HomeMy WebLinkAboutC2020-145 - 4/21/2020 - ApprovedSERVICE AGREEMENT NO. 75323
Utilities Lab Renovations/Upgrade Phase III
THIS Utilities Lab Renovations/Upgrade . Phase III Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home -rule municipal
corporation ("City") and VWR International, LLC ("Contractor"), effective upon.
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Utilities Lab Renovations/Upgrade Phase
ill in: response to Request for Bid/Proposal No. TXMAS-19-6601 ("RFB/RFP"), which
RFB/RFP includes the required scope of work and all specifications and which RFB/RFP
and the Contractor's bid or proposal response, as applicable, 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 Utilities Lab Renovations/Upgrade Phase III.
("Services") 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, and in accordance with Exhibit 2.
2. Term. This Agreement is for three months, with performance commencing upon
the date of issuance of a notice to proceed from the Contract Administrator or
the Contracts and Procurement Department. The parties may mutually extend
the term of this Agreement for up to zero additional zero -month 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.
Compensation and Payment. This Agreement is for an amount not to exceed
$99,760.40, subject to approved extensions and changes. Payment will be made
for Services completed 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:
Service Agreement Standard Form
Approved as to Legal Form November 11, 2019
Page 1 of 7
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: Diana Zertuche-Garza
Department: Utilities Department
Phone: (361) 826-1827
Email: dianaG@cctexas.com
5. Insurance; Bonds.
(A) 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.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple -release .purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services 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 Services will not be
rendered until the Contractor receives the signed purchase release order.
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form November 11, 2019
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re -worked immediately at no charge
to the City. If immediate correction or re -working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
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.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service 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 Services 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.
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form November 11, 2019
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 proposal or in an Attachment
to this Agreement, as applicable. 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
requirementsset 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. The City may, at the City's sole discretion, choose not to
accept Services performed by a subcontractor that _ was not approved in
accordance with this paragraph.
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: Diana Zertuche-Garza
Title: Contracts/Fund Administrator
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone:(361) 826-1827
Fax: (361) 826-1715
IF TO CONTRACTOR:
VWR International, LLC
Attn: Joshua Lemons
Title: Estimator
Address: 3021 Gateway Drive, Suite 280, Irving, Texas 75063
Phone: (972) 819-7470
Fax: (972) 753-1389
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form November 11, 2019
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
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.
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form November 11, 2019
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
Contracfor 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
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.
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form November 11, 2019
CONTRACTOR
Signature:
Printed Name: E4 kx cj1 e.
Title: �� Yc,� t" (1
Date:
3/z i I:22- 0
CITY OF CORPUS CHRISTI
Kim Baker ATTEST:
Director of Contracts and Procurement
Date: 14. 22.20 2A
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. TXMAS-19-6601
Exhibit 2: Contractor's Bid/Proposal Response
RE . CCA HUERTA
CITY SECRETARY
tV 11NCIL---
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form November 1 1, 2019
ATTACHMENT A - SCOPE OF WORK
Project. Name: Lab Renovations/Upgrade Phase III
Project Address: 13101 Leopard St. (Water Utilities Lab Building)
Scope of Work:
The contractor shall provide the following scope of work:
a. Labor, tools, materials, equipment, supervision, and insurance
b. Coordinate installation with customer
c. Disconnect the plumbing services to all sinks (where applicable)
d. Demo the countertops and casework
e. Haul materials to the dumpster (provided by the City of CC)
f. Remove (1) snorkel, where applicable
g. Unload all items of laboratory casework and inventory at the job site.
h. Move lab equipment to room for installation
i. Set, level, and anchor casework to the floor
Install the following:
1. Epoxy countertops and backsplashes
2. Epoxy sinks
3. Wall cabinets
4. Deck mount turrets
5. Metro Shelving
6. Atlas Wall Shelving
7. SS Cart
8. Atlas Shelving
9. Electrical Hat Channels
10. Peg Board
1 1. Base Molding
12.Sink fixtures
13. Cove base
k. Provide and install 1/2" Type L copper and fittings from the sink fixtures to
the existing isolation valves in plumbing chase. Reduce to 3/8" OD for final
connections to fixtures.
I. Provide and install 3/8" Polypropylene tubing and fittings from each DI
fixture to an isolation valve in plumbing chase.
m. Provide and install 1 1/2" Schedule 40 PVC pipe and fittings from the
tailpiece at each sink to the existing drain line in plumbing chase
n. Clean cabinets and tops after installation is complete
0: One-year warranty for all labor and materials provided by the vendor:
The following exclusions shall be provided by the City of Corpus Christi:
a. Access to building during normal operating hours
b. All large items to deliver with a liftgate
c. Storage, lockup, and parking
d. Mechanical and electrical connections
e. Eyewashes at this time
f. Wiremold
g. Interior finishes wall repair
h. Venting of Flammable and Acid Cabinets
i. Floor repair (if needed)
j. : Return trips
k. Dumpster
I. Final cleaning of lab renovation area
m. Any damages caused by other trades other than the contract vendor.
QUOTATION
Prepared For: Marisa B. Juarez
Attachment B - Pricing/Schedule
Company: City of Corpus WWTP
Water Utilities Lab - City of Corpus Christi
13101 Leopard St.
Corpus Christi, TX 78410
Phone: (361) 826-1201
Email: marisaj@cctexas.com
THANK YOU FOR THE OPPORTUNITY TO
EARN YOUR BUSINESS. Submit Purchase
Orders to: VWRFurniture_Orders@vwr.com
or Fax to (972) 753-1389.
VWR Quote #:
Revision:
Valid From:
Prepared By:
Phone:
Email:
vwr
part of avantor
JL -012119
3
11/19/2019 Valid To:12/31/2019
Joshua Lemons
(972) 819-7470
joshua.lemons@vwr.com
3021 Gateway Drive
Suite 280
Irving,.TX 75063
Notes:
Items priced at or better than TXMAS-19-6601. Lead time is approximately (6) to (8) weeks after receipt of approved purchase order and a shop
drawing by VWR, plus transit time. Transit time is typically (5) to (7) business days. Production levels vary and depending upon when an
approved purchase order is received by VWR, lead time may fluctuate. Freight is absorbed by VWR. Non-Union/Non-Mechanical installation has
been quoted for work to be performed on weekdays from 7:30 A.M. to 5:00 P.M. It will be the Buyer's responsibility to provide access to the
project during these hours. Any work hours required other than noted above will be subject to additional charges.
Customer needs to chose the color of the cabinets before an order can be placed.
Quote is based on a 2019 order/delivery, if the order/delivery moves to 2020; an escalation charge of 6%, for delivery and material charge will be
applied.
Line # Qty Catalog #
Finish
Unit Sell
Extended Sell
1 1 MISC_FURN STD
1" thick, Black Epoxy with 4" backsplash as needed. -
2 35 VFF-0862-04
VWR BASE MOLDING ADHES 48 -
3 12 VFF-1368-00
BASE MOLDING CORNER CLIP -
$5,706.16
$4.97 ,
$3.40
$5,706.16
$173.95
$40.80
Jbtotals forAL,
90:91``:::.:
• ,MICRO.:
4 2 89409-946
VWR STARTER UNIT CHROME -
5 1 97015-746
GROMMET WIRE MAN 2.751N RD BLK -
6 1 97048-678
SINK D30 DROP-IN BLACK -
7 1 CFA042260-A
VWR APRON 1 DRW LF 22X60 -
8 2 CFA103130-A
VWR KNEESPACE PANEL 31X30 -
9 1 CFA -2236-L
VWR PEDESTAL LEG LF 22X36 -
10 1 CFA -2236-R
VWR PEDESTAL LEG RT 22X36 -
11 3 CFC -2036-A
VWR BASE UNIT 2 DR 36X22X36 -
12 1 CFC -2038-A
VWR BASE UNIT 2 DR 48X22X36 -
13 1 CFD -2328-A
VWR BASE UNIT 8 DWR 48X22X36 -
VWR Furniture I designed . delivered . installed
$239.74
$3.32
' $187.40
$263.60
$71.31
$107.77
$107.77
$575.31
$581.90
$910.29
$479.48
$3.32
$187.40
$263.60
$142.62
$107.77
$107.77
$1,725.93
$581.90
$910.29
Page 1 of 4
Line # Qty Catalog #
Finish
Unit Sell Extended Sell
MICRO LAB
•
14 1 CFE -2416-A
VWR BASE UNIT 2DR/2DWR 36X22X36 -
15 1 CFE -2418-A
VWR BASE UNIT 2DR/2DWR 48X22X36 -
16 1 CFE -2456-L
VWR BASE UNIT 1 DR-L/4DWR 36X22X36 -
17 1 CFG-2169-A
VWR BASE UNIT 1 DR -R CRN 24X22X36 -
18 1 CFL -0136-R
VWR BASE UNIT REAR SCRIBE 36X1 -
19 1 CFL -0836-R
VWR BASE UNIT REAR SCRIBE 36X8 -
20 2 CFL -3612 -BA
VWR BASE UNITADJ SCRIBE 36X12 -
21 1 DU-SO3R
SINK OUTLET
22 1 VFL412-8VB
DECK MNT MIXING BIN VB SWINGGN -
23 1 VFT-0372-00
WATER DISTILLED DECK MTD FIXTR -
24 4 VWR1 L1236
VWR SHELF ONE LIP 12D 36W -
25 2 VWR1 L1248
VWR SHELF ONE LIP 12D 48W -
26 2 VWRBB36
VWR BIN BAR 36W -
27 6 VWRBHI2
VWR SHELF BRACKET HISD IND PK2 -
28 6 VWRWMUP48
VWR UPRIGHT ATLAS WALL MOUNT 48INCH -
$688.06
$712.92
$769.45
$655.00
$16.58
$34.82
$106.10
$20.74
$219.87
$239.47
$97.82
$107.77
$49.74
$58,03
$99.47
$688.06
$712.92
$769.45
$655.00
$16.58
$34.82
$212.20
$20.74
$219.87
$239.47
$391.28
$215.54
$99.48
$348.18
$596.82
totals._for
RO.;
i;730.49
C`RO
29 1 59382-068
INDEX BUTTON (NITROGEN) -
30 1 89038-628
EXTRACTOR CEILING 21N'X 5FT -
31 1 89038-680
HOOD 31N D METAL -
32 1 97048-678
SINK D30 DROP-IN BLACK -
. 33 1 CFA012224-A
VWR APRON 1 DRW 22X24 -
34 1 CFA012230-A
VWRAPRON 1 DRW 22X30 -
35 1 CFA022254-A
VWRAPRON 2 DRW 22X54
36 1 CFA102524-A
VWR KNEESPACE PANEL 25X24 -
37 1 CFA102530-A
VWR KNEESPACE PANEL 25X30 -
38 1 CFA103124-A
VWR KNEESPACE PANEL 31X24 -
39 1 CFA103130-A
VWR KNEESPACE PANEL 31X30 -
40 1 CFA -2230-L
VWR PEDESTAL LEG LF 22X30 -
VWR Furniture I designed . delivered . installed
$1.13
$363.71
$86.29
$187.40
$184.05
$205.60
$308.40
$69.63
$72.97
$67.98
$71.31
$96.16
$1.13
$363.71
$86.29
$187.40
$184.05
$205.60
$308.40
$69.63
$72.97
$67.98
$71.31
$96.16
Page 2 of 4
Line # Qty Catalog #
Finish
Unit Sell Extended Sell
TO'ROO
41 1 CFA -2236-L
VVIR PEDESTAL LEG LF 22X36 -
42 1 CFA -2236-R
VWR PEDESTAL LEG RT 22X36 -
43 1 CF -C1518-00
VWR STAINLESS STEEL CART 15X18X6 -
44 1 CFD -1262-A
VWR BASE UNIT 3 DWR PB 18X22X30 -
45 1 CFD -1304-A
VWR BASE UNIT 4 DWR 24X22X30 -
46 2 CFD -2302-A
VWRBASE UNIT 4 DWR 18X22X36 -
47 1 CFD -2304-A
VWR BASE UNIT 4 DWR 24)(22X36 -
.48 1 CFD -2308-A
00 VWR BASE UNIT 4 DWR 48X22X36 -
49 2 CFE -2415-A
VWR BASE UNIT 2DR/2DINR 30X22X36 -
50 1 CFG-2006-A
VWR BASE UNIT SINK 2DR 36X22X36 -
51 1 CFL -0136-C
VWR BASE UNIT CNR SCRIBE 36X1 -
$107.77
$107.77
$107.77 $107.77
$399.53 $399.53
$519.06 $519.06
$565.37 $565.37
$500.81 0 $1,001.62
$565.32 $565.32
$800.82 $800.82
$640.10 $1,280.20
$542.11 $542.11
$46.42 $46.42
52 1 CFL -0136-E $21.55 $21.55
VWR BASE UNIT END SCRIBE 36X1 -
53 1 CFL -0236-R $21.55 $21.55
VWR BASE UNIT REAR SCRIBE 36X2 -
54 1 CFL -0336-C $56.37 $56.37
VWR BASE UNIT CNR SCRIBE 36X3 -
55 1 CFL -0830-R $34.82 $34.82
VWR BASE UNIT REAR SCRIBE 30X8 -
56 1 CFL -3012 -BA $99.50 $99.50
VWR BASE UNIT ADJ SCRIBE 30X12 -
57 1 CFW20301324-A $465.98 $465.98
VWR WALL UNIT W/SWG GLZ DR 30X13X24 -
58 1 DU-SO3R $20.74 $20.74
SINK OUTLET -
59 2 CRT04-01X $1,303.23 $2,606.46
CUSTOM SS CART 18" X 24" X 28"H -
60 3 VFL-2030-00 $56.37 $169A1
WALL METAL ANGLE -
6/ 1 VFL412-8VB $219.87 $219.87
DECK MNT MIXING 8IN VB SWINGGN -
62 1 VFT-0372-00 $239.47 $239.47
WATER DISTILLED DECK MTD FIXTR -
Saitptals:foi. TOC ROOM:` $11600.04
USD Total Sell: $27,257.44
Non -Union, Mechanical Installation with Meet and Unload: $8,816.67
USD Total: $36,074.1.1
VWR Furniture I designed . delivered . installed
Page 3 of 4
QUOTATION
Prepared For: Marisa B. Juarez
Company: City of Corpus WVVTP
Water Utilities Lab - City of Corpus Christi
13101 Leopard St.
Corpus Christi, TX 78410
Phone: (361)826-1201
Email: marisaj@cctexas.com
THANK YOU FOR THE OPPORTUNITY TO
EARN YOUR BUSINESS. Submit Purchase
Orders to: VWRFurniture_Orders@vwr.com
or Fax to (972) 753-1389.
VWR Quote #:
Revision:
Valid From:
Prepared By:
Phone:
Email:
vwrrM
port of avantor
JL -082119
1
11/20/2019 Valid To:12/31/2019
Joshua Lemons
(972) 819-7470
joshua.lemons@vwr.com
3021 Gateway Drive
Suite 280
Irving, TX 75063
Notes:
Items priced at or better than. TXMAS-19-6601. Lead time is approximately (6) to (8) weeks after receipt of approved purchase order and a shop
drawing by VWR, plus transit time. Transit time is typically (5) to (7) business days. Production levels vary and depending upon when an
approved purchase order is received by VWR, lead time may fluctuate. Freight is absorbed by VWR. Non-Union/Non-Mechanical installation has
been quoted for work to be performed on weekdays from 7:30 A.M. to 5:00 P.M. It will be the Buyer's responsibility to provide access to the
project during these hours. Any work hours required other than noted above will be subject to additional charges.
Customer needs to chose the color of the cabinets before an order can be placed.
Quote is based on a 2019 order/delivery, if the order/delivery moves to 2020; an escalation charge of 3%, for delivery and material charge will be
applied.
Line # Qty Catalog #
Finish
Unit Sell
Extended Sell
r.
1 1
2 30
3 .9
MISC_FURN_STD
1" THICK DURCON RESIN,BLACK-
VFF-0862-04
VWR BASE MOLDING ADHES 48 -
VFF-1368-00
BASE MOLDING CORNER CLIP -
$8,004.02
$4.97
$3.40
$8,004.02
$149.10
$30.60
utitotals:forALL
;'1837;
.MAIN,
4 1 97006-004
CUPSINK POLY OVAL BLACK
5 3 97048-678
SINK D30 DROP-IN BLACK -
6 1 97048-686
SINK D59 DROP-IN BLACK -
7 1 CFA012242-A
VWR APRON 1 DRW 22X42 -
8 1 CFA012248-A
VWR APRON 1 DRW 22X48 -
9 1 CFA103142-A
VWR KNEESPACE PANEL 31X42 -
10 1 CFA103148-A
VWR KNEESPACE PANEL 31X48 -
11 2 CFC -2036-A
VWR BASE UNIT 2 DR 36X22X36 -
12 1 CFC -2038-A
VWR BASE UNIT 2 DR 48X22X36 -
13 1 CFD -2304-A
VWR BASE UNIT 4 DWR 24X22X36 -
VWR Furniture 1 designed . delivered . installed
$62.82
$187.40
$339.18
$215.55
$336.60
$86.23
$86.23
$575.31
$581.90
$565.32
$62.82
$562.20.
$339.18
$215.55
$336.60
$86.23
$86.23
$1,150.62
$581.90
$565.32
Page 1 of 4
Line # Qty Catalog #
Finish Unit Sell Extended Sell
: MAIN•LAB
14 1 CFD -2318-A
VWR BASE UNIT 5 DWR 48X22X36 -
15 1 CFD -2326-A
VWR BASE UNIT 8 DWR 36X22X36 -
16 1 CFE -2404-A
VWR BASE UNIT 1DR-R/1 DWR 24X22X36
17 1 CFE -2404-L
VWR BASE UNIT 1DR-U1DWR 24X22X36 -
18 1 CFE -2415-A.
VWR BASE UNIT 2DR/2DWR 30X22X36 -
19 1 CFE -2416-A
VWR BASE UNIT 2DR/2DWR 36X22X36 -
20 8 CFE -2418-A
VWR BASE UNIT 2DR/2DWR 48X22X36
21 1 CFE -2456-L
VWR BASE UNIT 1DR-U4DWR 36X22X36 -
22 2 CFE -2458-L
VWR BASE UNIT 1 DR-U4DWR 48X22X36 -
23 2 CFG-20452A
VWR BASE UNIT SINK 2DR 52X22X36 -
24 2 CFG-2085-A
VWR BASE UNIT FH 2DR 30X22X36 -
$746.19
$746.19
$832.21 $832.21
$464.32 $464.32
$466.00 $466.00
$640.10 $640.10
$688.06 $688.06
$712.92 85,703.36
$769.45 $769.45
$832.21 $1,664.42
$975.05 $1,950.10
$421.10 $842.20
25 3 CFG-2169-A $655.00 $1,965.00
VWR BASE UNIT 1 DR -R CRN 24X22X36 -
26 1 CFK-MS52-A $48.08 $48.08
SINK SUPPORT UNDERMOUNT 52INCH L -
27 4 CFL -3612 -BA $106.10 $424.40
VWR BASE UNITADJ SCRIBE 36X12 -
28 4 DU-SO3R $20.74 $82.96
SINK OUTLET -
29 2 E60C352221- $691.50 $1,383.00
BC -1 RH DR 1 DWR-35Hx22Dx21 L -
30 1 KV05F2824600NV $4,910.31 $4,910.31
VENTURI HOOD GP BENCH 24 DEEP 60 WIDE -
31 1 KVBTR012460-A $611.77 $611.77
WORKTOP KEMRESIN D24 X L6OIN CS
32 1 VFL412-8BH $183.13 $183.13
DECK MNT MIXING BIN ADA -
33 3 VFL412-8VB $219.87 $659.61
DECK MNT MIXING 81N VB SWINGGN -
34 4 VFT-0372-00 $239.47 $957.88
WATER DISTILLED DECK MTD FIXTR -
35 4 VWR1 L1848 $134.29 $537.16
VWR SHELF ONE LIP 18D 48W -
36 24 VWRBHI2 $58.03 $1,392.72
VWR SHELF BRACKET HISD IND PK2 -
37 4 VWRBHI8 $67.97 $271.88
VWR SHELF BRACKET HI SIDE181ND -
38 3 VWRBU24 $89.53 $268.59
VWR BRACKET UMBRELASHLF 24D -
39 8 VWRC48 $217.19 $1,737.52
VWR COLUMN UPRIGHT 48H -
40 1 VWRECP2932 $596.85 $596.85
VWR PEGBOARD END MNT 32W 29H -
41 12 VWRNL1248 $102.82 $1,233.84
VWR SHELF NO LIPS 12D 48W -
42 12 VWRNL1260 $114.40 $1,372.80
VWR SHELF NO LIPS 12D 60W -
VWR Furniture 1 designed . delivered . installed
Page 2of4
Line # Qty Catalog #
•
Finish
Unit Sell Extended Sell
43 3 VWRNLU2448
VWR SHELF UMBRL NO LIP24D 48W -
44 3 VWRNLU2460
VWR SHELF UMBRL NO LIP24D 60W -
45 4 VWRWMUP48
VWR UPRIGHT ATLAS WALL MOUNT 48INCH -
$174.06
$190.65
$522.18
$571.95
$99.47 $397.88
" -381382;57":..... •
USD Total Sell:
Non -Union, Non-Mechancial Installation with Meet and Unload:
Installation Alternate #1:
$47,066.29
$14,970.00
$1,650.00
USD Total: $63,686.29
Total $99,760.40
VWR Furniture 1 designed . delivered . installed
Page 3 of 4
EXHIBIT
INSURANCE REQUIREMENTS
CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance required has been obtained
and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency
to commence work until all similar insurance required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one (I) copy of Certificates
of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an
insurance company(s) acceptable to the City's Risk Manager. The. City must be listed as an additional
insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation
is required on all applicable policies. Endorsements must be provided with COI. Project name and or
number must be listed in Description Box of COI.
TYPE OF INSURANCE
MINIMUM INSURANCE COVERAGE
30 -written day notice of cancellation,
required on all certificates or by applicable
policy endorsements
Bodily Injury and Property Damage
Per occurrence - aggregate
Commercial General Liability Including:
$1,000,000 Per Occurrence
1. Commercial Broad Form
2. Premises — Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including)
$1,000,000 Combined Single Limit
I . Owned
2. Hired and Non -Owned
3. Rented/Leased
WORKERS' COMPENSATION
Statutory
EMPLOYER'S LIABILITY
$500,000
/$500,000
/$500,000
C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager
with copies of all reports of any accidents withiri 10 days of the accident.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a
licensed insurance company. The coverage must be written on a policy and endorsements approved by the
Texas Department of Insurance. The workers' compensation coverage provided must be in an amount
sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly
met.
B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any
extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by
companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of
no less than A- VII.
C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the
address provided below within 10 days of the requested change. Contractor shall pay any costs incurred
resulting from said changes. All notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all insurance policies are to
contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, volunteers, and elected representatives as additional
insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the
named insured performed under contract with the City, with the exception of the workers' compensation
policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi
where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of
the City; and
•
Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation,
non -renewal or material change in coverage, and not less than ten (10) calendar days advance written
notice for nonpayment of premium.
E. Within five (5) calendar days of a suspension, cancellation, or non -renewal of coverage, Contractor shall
provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the
option to suspend Contractor's performance should there be a lapse in coverage at any time during this
contract. Failure to provide and to maintain the required insurance shall constitute a material breach of
this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any
insurance or policy endorsements to the extent and within the time herein required, the City shall have the
right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which
become due to Contractor hereunder until Contractor demonstrates compliance with the requirements
hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be
held responsible for payments of damages to persons or property resulting from Contractor's or its
subcontractor's performance of the work covered under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary.and non-contributory with respect to any
insurance or self insurance carried by the City of Corpus Christi for Iiability arising out of operations
under this agreement.
I. It is understood and agreed that the insurance required is in addition to and separate from any other
obligation contained in this agreement.
2019 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services — Services Performed Onsite
04/26/2019 Risk Management — LegaI Dept.
ATTACHMENT 0: WARRANTY REQUIREMENTS
One-year warranty for all Labor, materials, and installation provided by the
vendor.
The warranty shall commence on the date of acceptance of the work by the
Contract administrator. The remedy of the breach of warranty shall require the
Contractor to correct or replace any defects found in materials and parts
provided or for the correction of faulty workmanship.
Page 6 of 16
RFQ Revised 4.19.2019