Loading...
HomeMy WebLinkAboutC2020-138 - 4/14/2020 - Approved voscie) SUPPLY AGREEMENT NO. 2843 Service Saddle Taps 1852 THIS Service Saddle Taps Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Core & Main, LP ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Service Saddle Taps in response to Request for Bid No. 2843 ("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 Service Saddle Taps 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 three 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 $205,333.80, 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 361-826-1750 RobertPR@cctexas.corn 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: Core & Main, LP Attn: Paul D. Rodriguez Branch Operations Manager 6941 Leopard, Corpus Christi, TX 78409 Phone: 361-289-2660 Fax: n/a 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. (8) 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 I I, 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 Signature: Ili 00 Printed Name: i " " Title: / nt- Ofr. hi: • /'s / Date: ? 2e 2o d U CITY //OF CORPUS CHRISTI Q Kim Baker Director ofContractsand Procurement'- Date: t • Is • 2020 AIME; REB CCA HUERTA CITY SECRETARY- %"''-✓. Attached and Incorporated by Reference: 'rf� '11\ �t Attachment A: Scope of Work nfAds Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements 41 s Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB No. 2843 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 Requiremenh/Background Information A. The Contractor shall provide saddle service taps as outlined in this Scope of Work. B. Saddles are used in the city water lines to tap into mains in order to supply water to new homes, businesses and other areas. C. Use of a saddle allows installation of new piping into existing mains while the lines are live, keeping pipeline shutdowns limited and allows for good customer service to existing clients. 1.2 Scope of Work A. The Contractor shall provide saddle taps in various sizes as shown on the bid form. B. The Contractor shall provide supply items within 14 days. C. All material shipped will be delivered with an accompanying delivery ticket listing the City stock number. D. The Contractor shall not impose a minimum order. The City will be able to order any amount at any time. E. Saddle Taps are manufacturer specific. Manufacturer name and product number are included on the bid form. 1.3 Work Site and Conditions Items shall be delivered to the City Warehouse, located at 5352 Ayers St., Building #6, Corpus Christi, TX 78415. 1.4 Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. 1.5 Special Instructions A. The Contractor shall provide supply items within 14 days. B. All material shipped will be delivered with an accompanying delivery ticket listing the City stock number. Page 1 of 1 0111CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT o\� DEPARTMENT BID FORM 1852 RFB No. 2843 Service Saddle Taps PAGE 1 OF 3 Date: February 12, 2020 Core & Main, LP Authorized Paul D Rodriguez Bidder: Signature: 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. 3 Item City Unit Total Description UNIT Year Stock # QTY Price Price Service Saddle 2"x.75" Tap 1 1249 Smith Blair 315-0025606-000 EA 45 $31.10 $1399.50 Service Saddle 2"xl" Tap-CT 2 1250 Smith Blair 315-0021308-000 EA 30 $31.10 $933.00 Service Saddle 2"xl" Tap 3 1251 Smith Blair 315-0025608-000 EA 90 $31.10 $2799.00 Service Saddle 2.5"xl" Tap 4 1252 Smith Blair 315-0029108-000 EA 60 $31.75 $1905.00 Service Saddle 3"xl" Tap 5 1253 Smith Blair 315-0035408-000 EA 30 $32.35 $970.50 6 1254 Service Saddle 4"xl" Tap EA 30 Smith Blair 315-0048008-000 $31.05 $931.50 Service Saddle 4"xl" Tap 7 1255 Smith Blair 315-0056308-000 EA 60 $31.40 $1884.00 Service Saddle 4"x1.5" Tap 8 1256 Smith Blair 315-0056312-000 EA 30 $39.25 $1177.50 Service Saddle 4"x2" Tap 9 1257 Smith Blair315-0056314-000 EA 30 $39.25 $1177.50 10 1258 Service Saddle 6"x.75" Tap EA 225 Smith Blair 315-0076006-000 $36.50 $8212.50 Service Saddle 24"x2" Tap 11 1259 Smith Blair 317-00258014-000 EA 9 $258.95 $2330.55 Service Saddle 24"x1.5" Tap 12 1260 Smith Blair 317-00258012-000 EA 96258.95 $2330.55 Service Saddle 24"x2" Tap 13 1261 Smith Blair 362-00285014-000 EA 9 $28s 10 $2574.90 Service Saddle 65<1" Tap 14 1262 Smith Blair 315-0076008-000 EA 720 $36.50 $26,280.00 Service Saddle 6"x1.5" Tap 15 1263 Smith Blair 315-0076012-000 EA 72 $42.85 $3085.20 Service Saddle 6'x2" Tap 16 1264 Smith Blair 315-0076014-000 EA 72 $42.85 $3085.20 Service Saddle 8"x.75" Tap 17 1265 Smith Blair 315-00101006-000 EA 360 $g3g0 $15,624.00 Service Saddle 8"xl" Tap 18 1266 Smith Blair 315-00101008-000 EA 234 $43.40 $10155.60 Service Saddle 8"x1.5: Tap 19 1267 Smith Blair 315-00101012-000 EA 54 $51.55 $2783.70 Service Saddle 8"x2" Tap 20 1268 Smith Blair 315-00101014-000 EA 54 $51.55 $2783.70 Service Saddle l0"xl" Tap 21 1269 Smith Blair 317-00121208-000 EA 36 $85.70 $3085.20 Service Saddle 10"x2" Tap 22 1270 Smith Blair 317-00121214-000 EA 18 $99.40 $1789.20 Service Saddle 12"x.75" Tap 23 1271 Smith Blair 315-00143206-000 EA IS $54.85 $987.30 Service Saddle 12"xl" Tap 24 1272 Smith Blair 315-00143208-000 EA 54 $54.85 $2961.90 Service Saddle 12"x1.5" Tap 25 1273 Smith Blair 317-001432012-000 EA 36 $106.e0 $3844.80 26 1274 Service Saddle 12"x2" Tap EA 24 Smith Blair 317-143214-000 $114.25 $2742.00 Page 2 of 3 Service Saddle 16"x.75" Tap 27 1275 Smith Blair 317-00178006-000 EA 18 $138.50 $2493.00 Service Saddle 16"xl" Tap 28 1276 Smith Blair 317-00178008-000 EA 18 $138.50 $2493.00 Service Saddle 16"x1.5" Tap 29 1277 Smith Blair 317-00178012-000 EA 18 $150.00 $2700.00 Service Saddle 16"x2" Tap 30 1278 Smith Blair 317-00178014-000 EA 18 $150.00 $2700.00 Service Saddle 20"x2" Tap 31 1279 Smith Blair 317-00216014-000 EA 12 $223.50 $2682.00 Service Saddle 36"x2" Tap 32 2299 Smith Blair 366-00377214-000 EA 60 $462.50 $27,750.00 Service Saddle 18"x2" Tap 33 4255 Smith Blair 317-00195014-00 EA 60 $195.65 $11,739.00 Service Saddle 14"x2" Tap 34 4595 Smith Blair 317-156514-000 EA 60 $123.80 $7428.00 Service Saddle 16"x2" Tap 35 4724 Smith Blair 317-189514-000 EA 60 $154.05 $9243.00 Service Saddle 8"x2" Tap 36 4773 Smith Blair 372-090514-000 EA 60 $96.35 $5781.00 Service Saddle 10"x2" Tap 37 4774 Smith Blair 372-111014-000 EA 60 $101.30 $6078.00 Service Saddle 12"x2" Tap 38 4775 Smith Blair 372-132014-000 EA 60 $106.95 $6417.00 Service Saddle 16"x2" Tap 39 4776 Smith Blair 372-1740014-000 EA 60 $127.95 $7677.00 Service Saddle 4"x2" Tap Sch 40 40 4855 Smith Blair 315-045514-000 EA 60 $38.65 $2319.00 Total $205,333.80 Page 3 of 3 Attachment C: Insurance Requirements No insurance is required for this supply agreement; therefore, Section 5, Insurance is null and void Page 1 of 1 Attachment D: Warranty Requirement No warranty is required for this supply agreement; therefore; Section 8, subsection 8 (B) is null and void. Page 1 of 1