Brass Nipple, Lead Law Compliant

ALTERNATE:

11 Merit Brass IBRLFCG 1" Brass Coupling, Lead Law Compliant

ALTERNATE:

12 Elkhart CMAK 2” Wrot C x M (Sweat x Male) Adapter

ALTERNATE:

13 Elkhart CMAKJ

2” x 1-1/2” Wrot Copper C X M (Sweat x Male) Adapter

ALTERNATE:

PRICING SHEET:

PAGE 1 of 4

Page 7: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Page 6 of 10 + Exhibit ITB: BM2018-1446

Continued

# MANUFACTURER MFG PART NUMBER DESCRIPTION 2 UNIT PRICE (EA)

14 (Generic) C9K

2" Wrot Copper 90o Elbow 2-1/8 Diameter (Push x Push)

ALTERNATE:

15 ProFlow PFX31SK 2" Brass Swing Check Valve

ALTERNATE:

16 Elkhart CCJ 1-1/2” Wrot Copper X Copper Coupling

with Stop ALTERNATE:

17 (Generic) CTKKJ 2”x2” X 1-1/2" Wrot Copper Reducing Tee

ALTERNATE:

18 (Generic) C9D 5/8" CXC 90o Elbow

ALTERNATE:

19 FNW FNWX416D 1/2" Brass 600# Wog 2-Piece Sweat Full

Port Ball Valve ALTERNATE:

20 T&S TB0502 Floor Mounting Double Pedal Valve, Lead

Law Compliant (Chrome) ALTERNATE:

21 Proselect PS000314 3/8" X 16 Thrd Zinc Plated Hex Hut (100

Pack) ALTERNATE:

TOOLS

# MANUFACTURER MFG PART NUMBER DESCRIPTION 2 UNIT PRICE (EA)

22 FNW FNW9S30240AT 9 30-240 Adjustable Angle Thermostat

ALTERNATE:

23 Proselect PS552 2" Wire Handle Fitting Brush

ALTERNATE:

24 Proselect PS551 1-1/2" Wire Handle Fitting Brush

ALTERNATE:

25 Proselect PSS49 1” Wire Handle Fitting Brush

26 Proselect PS10001 3/8" Acid Brush

ALTERNATE:

27 Goss GGP600 Instant Igniter Trigger Torch

ALTERNATE:

28 RedHead RRT112 1/2" Anchor Setting Tool

ALTERNATE:

29 Turbo Torch TMPT1 Gas Disposable Tank

ALTERNATE:

30 Ridgid 31632 Quick-Acting Tubing Cutter 1/4" - 1-5/8"

Capacity ALTERNATE:

31 Raptor RAP16012 6 in 1 Slotted Ratcheted Screwdriver

ALTERNATE:

32 ProFLo PFF6 Super Force Heavy Duty Cup Plunger

ALTERNATE:

PRICING SHEET: PAGE 2 of 4

Page 8: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Page 7 of 10 + Exhibit ITB: BM2018-1446

Continued

PIPE / FITTINGS

# MANUFACTURER MFG PART NUMBER DESCRIPTION 2 UNIT PRICE (EA)

33 Ridgid R59797 Telescoping Closet Auger with Bulb Head

ALTERNATE:

34 ProFLow PFXCCS77 2" FIP X Sweat Dielectric Union Fitting

ALTERNATE:

35 (Generic) P40PJ10 1-1/2" Schedule 40 PVC Pipe (10' Length)

ALTERNATE:

36 Watts WLF40XL150210G 1MNPT 2” FNPT Bronze 40XI 150-210

Relief Valve ALTERNATE:

37 Apollo A94ALF10701A 1-1/2" Brass 600# NPT Fll Port Ball Valve

ALTERNATE:

38 (Generic) P40STJ 1-1/2" Schedule 40 PVC Slip X Slip X Slip

Tee Fitting ALTERNATE:

39 (Generic) P40SCJ 1-1/2" Schedule 40 PVC Slip X Slip X Slip

Coupling ALTERNATE:

40 (Generic) P40SMAJ 1-1/2" Schedule 40 PVC Slip X Slip X Male

Adapter ALTERNATE:

41 Sioux Chief S29130380 O-Ring Kit (150 Assorted Rings in 12

Compartment Box) ALTERNATE:

42 Moen M114299 9" Hose Kit

ALTERNATE:

43 FNW FNWX416K 2" Brass 600# Wog 2-Piece Sweat Full

Port Ball Valve ALTERNATE:

ADHESIVES / TAPE

# MANUFACTURER MFG PART NUMBER DESCRIPTION 2 UNIT PRICE (EA)

44 Nokorode REC14030 Acid Paste Flux (1 Lb)

ALTERNATE:

45 Oatey 31231 Pipe Joint Compound with Teflon & Brush

(8 oz) ALTERNATE:

46 Oatey O30876 PVC Heavy Duty clear Cement (16 oz)

ALTERNATE:

47 Oatey O30782 All Purpose Cleaner (8 oz)

ALTERNATE:

48 Proselect PS0403 120 Grit Sand Cloth (Brown) 1-1/2" X 10

Yards ALTERNATE:

49 Proselect PSTTD520 120 Grit Sand Cloth (Brown) 1-1/2" X 10

Yards ALTERNATE:

PRICING SHEET: PAGE 3 of 4

Page 9: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Page 8 of 10 + Exhibit ITB: BM2018-1446

BID SUBMISION FORM - CONTINUED ITB# B2018-1446

Project Name: Plumbing and Miscellaneous Related Supplies

Please answer the following questions:

1. Is the Company capable of supplying monthly usage report per Section 9 – Reporting? YES NO

(Select One)

2. If not, what other reporting might be available? Use a separate sheet if necessary.

3. Do You offer a Discount and, if so, please describe the terms. Use a separate sheet if necessary.

The Bid Package consists of:

Pages 5 – 8 Bid Submission Form (Pricing Sheets)

Page 9 Submittal Form (wet signature *required)

Page 10 Commercial Non-Discrimination Certification

[REMAINDER OF PAGE DELIBERATELY LEFT BLANK]

PRICING SHEET: PAGE 4 of 4

Page 10: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Page 9 of 10 + Exhibit ITB: BM2018-1446

SUBMITTAL ITB# B2018-1446

Project Name: Plumbing and Miscellaneous Related Supplies The person executing the Bid, on behalf of the Company, being duly sworn, solemnly swears (or affirms) that neither he or she, nor any official, agent or employee of the Company has entered into any agreement, participated in any collusion, or otherwise taken any action which is in restraint of full and open competition in connection with any bid or contract, that the Company has not been convicted of violating North Carolina General Statute 133-24 within the last three years, and that the Company intends to provide the products and/or services with its own bona fide employees or subcontractors and is not proposing for the benefit of another Company.

Submission of a response to this ITB constitutes certification that the Company is not currently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this ITB by any State or Federal department or agency. Submission is also agreement that the City will be notified of any change in this status.

NC General Statute 133-32 and City Policy prohibit any gift from anyone with a contract with the City, or from any person seeking to do business with the City. By execution of this Bid, you attest, for your organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization.

The information contained in this Bid, including its forms and other documents, delivered or to be delivered to the City, is true, accurate, and complete. This Bid includes all information necessary to ensure that the statements therein do not in whole or in part mislead the City as to any material facts.

PLEASE PRINT LEGIBLY

Type of Provider: Sole Proprietor

(check 1 box) Partnership

Corporation _____________________________ (identify the State of incorporation)

Limited Liability Provider ____________________________ (identify the State of incorporation)

Joint Venture (if joint venture, complete this “Proposal Submission” sheet for each joint venture Provider and identify the “Name of Joint Venture” on each sheet) NAME OF JOINT VENTURE: _________________________________________________________

Provider Legal Name:

Mailing Address:

City/State/Zip:

Telephone: Email:

Printed Name: Title:

Signature: Subscribed and sworn to before me this day of 20___

Signature of Notary Public

of County

State of

My Commission Expires:

Page 11: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Page 10 of 10 + Exhibit ITB: BM2018-1446

COMMERCIAL NON-DISCRIMINATION CERTIFICATION ITB# B2018-1446

Project Name: Plumbing and Miscellaneous Related Supplies

Company Name

The undersigned Company hereby certifies and agrees that the following information is correct:

1. In preparing the enclosed Bid, the Company has considered all bids submitted from qualified, potential subcontractors and suppliers and has not engaged in discrimination as defined in Section 2.

2. For purposes of this certification discrimination means discrimination in the solicitation, selection, or treatment of any subcontractor, vendor or supplier on the basis of race, ethnicity, gender, age, or disability or any otherwise unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of discrimination.

3. Without limiting any other remedies that the City may have for a false certification, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the bid submitted with this certification and terminate any contract awarded based on such bid. It shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance and shall subject the Company to any remedies allowed thereunder, including possible disqualification from participating in City contracts for up to two years.

4. As a condition of contracting with the City, the Company agrees to promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation and selection of subcontractors in connection with the solicitation process. Failure to maintain or failure to provide such information shall constitute grounds for the City to reject the bid submitted by the Company and terminate any contract awarded on such bid. It shall also constitute a violation of the City’s Commercial Non-Discrimination Ordinance and shall subject the Company to any remedies allowed thereunder.

5. As part of its bid, the Company shall provide to the City a list of all instances within the past ten years where a complaint was filed or pending against the Company in a legal or administrative proceeding alleging that the Company discriminated against its subcontractors, vendors or suppliers, and a description of the status or resolution of that complaint, including any remedial action taken.

6. As a condition of submitting a bid to the City, the Company agrees to comply with the City’s Commercial Non-Discrimination Policy as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted thereunder.

Signature of Company’s Authorized Representative

Date

Page 12: PROJECT NAME: PLUMBING AND MISCELLANEOUS RELATED …charlottenc.gov/DoingBusiness/Lists/Solicitations/... · 531 SPRATT STREET . CHARLOTTE NC 28206-2963 . DESCRIPTION OF WORK: This

Exhibit: Certificate Of Insurance ITB: BM2018-1446

EXHIBIT

CERTIFICATE OF INSURANCE

[To be provided by COMPANY once notified of intent to Award]