HomeMy WebLinkAboutC2023-059 - 4/11/2023 - Approved DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
SC
�a
a�
H SUPPLY AGREEMENT NO. 4355
Fire Hydrants for CCW
'Ga �uan<Q
1852
THIS Fire Hydrants for CCW 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 Fire Hydrants for CCW in response to
Request for Bid No. 4355 ("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 Fire Hydrants for CCW 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.
(A) The Term of this Agreement is one year beginning on the date provided in
the Notice to Proceed from the Contract Administrator or the City's Procurement
Division. 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
in writing prior to the expiration of the original term or the then-current Option
Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$377,412.00, subject to approved extensions and changes. Payment will be made
Supply Agreement Standard Form Page 1 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
for goods delivered and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. 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 must be mailed to the following address with a copy provided to the
Contract Administrator:
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: CCW
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.
Supply Agreement Standard Form Page 2 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
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.
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. In providing the Goods, Contractor will not enter into
subcontracts or utilize the services of subcontractors.
Supply Agreement Standard Form Page 3 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
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: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: (361 ) 826-1750
Fax: N/A
IF TO CONTRACTOR:
Core & Main LP
Attn: Paul D. Rodriguez
Title: Branch Operations Manager
Address: 6941 Leopard Street Corpus Christi, Texas 78409
Phone: (361 ) 289-1388
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 October 29, 2021
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
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 may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City 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 may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City 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. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. 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.
Supply Agreement Standard Form Page 5 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
22. 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.
23. 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).
24. 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.
25. 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.
26. 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.
27. 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.
Supply Agreement Standard Form Page 6 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
CONTRACTOR
Signature: � ��• �G �
Printed Name: Paul D. Rodriguez
Title: Branch Operations Manager
Date: November 18, 2022
u_Qg,PORPUS CHRISTI
` M2023-047
L2L"',
Authorized By
Josh Chronley
Assistant Director of Finance — Procurement 4-11-2023
Council
5/3/2023
Date:
DS
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance Requirements
Attachment D: Warranty Requirements � � �
S7A77624D51947�...
Rebecca Huerta
Incorporated by Reference Only: City Secretary
Exhibit 1 : RFB No. 4355
Exhibit 2: Contractor's Bid Response
Supply Agreement Standard Form Page 7 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
Attachment A - Scope of Work
1.1 General Requirements/Background Information
The Contractor shall provide fire hydrants for CCW (Corpus Christi Water) for use by
the Corpus Christi Fire Department for municipal water distribution and fire service.
1.2 Scope of Work
A. The Contractor shall provide fire hydrants, as outlined on the bid/pricing
schedule.
B. The Contractor shall cross reference the manufacturer model number listed on
the Bid/Pricing schedule to bid American Flow Control or an approved equal.
C. The shutoff shall be of the compression type only.
D. Fire hydrants shall be defect free, properly packed and shipped to ensure a safe
delivery.
E. Fire hydrants shall be of the traffic model type equipped with a safety flange or
collar on both the hydrant barrel and stem.
1.3 Functional and Performance Requirements
A. Fire hydrants shall meet AWWA C-502 specifications with latest revisions.
B. The inlet shall be ASA-A21 .11 (latest revision thereof) mechanical joint for size 6-
inch, Class 150, cast iron pipe. A complete set of joint material shall be furnished
with each hydrant.
C. Each hydrant shall have two-hose nozzles and one pumper nozzle. Nozzle shall
be readily replaceable threaded or cam-locked into hydrant body.
D. The hydrants shall be furnished in bury length as specified on the bid/pricing
sheet.
E. Diameter (nominal inside) of hose and pumper nozzles - The hose nozzle shall be
two and one-half inches inside diameter and the pumper nozzle shall be four
inches inside diameter.
F. The hose nozzles shall have two and one-half inch National Standard Thread (7
1/2 threads per inch). The pumper nozzle shall have six thread per inch with an
outside diameter of 4.658 inches, pitch diameter of 4.543 inches and a root
diameter of 4.406 inches.
G. Harnessing lugs are not required.
H. Fire hydrants shall include nozzle cap gaskets.
I. Tapping of drain opening for pipe thread is not required.
J. Fire Hydrants shall include a drain opening.
K. Fire hydrants shall open left (counterclockwise).
Revised 11.30.20
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
L. That portion of the fire hydrant above the ground line shall be painted chrome
yellow.
M. The operating and cap nuts shall be tapered pentagon one and one fourth (1
1/4) inch point to face at base and one and one-eighth (1 1/8) inch point to
face at top of the nut.
N. Hydrants shall be furnished without nozzle cap chains.
O. Fire hydrants' main valve opening shall not be less than five and one-quarter
inches inside diameter.
P. The main valve facing of the hydrant shall be rubber with 90 ± one Durometer
hardness. When the main valve lower washer and stem nut are not an integral
casting then the bottom stem threads shall be protected with a ductile and/or
bronze cap nut and a stainless steel and/or bronze lock nut.
Q. Fire hydrants shall be made in two (2) or more barrel sections with flanges
connecting the barrel to the elbow to the packing plate.
R. Fire hydrants shall be equipped with a breakable coupling on both the barrel
section and the stem. These couplings shall be at least two inches above the
finished grade line. The coupling shall be designed so that in case of traffic
collision the barrel and stem collar will break before any other part of the
hydrant breaks.
S. Fire hydrants shall be designed as to permit its extension without excavating
after the hydrant is completely installed.
T. Weakened steel or weakened cast iron bolts that are used in the breakable
barrel couplings will not be acceptable.
U. Stems that have operating thread located in the waterway shall be made of
manganese bronze, everdure, or other high quality non-corrodible metal. Stems
that do not have operating threads located in the waterway must be sealed by
a packing gland or O-ring seal located between the stem threads and the
waterway. Iron or steel stems shall be constructed with a bronze sleeve
extending through the packing gland or O-ring seal area. The sleeve shall be of
sufficient length to be in the packing or O-ring seal in both open and closed
positions of the main valve. The sleeve shall be secured to the steel stem so as
to prevent water leakage between the two when subjected to 300 pounds
hydrostatic test pressure.
V. Drain valves operating through gravity are not acceptable.
W. The operating stem nut shall be designed to prevent seepage, rain or sleet and
the accumulation of dust between the operating nut and the hydrant top. The
operating stem nut shall be made of bronze.
Revised 11.30.20
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
X. Fire hydrants having the threaded part of the stem at the hydrant top shall be
equipped with a packing gland or an O-ring seat immediately below the
threaded section of the stem.
Y. The valve seat ring shall not be made an integral part of the shoe. The valve seat
ring shall be bronze and shall thread into a bronze drain ring.
1.4 Special Instructions
A.Ordering and Delivery
1 . City will place an order on an as needed basis.
2. The Contractor shall ship the materials within 2 weeks of received order to
the CCW Warehouse, located at 2726 Holly Rd., 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. The 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. 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.
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
1.5 Invoicing
The Contractor shall email a copy of the monthly invoice to CCWAccounts
Payable@cctexas.com or mail a hard copy to the address listed below.
City of Corpus Christi
Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
Revised 11.30.20
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
Attachment B - Bid/Pricing Schedule
se
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
BID FORM
N'ORPORP�fRFB No. 4355
1852 Fire Hydrants for CCW
PAGE 1 OF 2
Date: October 7, 2022
Core&Main LP Authorized lo�D �
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.
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 Description UNIT 1 Year Unit Total Price
Stock # Qty Price
3 Foot Bury Fire Hydrant, Improved
1 2324 Mechanical Joint EA 24 $ $
AFCB84BLAOLMCCTX or equivalent 2,325.0 $55,800.00
3-1/2 Foot Bury Fire Hydrant, EA
2 2325 Improved Mechanical Joint 36 $ $
AFCB84BLAOLNCCTX or equivalent 2,375.0 $85,500.00
4 Foot Bury Fire Hydrant, Improved
3 2326 Mechanical Joint EA 36 $ $
AFCB84BLAOLPCCTX or equivalent 2,430.0 $87,480.00
4-1/2 Foot Bury Fire Hydrant,
4 2327 Improved Mechanical Joint
AFCB84BLAOLRCCCTX or EA 24 $ $
equivalent 2,498.0 $59,952.00
5 Foot Bury Fire Hydrant, Improved Type t xt here
5 2328 Mechanical Joint EA 12 $ $ T pe t xt h
AFCB84BLAOLSCCTX or equivalent 2,555.0 $30,660.00
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
5-1/2 Foot Bury Fire Hydrant,
6 2329 Improved Mechanical Joint EA 12 $ $
AFCB84BLAOLTCCTX orequivalent 2,610.0 $31,320.00
6 Inch Extension for Hydrants Bid
7 5002 AFCMK73U orequivalent EA 16 $620.00 $$9,920.00
8 5003 12 Inch Extension for Hydrants Bid EA 12 $ $
AFCMK7312 or equivalent 725.00 $8,700.00
9 5005 18 Inch Extension for Hydrants Bid E'°` 6 $ $
AFCMK7318 or equivalent 780.00 $4,680.00
10 3615 24 Inch Extension for Hydrants Bid EA 4 $ $
AFCMK7324 or equivalent 850.00 $3,400.00
Grand Total $377,412.00
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
Attachment C - Insurance Requirements
No insurance is required for this supply agreement.
DocuSign Envelope ID: D460A52D-8CAB-4AC8-B271-C8302FAD71OF
Attachment D - Warranty Requirements
The Contractor shall provide a one-year warranty or manufacturer
warranty on all new parts.