HomeMy WebLinkAboutC2020-116 - 3/31/2020 - Approved mus c,
o '� ,a
i SUPPLY AGREEMENT NO. 2414
�Y
Ductile Iron Pipe Accessories
1T
THIS Ductile Iron Pipe Accessories Supply Agreement ("Agreement") is entered into
by and between the City of Corpus Christi, a Texas home-rule municipal corporation
("City") and Ferguson Enterprises, Inc. ("Contractor"), effective upon execution by the
City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Ductile Iron Pipe Accessories in response
to Request for Bid No. 2414 ("RFB"), which RFB includes the required scope of work and
all specifications and which RFB and the Contractor's bid response are incorporated
by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully
set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Ductile Iron Pipe Accessories in accordance with
the attached Scope of Work, as shown in Attachment A, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety.
"Goods," "products", and "supplies", as used in this Agreement, refer to and have
the same meaning.
2. Term. This Agreement is for two years. The parties may mutually extend the term
of this Agreement for up to zero additional zero-year periods ("Option Period(s)"),
provided, the parties do so by written amendment prior to the expiration of the
original term or the then-current Option Period. The City's extension authorization
must be executed by the City Manager or designee.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$179,609.38, subject to approved extensions and changes. Payment will be made
for goods delivered and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. Contractor shall invoice no more
frequently than once per month. All pricing must be in accordance with the
attached Bid/Pricing Schedule, as shown in Attachment B, the content of which
is incorporated by reference into this Agreement as if fully set out here in its
entirety. Any amount not expended during the initial term or any option period
may, at the City's discretion, be allocated for use in the next option period.
Invoices will be mailed to the following address with a copy provided to the
Contract Administrator:
Supply Agreement Standard Form Page 1 of 7
Approved as to Legal Form July 11, 2019
SCANNED
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Robert Presnell
Department: Contracts and Procurement
Phone: 361-826-1750
Email: robertpr@cctexas.com
5. Insurance. Before performance can begin under this Agreement, the Contractor
must deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of products to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of products to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and products will remain with
the Contractor until such time as the products are delivered and accepted by
the City.
7. Inspection and Acceptance. City may inspect all products supplied before
acceptance. Any products that are delivered but not accepted by the City must
be corrected or replaced immediately at no charge to the City. If immediate
correction or replacement at no charge cannot be made by the Contractor, a
replacement product may be bought by the City on the open market and any
costs incurred, including additional costs over the item's bid price, must be paid
by the Contractor within 30 days of receipt of City's invoice.
Supply Agreement Standard Form Page 2 of 7
Approved as to Legal Form July 11, 2019
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such products in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator
unless the subcontractors were named in the bid or in an attachment to this
Agreement. In using subcontractors, the Contractor is responsible for all their acts
and omissions to the same extent as if the subcontractor and its employees were
employees of the Contractor. All requirements set forth as part of this Agreement,
including the necessity of providing a COI in advance to the City, are applicable
to all subcontractors and their employees to the same extent as if the Contractor
and its employees had performed the work.
Supply Agreement Standard Form Page 3 of 7
Approved as to Legal Form July 11, 2019
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Robert Presnell
Title: Stores Supervisor
Address: 5352 Ayers, Bldg 6, Corpus Christi, TX 78415
Phone: 361-826-1750
Fax: 361-826-1690
IF TO CONTRACTOR:
Ferguson Enterprises, LLC
Attn: Frank Salazar
Title: Sales
Address: 221 Junior Beck Dr., Corpus Christi, TX 78405
Phone: 361-289-1977
Fax: 361-289-1968
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
Supply Agreement Standard Form Page 4 of 7
Approved as to Legal Form July 11, 2019
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City Manager may terminate this Agreement for Contractor's failure to
comply with any of the terms of this Agreement. The Contract Administrator must
give the Contractor written notice of the breach and set out a reasonable
opportunity to cure. If the Contractor has not cured within the cure period, the
City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Contractor for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
20. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
21. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Supply Agreement Standard Form Page 5 of 7
Approved as to Legal Form July 11, 2019
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
22. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor's bid response (Exhibit 2).
23. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
24. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
25. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
(SIGNATURE PAGE FOLLOWS)
Supply Agreement Standard Form Page 6 of 7
Approved as to Legal Form July 11, 2019
CONTRACTOR
Signature: arTh
SOLPrinted Name: f siv,k S Jot z ,r
Title: S(ti,(e,S
Date: 1Z 11 (9
CITY OF CORPUS CHRISTI
Y.4.4-u.Kim BakerTTEST: UUZir
R ECCA HUERTA
Director of Contracts and Procurement CITY SECRETARY•
Date: . I . 202o
Attached and Incorporated by Reference:
WEIL
Attachment A: Scope of Work /2
Attachment B: Bid/Pricing Schedule > f
Attachment C: Insurance Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB No. 2414
Exhibit 2: Contractor's Bid Response
Supply Agreement Standard Form Page 7 of 7
Approved as to Legal Form July 11,2019
ATTACHMENT A: SCOPE OF WORK
1. General Requirements/Background Information
The City uses and stocks ductile iron pipe accessories at the City Warehouse for
use by Water Utilities Department to install and maintain water lines for the City.
2. Scope of Work
A. The Contractor shall provide ductile iron pipe accessories as outlined
on Bid/Pricing Schedule.
B. The Contractor shall cross reference the City's stock number listed on
the Bid/Pricing schedule. The City agrees not to change the stock
numbers assigned to each item for the duration of the contract.
3. Contractor Quality Control and Superintendence
All ductile iron pipe accessories will be defect free, properly packed and shipped
to ensure a safe delivery.
4. Functional and Performance Requirements
A. Ordering and Delivery
1. City will place an order on as needed basis.
2. Contractor shall ship the materials within 2 weeks of received order to the
City Warehouse, located at 5352 Ayers St. Building 6, Corpus Christi, Texas
78415.
3. All contract prices are F.O.B. destination, inside delivery to the City of
Corpus Christi Facility, freight prepaid.
4. Contractor must send Technical data sheet along with the delivery of
the material. City will not accept any products that do not conform to
the specifications.
5. If any items found defective, unusable or inoperable to the condition,
Contractor shall arrange return shipment or shipping charge will be
reimbursed from the invoice.
6. Contractor understands and agrees that the City may, at its discretion,
cancel any backorders due to the Contractor's inability to deliver the
product within the set time frame.
7. Cancellations shall be in writing and sent to Contractor by email, fax or
mail.
8. No restocking fee or payment of any kind shall be owed for orders
cancelled due to Contractor's inability to meet the deadline delivery
date.
B. Defective Goods
Contractor shall pay for return shipment on any products that arrive in
a defective, unusable or inoperable condition. Contractor must arrange
for the return shipment of damaged products.
Page 1 of 1
ATTACHMENT B: BID/PRICING SCHEDULE
baso
4 ' a CITY OF CORPUS CHRISTI
iii CONTRACTS AND PROCUREMENT
DEPARTMENT
1852 BID FORM
RFB No. 2414
Ductile Iron Pipe Accessories
PAGE 1 OF 7
Date; 08/13/2019
Authorized /)
Bidder: FERGUSON ENTERPRISE.LLC Signature: A
1, Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Item ;�1fiy , -.Des rp UNIT 2Year_ ,Urilt :t
• Stok# v ,:. i fiat!... Qfy .. Price iTatal Price i'
HYDRANT ADAPTER 6"X13"SWIVEL $2494.80 A Q
1 3199 SERAPORE/SIGMA EA 28 $89.10 $2495.08 l�
2 3200 HYDRANT ADAPTER 6"X18"SWIVEL EA 24 $a,4F 60 $2,35a.po
SERAPORE/SIGMA $98.15 $.2355.22
3 3201 HYDRANT ADAPTER 8X13 SWIVEL EA 14
SERAPORE/SIGMA $113.90 $1594.60
HYDRANT BEND 6"SWIV 90 DEGR
4 3202 SERAPORE/SIGMA EA 16 $103.85 $1661.60
5 3203 HYDRANT BEND 8"SWIV 90 DEGR EA 4
SERAPORE/SIGMA $205.37 821.48
6 3204 HYDRANT TEE 6"MJ RUN X 6"SWIV EA 8 $720.88
SERAPORE/SIGMA $90.11 $150642 _
7 3205 HYDRANT TEE 8"MJ RUN X 6"SWIV EA 16 $1806.24
SERAPORE/SIGMA _ $112.89 $1506:
h C' t PAGE 2 OF 7
Item Mock#: Desc�ip#ia� \UNIT 2 Yep +• U�ie zodl Price
Qty:: 7Pri , ,,'L.-t',..,-,--... . ..._t_..
MJ 20"X 10" REDUCER $1553.04
8 3206 SERAPORE /SIGMA EA 4 $388.26 $4-5-5-3,06- _
9 3207 BEND 4"MJ X 90 DEGR EA 8 $265.28
SERAPORE / SIGMA $33.16 .2.4.: I
10 3208 BEND 4"MJ X 45EGR EA 12
SERAPORE /SIGMA . .329,64
11 3209 BEND 4" MJ X 11 1/4 DEGR EA 4 $100.48
SERAPORE /SIGMA $25.12 ..111045g
BEND 6" MJ X 90 DEGR
12 3210 SERAPORE/SIGMA EA 18 $54.27 $976.86
BEND 6"MJ X 45EGR
13 3211 SERAPORE /SIGMA EA 20
_ $44.22 `.884.40
BEND 6" MJ X 22 1/2 DEGR
14 3213 SERAPORE / SIGMA EA 4 INII
$160.80
BEND 6" MJ X 1 1 1/4 DEGR $167.48
15 3214 SERAPORE / SIGMA EA 4 $41.87 $1:67 Ser
BEND 8"MJ X 90 DEGR $629.76
16 3215 SERAPORE / SIGMA EA 8 ',78.72 $6-29.80
BEND 8"MJ X 45 DEGR
17 3216 SERAPORE/ SIGMA EA 18 $64.32 157,76 _
BEND 8"MJ X 22 1/2 DEGR $250.56
18 3217 SERAPORE/ SIGMA EA 4 $62.64 $450:88-
19 3218 BEND 10" MJ 90 DEGR EA 4 $499.84
SERAPORE / SIGMA $124.96 $4-99.86-
BEND10" MJX45DEGR
20 3219 SERAPORE/ SIGMA EA 4 $93.13 $372.52
21 3220 BEND 10" Mi X 11 1/4 DEGR EA 8 $736.96
SERAPORE/ SIGMA $92.12 •,73.7;pg._
BEND 12" MJ X 90 DEGR
22 3221 SERAPORE/ SIGMA EA 4 $168.17 $672.68
23 3222 BEND 12" MJ X 45 DEGR EA 4 $556.08
SERAPORE / SIGMA $139.02 .0-
BEND 12" MJ X 22 1/2 DEGR $729.60
24 3223 SERAPORE / SIGMA EA 6 $121.60 $7'29.63
BEND 12" Mi X 1 1 1/4 DEGR
25 3224 SERAPORE / SIGMA EA 4 $113.90 $455.60
BEND 24" Mi X 90 DEGR
26 3225 SERAPORE / SIGMA EA 4 $954.08 $3816.32
BEND 4"MJ X PE 90 DEGR
27 3226 SERAPORE/SIGMA EA 4 $39.53 $158.12
28 3227 BEND 4"MJ X PE 45 DEGR EA 4 $116.56
SERAPORE / SIGMA $29.14 $.11.6.58
29 3228 BEND 4" MJ X PE 22 1/2 DEGR EA 4 $119.24
SERAPORE/ SIGMA $29.81 $H97.27
PAGE 3 OF 7
•Item G-" ' 3 '-:Descrlptton ,� 'UNIT 19F_:-:,-q.Trear F Unit Total Pilte
_.Stock# . ty- ._,. 3rIce..
30 3229 BEND 6" 90 MJ X PLAIN END EA 4 $261.28
SERAPORE / SIGMA , $65.32 $261-34
31 3230 BEND 6" 45 MJ X PLAIN END EA 4 $196.96
SERAPORE / SIGMA $49.24 $4.gg,
32 3231 BEND 6" 1 1 1/4 MJ X PLAIN END EA 4
SERAPORE /SIGMA $47.57 $190.28
33 3232 BEND 8" 45 MJ X PLAIN END EA 4
SERAPORE /SIGMA $78.39 $313.56
34 3233 BEND 8"22 1/2 MJ X PLAIN END EA 4
SERAPORE / SIGMA $78.39 $313.56
3.5 3234 BEND 8" 11 1/4"MJ X PLAIN END
SERAPORE / SIGMA EA 4 $73.70 $294.80
BEND 10"MJXPEX45"
36 3235 SERAPORE / SIGMA EA 4 $115.91 $463.64
37 3236 BEND MJ 10"MJ X PE 22 1/2 DEGR EA 4
SERAPORE / SIGMA $104.52 $418.08 _
BEND 12" MJ X PE 22 1/2" $553.40
38 3237 SERAPORE / SIGMA EA 4 $138.35 $5-53.42-
BEND12"MJXPE111/2"
39 3238 SERAPORE / SIGMA EA 4 , $119,93 $479.72
OFFSET 4"Mi X 18
40 3239 SERAPORE /SIGMA EA 12 $91.67 $1100.04
OFFSET 6"MJ X 24"
41 3240 SERAPORE/ SIGMA EA 4 $180.67 $722.68
OFFSET 8"MJ X 18"
42 3241 SERAPORE / SIGMA EA 4 $207.34 $829.36
OFFSET 8" MJ X 24"
43 3242 EA 4
SERAPORE / SIGMA $294.67 $1178,68
OFFSET 10 MJ X 18
44 3243 SERAPORE / SIGMA EA 4 $289.34 $1157.36
OFFSET 12 MJ X 18"
45 3244 SERAPORE /SIGMA EA 4 $351.00 $1404.00
OFFSET 4" MJ X 18"PE $445.20
46 3245 SERAPORE / SIGMA EA 4 $111.30 $445-.32... �.
OFFSET 6" MJ X 18" PE P
47 3246 SERAPORE / SIGMA EA 4 $163.00 $652.00
OFFSET 6"MJ X 24" PE
48 3247 SERAPORE / SIGMA EA 4 $198.67 $794.68
OFFSET 8" MJ X 18" PE
49 3248 SERAPORE / SIGMA EA 4 $210.00 $840.00
OFFSET 8" Mi X 24" PE
50 3249 SERAPORE/ SIGMA EA 4 $222.00 $888.00
OFFSET 12"MJ X 18" PE
51 3250 SERAPORE/ SIGMA EA 4 $457.33 $1829.32
PAGE 4 OF 7
City 2 Year Unit
Item Description UNIT Total Price
Stock# Qty Price
OFFSET 12"MJ X 24" PE
52 3251 SERAPORE / SIGMA EA 4 $565.33 $2261.32
53 3252 CAP 4" MJ SERAPORE / SIGMA EA 12 $12.40 $148.80
54 3253 CAP 4" MJ W/2"SERAPORE / SIGM EA 4 $25.80 $103.20
55 3254 CAP 6" MJ SERAPORE / SIGMA EA 16 $22.11 $353.76
CAP 6" MJ CAP WIT
56 3255 SERAPORE / SIGMA EA 4 $35.51 $142.04
57 3256 CAP MJ 8"SERAPORE / SIGMA EA 24 $36.18 $868.32
CAP 8" MJ CAP WIT
58 3257 SERAPORE /SIGMA EA 4 $49.25 $197.00
59 3258 CAP MJ 10" SERAPORE /SIGMA EA 4 $45.23 $180.92
60 3259 CAP, 12" MJ SERAPORE / SIGMA EA 4 $67.67 270.68
61 3260 CAP, 12" MJ WITH 2" IPT TAP EA 4
SERAPORE / SIGMA $81.07 $324.28
62 3261 CAP MJ 16"SERAPORE / SIGMA EA 4 $136.68 $546.72
63 3262 CAP MJ 20" APORE / SIGMA EA 4 $216.08 $864.32
CAP MJ 24" X2"IP
64 3263 SERAPORE / SIGMA EA 4 $322.61 $1290.44
CROSS 6" X 4" MJ
65 3264 SERAPORE / SIGMA EA 4 $101.84 $407.36
66 3265 CROSS 4" MJ SERAPORE / SIGMA EA 4 $93.13 $372.52
67 3266 CROSS 6" MJ SERAPORE / SIGMA EA 4 $113.90 $455.60
CROSS 8" MJ X 4" MJ
68 3267 SERAPORE / SIGMA EA 4 $160.80 $643.20
69 3269 CROSS 8" MJ SERAPORE / SIGMA EA 4 $124.62 $498.48
CROSS 12" MJ X 6" MJ
70 3270 SERAPORE / SIGMA EA 4 $192.29 $769.16
CROSS 12" MJX 10" MJ
71 3271 SERAPORE / SIGMA EA 4 $349.41 $1397.64
72 3272 CROSS 12" MJ SERAPORE / EA 4
SIGMA $349.41 $1397.64
73 3273 PLUG 4" MJ SERAPORE / SIGMA EA 14 $15.41 $215.74
74 3274 PLUG 4"MJ W/2"TAP EA 8
SERAPORE / SIGMA $28.48 $227.84
75 3275 PLUG 6"MJ SERAPORE / SIGMA EA 12 $29.15 $349.80
PLUG 6" MJ WITH 2" IPT TAP
76 3276 SERAPORE / SIGMA EA 4 $41.88 $167.52
77 3277 PLUG 8" MJ SERAPORE / SIGMA EA 4 $43.22 $172.88
78 3278 PLUG 8" MJ WITH 2" IPT TAP EA 4
SERAPORE / SIGMA $56.28 $225.12
79 3279 PLUG 10" MJ SERAPORE / SIGMA EA 4 $75.38 $301.52
80 3280 PLUG 12" MJ SERAPORE / SIGMA EA 4 $74.37 $297.48
81 3281 PLUG 16" MJ SERAPORE / SIGMA EA 4 $195.98 $783.92
PAGE 5 OF 7
Item City Description UNIT 2 Year Unit Total Price
Stock# Qty Price
82 3282 PLUG 18" MJ SERAPORE / SIGMA EA 4 $242.88 $971.52
83 3283 PLUG 20" MJ SERAPORE / SIGMA EA 4 $319.26 $1277.04
84 3284 MJ 6"X 4" REDUCER EA 6
SERAPORE / SIGMA $31.49 $188.94
85 3285 MJ 8"X 4" REDUCER EA 12
SERAPORE /SIGMA $43.22 $518.64
86 3286 MJ 8"X 6" REDUCER EA 14
SERAPORE / SIGMA $45.90 $642.60
87 3287 MJ 10" X 4" REDUCER EA 4
SERAPORE /SIGMA $70.02 $280.08
88 3288 MJ 10"X 6" REDUCER EA 4
SERAPORE / SIGMA $58.96 $235.84
89 3289 MJ 10" X 8" REDUCER EA 4
SERAPORE / SIGMA $64.99 $259.96
90 3290 MJ 12" X 6" REDUCER EA 4
SERAPORE /SIGMA $78.06 $312.24
91 3291 MJ 12" X 8" REDUCER EA 4
SERAPORE / SIGMA $79.73 $318.92
92 3292 MJ 12" X 10" REDUCER
SERAPORE /SIGMA EA 4 $88.44 $353.76
93 3293 MJ 16" X 10" REDUCER EA 4
SERAPORE / SIGMA $187.27 $749.08
94 3294 MJ 16" X 12" REDUCER EA 4
SERAPORE / SIGMA $180.56 $722.24
95 3295 MJ 6" X 4" PE REDUCER EA 4
SERAPORE / SIGMA $49.33 $197.32
96 3296 MJ 8" X 6" PE REDUCER EA 4
SERAPORE / SIGMA $45.00 $180.00
97 3297 MJ 24" X 20" PE REDUCER
SERAPORE / SIGMA EA 4 $1089.00 $4356.00
98 3298 MJ 4" X 6" PE REDUCER EA 4
SERAPORE / SIGMA $49.33 $197.32
99 3299 MJ 6" X 8" PE REDUCER
SERAPORE / SIGMA EA 4 $180.88
$45.22 $4.80
100 3300 MJ 6" X 12" PE REDUCER EA 4 $406.12
SERAPORE / SIGMA $101.53 $.4n605_
REDUCER 6" PLAIN END X 4" PE
101 3301 SERAPORE / SIGMA EA 4 $38.00 $152.00
REDUCER 8" PLAIN END X 4" PE
102 3302 SERAPORE / SIGMA EA 4 $56.67 $226.68
103 3303 REDUCER 8" PLAIN END X 6" PE EA 4
SERAPORE / SIGMA $59.97 $239.88
REDUCER 10" PLAIN END X 6" PE
104 3304 SERAPORE / SIGMA EA 4 $78.73 $314.92
PAGE 6 OF 7
Item City 2 Year Unit
UNIT
Stock# Description Total Price
Qty Price
105 3305 16"PE X 12" PE REDUCER EA 4
SERAPORE / SIGMA $181.91 $727.64
106 3306 SLEEVE MJ 4"SERAPORE /SIGMA EA 38 $29.48 $1120.24
107 3307 SLEEVE MJ 6"SERAPORE /SIGMA EA 200 $49.25 $9850.00
108 3308 SLEEVE MJ 8"SERAPORE / SIGMA EA 88 $79.73 $7016.24
109 3309 SLEEVE MJ 10"SERAPORE / SIGMA EA 4 $95.14 $380.56
1 10 3310 SLEEVE MJ 12" X 7" EA 4
SERAPORE / SIGMA $97.16 $388.64
1 1 1 3311 SLEEVE MJ 12" X 12" EA 36
SERAPORE / SIGMA $128.31 $4619.16
1 12 3312 SLEEVE MJ 16" X 15" EA 58
SERAPORE / SIGMA $245.22 $14222.76
1 13 3313 SLEEVE MJ 18" X 15" EA 4
SERAPORE / SIGMA $313.56 $1254.24
1 14 3314 SLEEVE MJ 20" X 15" EA 8
SERAPORE / SIGMA $378.22 $3025.76
115 3315 SLEEVE MJ 24" X 9" EA 4 $1857.36
SERAPORE / SIGMA $464.34 $185748
116 3316 SLEEVE MJ 24" X 15" EA 4 $1992.72
SERAPORE / SIGMA $498.18 $1.992.73
1 17 3317 SLEEVE MJ 30" EA 8
SERAPORE / SIGMA $1043.19 $8345.52
1 18 3318 SLEEVE MJ 36" EA 4
SERAPORE / SIGMA $1464.62 $5858.48
1 19 3319 REDUCER 12"X 10" MJ X PE EA 24 $2588.88
SERAPORE / SIGMA $107.87 $2589.02
120 3320 SLEEVE MJ 48"X15" EA 4
SERAPORE / SIGMA $2303.46 $9213.84
SLEEVE MJ 48"X24"
121 3321 EA 4
SERAPORE / SIGMA $2751.02 $11004.08
122 3322 TEE 4" MJ SERAPORE / SIGMA EA 4 $43.55 $174.20
123 3323 TEE MJ 6" X 4" EA 8
SERAPORE / SIGMA $72.70 $581.60
124 3324 TEE MJ 6" X 6" EA 4 $313.56
SERAPORE / SIGMA $78.39 43-13.58
125 3325 TEE, 8" MJ X 4" MJ EA 4 $339.04
SERAPORE / SIGMA $84.76 $-339:0-5-
126 3326 TEE, 8" MJ X 6" EA 4 $388.60
SERAPORE / SIGMA $97.15 $38&:63-
127 3327 TEE MJ 8" SERAPORE / SIGMA EA 4 $117.26 $469.04
128 3328 TEE MJ 12"X 6" EA 4 $633.84
SERAPORE / SIGMA $158.46 $63.3.82
129 3329 TEE 12" X 8" MJ EA 4
SERAPORE / SIGMA $182.59 $730.36
PAGE 7 0F7
.,,...,....•--- ,s,,,, _,....-..:.•- : ,,•-':,:r• ;,.;,-&_ .7•:,,,It •._-':'- •:tt•?.!-:•:: ,e.,,,,v,.:...4.:,,,ie-ilicii:'=_ .;_,';'4un-IATI .-'--':'
41:46:-•--? .4. .lticjity., ..,, -.-,!e.-..,-,,!... ;;-'., - 13-fi'..--..-.;,...:".: ',71.',4•7't:'!. 71(lifirt.'7.:;1:--q- %-: ., --...-11:, _:.(tOt:Cit trice
i;: .--„.'''':.:',_-: .1/1,'' ''..t:.'' 1 i!.'.7.;.:;;';:IX LiesCr P. 9.n.i --., .1!g ")1-::'-;'7. ':Ititii-, : Pte
-;,, ,I-,, ,tf ,-: : :,:.:.
-----,,,-.: •wock.lf--- ;-...,.,.....:4 ;.:-.,...t•t,.:.c.:•4,,,, ,.,,.. • • ., ., : ..!.. •. —,.„• , — .
.:- . ,.:•
130 3330
TEE 12"X 10" MJEA 4
$938.04
SERAPORE / SIGMA $234.51 $9-3870 -
131 3331 TEE 12" MJ SERAPORE / SIGMA EA 4 $233.84 $9-3-5,39-$935.36
132 3332
12"X 6" MJ X SWIVEL TEE EA 4 $649.92
SERAPORE / SIGMA $162.48 $64995-
133 3626
BEND, 10 MJ X 22 1/2DG EA 4 $371.20
7
SERAPORE / SIGMA $92.80 $37.12-i-
,
BEND, 6"MJ X PE X 22 1/2DG
134 3627 EA 4
SERAPORE / SIGMA $51.26 $205.04
135 3628
BEND, 8"MJ X PE X 90DG EA 4 $372.52
SERAPORE /SIGMA $93.13
CROSS, 12" MJ X 8"MJ $884.44
136 3629 EA 4
SERAPORE / SIGMA $221.11 $88447-
137 3630
20"X 10"MJ REDUCER EA 4
$1545.32
$386.33 $1545-33-
SERAPORE/ SIGMA
138 3035
CAP Mi, 48" EA 4
DI $8949.32
$2237.33 $8949,3-3
SERAPORE / SIGMA
ANCHOR TEE MJ 8" X 8"
139 , 3501 EA 4
I $170.85 $683.40 SERAPORE / SIGMA
140 3678
8" BEND MJ X 11 1/4DG EA 4 $227.80
SERAPORE / SIGMA $56.95
141 389s" $45-540-
c ANCHOR COUPLING 12"X 13" EA 12 $3606.12
SERAPORE / SIGMA $300.51 $3606:-22 1
142 4208 TEE 16"MJ SERAPORE /SIGMA EA ,4 $533.99., $2135.96
- , ,,,,;;,,:,_-. • , .-,----. : ,: -7.3., :;..,:- ,,,;•!1-,:-.:.-, '-:'-''' '"!:'-':*.tr -H:'. ',.,..- 4.,,,-;-..;:, E.::-.-...t..,:,
i ! ;4'• ,.:l':2:g-.„'_:: : : •": J1:: =, . ..• e - :.,- -..1,, ...,4:,- :.,::.,:,.?dia-iiiii iota . -,,,,...,:.2-.,--. ,..t,
:-: ...,..,4_,...- ,7,, - 7 I!f-'7'. 5!:‘•'::Zitf:"::..:;.:',:,-. 7!),';'-' -:''.'''' '$4V-943,3.771-•
Initial to ai rove $179,609.38
i '2:77/Ki
I
ORDER MINIMUMS TO BE $1000.00
ATTACHMENT C: INSURANCE REQUIREMENTS
No insurance required, therefore Section 5. is null to this Service Agreement
Page 1 of 1
ATTACHMENT D: WARRANTY REQUIREMENTS
The Supplier warrants that all products supplied under this Agreement are new,
quality items that are free from defects when accepted by the City.
Page 1 of 1