Loading...
HomeMy WebLinkAboutC2020-118 - 3/31/2020 - Approved twos 1 ' . tall 1oils,I SUPPLY AGREEMENT NO. 2793 U M1101111-4,ir Polyethylene Fittings for Warehouse ,.CORPORki O 1852, THIS Polyethylene Fittings for Warehouse Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Gajeske Incorporated ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Polyethylene Fittings for Warehouse in response to Request for Bid No. 2793 ("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 Polyethylene Fittings for Warehouse 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 $196,846.10, 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 November 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: Robert Presnell Contracts and Procurement Phone: 361-826-1750 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 November 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 November 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 Stores Supervisor 5352 Ayers, Bldg 6, Corpus Christi, TX 78415 Phone: 361-826-1750 Fax: n/a IF TO CONTRACTOR: Gajeske Incorporated Attn: Casen Doeppenschmidt Director of Operations 6200 N. Houston Rosslyn Rd., Houston, TX 77091 Phone: 210-695-4440 Fax: 713-980-5290 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 November 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 November 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. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 26. 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 November 11, 2019 CONTRACTOR C7411Kr Signature: , Printed Name: Casen Doeppenschmidt Title: Director of Operations Date: 02/24/2020 CITY OF CORPUS CHRISTI YJA:A, bakLL OP Baker Director of Contracts and Procurement ATTEST: - ' 14%416.' �tt RE: CCA HUERTA ,',: =•' Date: 14. I. ZOZ,C CITY SECRETARY 1 w ..ww.wwAU t t1u.��• w• Attached and Incorporated by Reference: a,(J Attachment A: Scope of Work SY MUNCtl 3' , Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements SEAWAY 56 Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB No. 2793 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form November 11, 2019 Attachment A: Scope of Work 1.1 General Requirements/Background Information The City uses and stocks polyethylene fittings at the City Warehouse for use by Gas Operations. 1.2 Scope of Work A. The Contractor shall provide polyethylene fittings as outlined on Bid/Pricing Schedule. B. The Contractor shall cross reference the manufacturer's stock number listed on the Bid/Pricing Schedule. 1.3 Contractor Quality Control and Superintendence All polyethylene fittings will be defect free, properly packaged to ensure a safe delivery. 1.4 Special Instructions A. Ordering and Delivery 1. The City Warehouse will place an order on an as needed basis. 2. The Contractor shall ship the materials within two weeks of having received order to the City Warehouse, located at 5352 Ayers St., Building 6, Corpus Christi, TX 78415. 3. All contract prices are F.O.B. destination, inside delivery to the City of Corpus Christi Facility, freight prepaid. 4. If any item is found defective, unusable or inoperable to the condition, the Contractor shall arrange return shipment or shipping charge will be reimbursed from the invoice. 5. The 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. 6. Any cancellation of an order shall be in writing and sent to the Contractor by email, fax, or mail. 7. No restocking fee or payment of any kind shall be owed for orders cancelled due to the Contractors inability to meet the deadline delivery date. B. Defective Goods The Contractor shall pay for return shipment on any products that arrive in a defective, unusable, or inoperable condition. The Contractor must arrange for the return shipment of damaged products. .mus w� ►1;-4�, tlC1% 11u A CITY OF CORPUS CHRISTI fi11.r CONTRACTS AND PROCUREMENT 4+ DEPARTMENT RRPOR0 1852 BID FORM RFB No. 2793 Polyethylene Fittings PAGE 1 OF 4 Date: 02/04/2020 Authorized Bidder: GAJESKE INCORPORATED Signature: Caere. Pa ru- 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. 4. Bidders must not write over or revise the bid form. Bidders will be considered Non-Responsive if the bid form is modified. Item City Stock# Description Unit Qty Unit Total Price Price Year 1 1/2" IPS SF Socket Coupling (yellow) 1 4003 Manufacturer #6900507 EA 240 $1 22 $292.80 1/2" IPS SF Socket 90° Elbow (yellow) 2 4004 PE2406/PE2708 EA 100 Manufacturer #690505023000 $2.20 $220.00 '/2" Socket Fitting End Cat (yellow) 3 4005 Manufacturer #690502200000 EA 210 $1.50 $315.00 Revised Addendum 1 Page 2 of 4 1"x1/2" Socket Reducer 4 4006 Manufacturer #690015021000 EA 500 $3.67 $1835.00 1" IPS SF End Cap (yellow) 5 4007 Manufacturer #690012200000 EA 100 $1.95 $195.00 1" IPS SF ElI 90° (yellow) 6 4008 Manufacturer #690010123000 EA 200 $1.99 $398.00 1" SF Coupling (yellow) 7 4009 Manufacturer #360002138 EA 200 $1.78 $356.00 8 4010 1" Socket Tee Manufacturer#662039 EA 100 $2.26 I $226.00 9 401 1 Excess Flow Valve #P411 IPS SDR11 EA 400 Manufacturer #P41 101819 $11.23 $4492.00 10 4012 1" Weld End Transition Manufacturer EA 100 #360003851 $18.00 I $1800.00 11 4013 2" Socket Coupling EA 200 Manufacturer #360002144 $3.48 $696.00 2" IPS SF ElI 90° (yellow) 12 4014 Manufacturer #690020223000 EA 50 $5.62 $281.00 13 4015 2" IPS SF Tee (yellow) EA 100 Manufacturer #690020224000 $5.85 $585.00 14 4016 2" Socket Cap Manufacturer #PE2708 EA 200 $3.17 1$634.00 15 4017 2" Full Port Poly Ball Valve EA 200 Manufacturer #990402011 $57.06 $11412.00 16 4018 2"x2" IPS Weld End Transition Fitting EA 100 (yellow) Manufacturer #650020200000 $28.68 $2868.00 17 4019 2" Coupling EF PE3408/PE4710 (black) EA 180 Manufacturer #5760030 $6.88 $1238.40 2" Electrofusion 90° ElI (black) 18 4020 Manufacturer #10012170 EA 20 $78.70 $1574.00 19 4021 2" Electrofusion Tapping Tee (yellow) EA 100 PE2708 Manufacturer #360001007 $83.85 $8385.00 4"x2" Electrofusion Tapping Tee 20 4022 (yellow) PE2708 Manufacturer EA 50 #36004344 $90.42 $4521.00 21 4023 2"xl" Socket Reducer (yellow) EA 100 Manufacturer #6900020 $3.46 1 $346.00 22 4024 2"xl" IPS Tapping Tee Series B (yellow) EA 120 Manufacturer #6931252 $7.98 $957.60 4" End Cap PE2406/PE2708 23 4025 Manufacturer #690042200000 EA 15 $16.07 $241.05 4" Butt Fusion Ell 90° 24 4026 Manufacturer #10013936 EA 10 $17.30 $173.00 4" IPS Butt Fusion ElI 45° PE2406/PE2708 25 4027 Manufacturer #6911483 EA 30 $17.70 I $531.00 . .. . .. Revised Addendum 1 Page 3 of 4 26 4028 4" Butt Fusion Tee PE2406/PE2708 EA 10 Manufacturer #10012423 $19.91 $199.10 27 4029 4" IPS Electrofusion HDFE Coupling EA 50 (black) Manufacturer #10000360 $24.11 $1205.50 28 4030 1"x36"x24" Poly Riser EA 1000 Manufacturer #3600000132 $30.87 $30870.00 36" vertical x 34" height Poly Riser 29 4031 Manufacturer #360000147 EA 60 $108.96 $6537.60 30 4068 2"x2" High Volume Tapping Tee EA 100 w/square base Manufacturer #6936548 $49.97 $4997.00 31 4123 2"x l" Tapping Tee w/1" Flow Valve EA 300 Manufacturer #10008688 $33.47 $10041.00 Year 1 - Subtotal $98,417.50 Year 2 1/2" IPS SF Socket Coupling (yellow) 32 4003 Manufacturer #6900507 EA 240 $1.22 $292.80 1/2" IPS SF Socket 90° Elbow (yellow) 33 4004 PE2406/PE2708 EA 100 Manufacturer #690505023000 $2.20 $220.00 1/2" Socket Fitting End Cat (yellow) 34 4005 Manufacturer #690502200000 EA 210 $1.50 $315.00 35 4006 I 1"x1/2" Socket Reducer EA 500 Manufacturer #690015021000 $3.67 $1835.00 1" IPS SF End Cap (yellow) 36 4007 I Manufacturer #690012200000 EA 100 $1.95 $195.00 37 4008 11" IPS SF ElI 90° (yellow) EA 200 Manufacturer #690010123000 $1.99 $398.00 38 4009 1" SF Coupling (yellow) EA 200 Manufacturer #360002138 $1.78 $356.00 39 4010 1" Socket Tee Manufacturer #662039 I EA 100 1$2.26 $220.00 40 401 1 Excess Flow Valve #P411 IPS SDR 1 1 EA 400 Manufacturer #P41101819 $11.23 $4492.00 41 4012 1" Weld End Transition Manufacturer EA 100 #360003851 $18.00 1$1800.00 42 4013 2" Socket Coupling EA 200 Manufacturer #360002144 $3.48 $696.00 2" IPS SF ElI 90° (yellow) 43 4014 Manufacturer #690020223000 EA 50 1$5.62 $281.00 44 4015 2" IPS SF Tee (yellow) EA 100 Manufacturer #690020224000 $5.85 $585.00 45 4016 12" Socket Cap EA 200 Manufacturer #PE2708 $3.17 $634.00 Revised Addendum 1 Page 4 of 4 46 4017 2" Full Port Poly Ball Valve I EA 200 Manufacturer #990402011 $57.06 $11412.00 47 4018 2"x2" IPS Weld End Transition Fitting EA 100 (yellow) Manufacturer #650020200000 _ $28.68 $2868.00 48 4019 2" Coupling EF PE3408/PE4710 (black) EA 180 manufacturer #5760030 $6.88 $1238.40 2" Electrofusion 90° ElI (black) 49 4020 Manufacturer #10012170 EA 20 $78.70 $1574.00 50 4021 12" Electrofusion Tapping Tee (yellow) EA 100 PE2708 Manufacturer #360001007 $83.85 $8385.00 4"x2" Electrofusion Tapping Tee 51 4022 (Yellow) PE2708 Manufacturer EA 50 #36004344 $90.42 $4521.00 52 4023 2"xl" Socket Reducer (yellow) EA 100 Manufacturer #6900020 $3.46 $346 on 53 4024 2"xl" IPS Tapping Tee Series B (yellow) EA 120 Manufacturer #6931252 $7.98 $957.60 4" End Cap PE2406/PE2708 54 4025 Manufacturer #690042200000 EA 15 $16.07 $241.05 4" Butt Fusion Ell 90° 55 4026 Manufacturer #10013936 EA 10 $17.30 $173.00 14" IPS Butt Fusion ElI 45° PE2406/PE2708 56 4027 Manufacturer #6911483 EA 30 $17.70 $531.00 4" Butt Fusion Tee PE2406/PE2708 57 4028 Manufacturer #10012423 EA 10 $19.91 $199 10 58 4029 4" IPS Electrofusion HDFE Coupling (black) Manufacturer #10000360 EA 50 $24.11 $1205.50 59 4030 1"x36"x24" Poly Riser EA 1000 Manufacturer #3600000132 $30.87 $30870.00 36" vertical x 34" height Poly Riser 60 4031 Manufacturer #360000147 EA 60 $108.96 $6537.60 2"x2" High Volume Tapping Tee 61 4068 w/square base EA 100 Manufacturer #6936548 $49.97 $4997.00 62 4123 2"xl" Tapping Tee w/1" Flow Valve EA 300 Manufacturer #10008688 $33.47 $10041.00 Year 2 - Subtotal $98,423.05 Grand Total $9844.784 $196,846.10 C5 Revised Addendum 1 Attachment C: Insurance Requirements Insurance is not required for this supply agreement; therefore, Section 5, Insurance, is null and void. Page 1 of 1 Attachment D: Warranty Requirements The Contractor shall pay for return shipments on any products that arrive in a defective, unusable, or inoperable condition. The Contractor must arrange for the return shipment of damaged products. Page 1 of 1