Loading...
HomeMy WebLinkAboutC2023-190 - 9/19/2023 - Approved DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 .mus c, �a a� H SUPPLY AGREEMENT NO. 4695 Ductile Iron Pipe Accessories 1852 THIS Ductile Iron Pipe Accessories Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City")and Hajoca Corporation, dba Moore Supply Co. ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Ductile Iron Pipe Accessories in response to Request for Bid No. 4695 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Ductile Iron Pipe Accessories in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. (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 two additional one-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 $139,861 .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: BFA5B42B-8189-4B09-8185-52F73DCA37B5 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: Corpus Christi Water Department 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: BFA5B42B-8189-4B09-8185-52F73DCA37B5 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: BFA5B42B-8189-4B09-8185-52F73DCA37B5 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: Store Supervisor Address: 2726 Holly Rd., Corpus Christi, Texas 78415 Phone: 361-826-1750 Fax: N/A IF TO CONTRACTOR: Hajoca Corporation, dba Moore Supply Co. Attn: Al Garcia Title: Sales Address: 3817 Acushnet, Corpus Christi, TX 78413 Phone: 361-855-5449 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: BFA5B42B-8189-4B09-8185-52F73DCA37B5 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: BFA5B42B-8189-4B09-8185-52F73DCA37B5 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: BFA5B42B-8189-4B09-8185-52F73DCA37B5 CONTRACTOR DocuSigned by: Signature: r. b � ATTEST: DocuSigned by: AL GARCIAE, ,A1... Printed Name: � � "PC SALES Rebecca Huerta Title: City Secretary Date: 6/27/2023 M2023-143 Authorized By CITY OF CORPUS CHRISTI oocusigned by: 9/19/2023 Council �-Osllrcflronfey Assistant Director of Finance - Procurement us Date: 9/21/2023 —/s& Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB No. 4695 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: BFA5B42B-8189-4809-8185-52F73DCA37B5 Attachment A: Scope of Work 1. General Requirements/Background Information The City uses and stocks Ductile Iron Pipe Accessories at Corpus Christi Water to install and maintain water lines for the City. 2. Scope of Work 1 . The Contractor shall provide Ductile Iron Pipe Accessories as outlined on the Bid Form. 2. The Contractor shall contact the Contract Administrator for any delays in shipment. 3. The quantity is estimated for one year with two additional one-year options. 4. Corpus Christi Water Department will provide precise quantities when placing an order for delivery. 3. Contractor Quality Control and Superintendence All Ductile Iron Pipe Accessories will be defect-free, properly packed, and shipped to ensure safe delivery. 4. Special Instructions 1 . Ordering and Delivery A. The City will place an order on an as needed basis. B. The Contractor shall ship the materials within two weeks of the received order to Corpus Christi Water, 5352 Ayers St. Building 6, Corpus Christi, Texas 78415. C. All Contract prices are F.O.B. destination, inside delivery to the City of Corpus Christi Facility, freight prepaid. D. The Contractor must send a technical data sheet along with the delivery of the material. The City will not accept products that do not conform to the specifications listed on the bid form. E. If any items are found defective, unusable, or inoperable to the condition, the Contractor shall arrange a return shipment. F. The Contractor understands and agrees that the City may, at its discretion, cancel any backorders due to the Contractors inability to deliver the product within the set time frame. G. Cancellations shall be in writing and sent to the Contractor by email, fax, or mail. DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 H. No restocking fee or payment of any kind shall be owed for orders canceled due to the Contractor's inability to meet the deadline delivery date. 5. Defective Goods The Contractor shall pay for return shipment on any products that arrive in a defective, unusable, or inoperable condition. The Supplier must arrange for the return shipment of damaged products. Page 2 of 2 DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Attachment B: Bid/Pricing Schedule GQ.�us c CITY OF CORPUS CHRISTI 1.4 CONTRACTS AND PROCUREMENT U BID FOR ✓CAAP OR PS 1$52 RFB No. 4695 Ductile Iron Pipe Accessories PAGE 1 OF 1 Date: May 22,2023 Authorized Bidder: MOORE SUPPLY 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. Item Description UNIT 1 -YR Unit Price Total Price QTY 1 City Stock No. 3199 EA 9 $161.000 $1,449.00 HYDRANT ADAPTER 6"X13"SWIVEL 2 City Stock No. 3200 EA 8 HYDRANT ADAPTER 6"X18"SWIVEL $177.000 $1,416.00 3 City Stock No. 3201 EA 4 $200.000 $800.00 HYDRANT ADAPTER 8"X13"SWIVEL 4 City Stock No. 3202 EA 5 $182.00 $910.00 HYDRANT BEND 6" SWIV 90 DEGR. 5 City Stock No. 3203 EA 2 HYDRANT BEND 8"SWIV 90 DEGR. $272,00 $$s44.00 6 City Stock No. 3204 EA 3 HYDRANT TEE 6"MJ RUN X 6"SWIV $163.000 $489.00 7 City Stock No. 3205 EA 5 HYDRANT TEE 8"MJ RUN X 6"SWIV $2oa.000 $1,020.00 8 City Stock No. 3206 EA 2 $701.000 MJ 20" X 10" REDUCER $1,402M DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Paae 2 of 8 Item Description UNIT 1-YR Unit Price Total Price QTY 9 City Stock No. 3207 EA 3 $59.000 $177.00 BEND 4" MJ X 90 DEGR. 10 City Stock No. 3208 EA 4 BEND 4" MJ X 45 DEGR. $49.000 $196.00 11 City Stock No. 3209 EA 2 $46.000 $92.00 BEND 4" MJ X 11 1/4 DEGR. 12 City Stock No. 3210 EA 6 $99,000 $594.00 BEND 6" MJ X 90 DEGR. 13 City Stock No. 3211 EA 6 $80.000 $480.00 BEND 6" MJ X 45 DEGR. 14 City Stock No. 3213 EA 2 BEND 6" MJ X 22 1/2 DEGR. $73.000 $146.00 15 City Stock No. 3214 EA 2 BEND 6" MJ X 11 1/4 DEGR. $77.000 $154.00 16 City Stock No. 3215 EA 3 BEND 8" MJ X 90 DEGR. $143.000 $429.00 17 City Stock No. 3216 EA 6 $117.000 $702.00 BEND 8"MJ X 45 DEGR. 18 City Stock No. 3217 EA 2 $114.000 $228.00 BEND 8" MJ X 22 1/2 DEGR 19 City Stock No. 3218 EA 2 $2119.000 $438.00 BEND 10" MJ 90 DEGR. 20 City Stock No. 3219 EA 2 $163.000 $326.00 BEND 10" MJ X 45 DEGR. 21 City Stock No. 3220 EA 3 $162.000 $486.00 BEND 10" MJ X 11 1/4 DEGR. 22 City Stock No. 3221 EA 2 BEND 12" MJ X 90 DEGR. $295.000 $590.00 23 City Stock No. 3222 EA 2 $252.000 $504.00 BEND 12" MJ X 45 DEGR. 24 City Stock No. 3223 EA 3 BEND 12" MJ X 22 1/2 DEGR. $213.000 $639.00 25 City Stock No. 3224 EA 2 $200.000 $400.00 BEND 12" MJ X 11 1/4 DEGR. 26 City Stock No. 3225 EA 2 $1720.000 $3,440.00 BEND 24" MJ X 90 DEGR. 27 City Stock No. 3226 EA 2 $70.000 $140.00 BEND 4"MJ X PE 90 DEGR. 28 City Stock No. 3227 EA 2 $52.000 $104.00 BEND 4" MJ X PE 45 DEGR. 29 City Stock No. 3228 EA 2 $53.000 $106.00 BEND 4" MJ X PE 22 /2 DEGR. DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Page 3 of 8 Item Description UNIT 1 -YR Unit Price Total Price (QTY 30 City Stock No. 3229 EA 2 $115.000 $230.00 BEND 6" 90 MJ X PLAIN END 31 City Stock No. 3230 EA 2 BEND 6" 45 MJ X PLAIN END $87.000 $174.00 32 City Stock No. 3231 EA 2 BEND 6" 11 1/4 MJ X PLAIN END $00.000 $160.00 33 City Stock No. 3232 EA 2 BEND 8" 45 MJ X PLAIN END $138.000 $z7s.00 34 City Stock No. 3233 EA 2 BEND 8" 22 1/2 MJ X PLAIN END $139.000 $27s.00 35 City Stock No. 3234 EA 2 BEND 8" 11 1/40 MJ X PLAIN END $130.000 $260.00 36 City Stock No. 3235 EA 2 BEND 10" MJ X PE X 45 DEGR. $203.000 $406.00 37 City Stock No. 3236 EA 2 $184.000 $368.00 BEND MJ X PE 10" 22 1/2 DEGR. 38 City Stock No. 3237 EA 2 BEND 12" MJ X PE 22 1/2 DEGR. $202.000 $484.00 39 City Stock No. 3238 EA 2 BEND 12" MJ X PE 11 1/2 DEGR. $zlo.000 $420.00 40 City Stock No. 3239 EA 4 OFFSET 4" MJ X 18 $162.000 $648.00 41 City Stock No. 3240 EA 2 OFFSET 6" MJ X 24" $318.000 $636.00 42 City Stock No. 3241 EA 2 OFFSET 8" MJ X 18" $364.000 $7zs.00 43 City Stock No. 3242 EA 2 OFFSET 8" MJ X 24" $518.000 $1,036.00 44 City Stock No. 3243 EA 2 OFFSET 10 MJ X 18" $526.000 $1,052.00 45 City Stock No. 3244 EA 2 $617.000 $1,234.00 OFFSET 12 MJ X 18" 46 City Stock No. 3245 EA 2 $196.000 $392.00 OFFSET 4" MJ X 18" PE 47 City Stock No. 3246 EA 2 OFFSET 6" MJ X 18" PE $296.000 $662.00 48 City Stock No. 3247 EA 2 OFFSET 6" MJ X 24" PE $361.000 $722.00 49 City Stock No. 3248 EA 2 OFFSET 8" MJ X 18" PE $381.000 $762.00 50 City Stock No. 3249 EA 2 OFFSET 8" MJ X 24" PE $403.000 $806.00 DocuSign Envelope ID: BFA5B42B-8189-4809-8185-52F73DCA37B5 Page 4 of 8 Item Description UNIT 1-YR Unit Price Total Price CITY 51 City Stock No. 3250 EA 2 OFFSET 12"MJ X 18" PE $so3.000 $1,sos.00 52 City Stock No. 3251 EA 2 OFFSET 12"MJ X 24" PE $993.000 $1,9ss.00 53 City Stock No. 3252 EA 4 CAP 4" MJ $21000 $92.00 54 City Stock No. 3253 EA 2 CAP 4" MJ W/2" $a7.000 $94.00 55 City Stock No. 3254 EA 5 CAP MJ 6" $40.000 $200.00 56 City Stock No. 3255 EA 2 CAP 6" MJ CAP W/2" $s4.oao $12s.00 57 City Stock No. 3256 EA 8 CAP MJ 8" $66M0 $528.00 58 City Stock No. 3257 EA 2 $90.000 CAP 8" MJ CAP W/2" $1so.00 59 City Stock No. 3258 EA 2 CAP MJ 10" $82.000 $164.00 60 City Stock No. 3259 EA 2 CAP, 12" MJ $123.000 $246.00 61 City Stock No. 3260 EA 2 $143.000 $286.00 CAP, 12" MJ WITH 2" IPT TAP 62 City Stock No. 3261 EA 2 CAP MJ 16" $245.000 $490.00 63 City Stock No. 3262 EA 2 CAP MJ 20 " $390.000 $780.00 64 City Stock No. 3263 EA 2 CAP MJ 24" X 21P $582.000 $1,164.00 65 City Stock No. 3264 EA 2 CROSS 6" X 4" MJ $179.000 $358.00 66 City Stock No. 3265 EA 2 CROSS 4" MJ $168.000 $336.00 67 City Stock No. 3266 EA 2 CROSS 6" MJ $206.000 $412.00 68 City Stock No. 3267 EA 2 CROSS 8" MJ X 4" MJ $zsl.000 $562.00 69 City Stock No. 3269 EA 2 $225.000 CROSS 8" MJ $450.00 70 City Stock No. 3270 EA 2 CROSS 12" MJ X 6" MJ $337.000 $674.00 71 City Stock No. 3271 EA 2 CROSS 12" MJ X 10" MJ $611.000 $1,222.00 DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Pa e5of8 Item Description UNIT 1-YR Unit Price Total Price QTY 72 City Stock No. 3272 EA 2 CROSS 12" MJ $611.000 $1,222.00 73 City Stock No. 3273 EA 4 PLUG 4" MJ $28.000 $112.00 74 City Stock No. 3274 EA 3 PLUG 4" MJ W/2" TAP $51.000 $153.00 75 City Stock No. 3275 EA 4 PLUG 6" MJ $53.000 $212.00 76 City Stock No. 3276 EA 2 $76.000 PLUG 6" MJ WITH 2" IPT TAP $152.00 77 City Stock No. 3277 EA 2 PLUG 8" MJ $76.000 $152.00 78 City Stock No. 3278 EA 2 PLUG 8" MJ WITH 2" IPT TAP $1oz.000 $204.00 79 City Stock No. 3279 EA 2 PLUG MJ 10" $136.000 $272.00 80 City Stock No. 3280 EA 2 PLUG MJ 12" $134.000 $268.00 81 City Stock No. 3281 EA 2 PLUG 16" MJ $355.000 $710.00 82 City Stock No. 3282 EA 2 $440.00 $880.00 PLUG 18" MJ 83 City Stock No. 3283 TE A 2 PLUG 20" MJ $576.000 $1,152.00 84 City Stock No. 3284 A 3 MJ 6" X 4" REDUCER $5a.000 $174.00 85 City Stock No. 3285 EA 4 MJ 8" X 4" REDUCER $79.000 $316.00 86 City Stock No. 3286 EA 5 MJ 8" X 6" REDUCER $a4.000 $420.00 87 City Stock No. 3287 EA 2 MJ 10" X 4" REDUCER $123.000 $z4s.00 88 City Stock No. 3288 EA 2 MJ 10" X 6" REDUCER $104.000 $2oa.00 89 City Stock No. 3289 EA 2 MJ 10" X 8" REDUCER $119.00 $z3a.00 90 City Stock No. 3290 EA 2 MJ 12" X 6" REDUCER $137.000 $274.00 91 City Stock No. 3291 EA 2 MJ 12" X 8" REDUCER $140.000 $zao.oa 92 City Stock No. 3292 EA 2 $155.000 MJ 12" X 10" REDUCER $310.00 DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Page 6 of Item Description UNIT 1 -YR Unit Price Total Price QTY 93 City Stock No. 3293 EA 2 $330.000 $660.00 MJ 16" X 10" REDUCER 94 City Stock No. 3294 EA 2 $316.000 $632.00 MJ 16" X 12" REDUCER 95 City Stock No. 3295 EA 2 $91.000 $182.00 MJ 6" X 4" PE REDUCER 96 City Stock No. 3296 EA 2 MJ 8" X 6" PE REDUCER $63.000 $166.00 97 City Stock No. 3297 EA 2 MJ 24" X 20" PE REDUCER $1975.000 $3,650.00 98 City Stock No. 3298 EA 2 MJ 4" X 6" PE REDUCER $60.000 $1zo.00 99 City Stock No. 3299 EA 2 MJ 6" X 8" PE REDUCER $ss.000 $176.00 100 City Stock No. 3300 EA 2 MJ 6" X 12" PE REDUCER $192.000 $384.00 101 City Stock No. 3301 EA 2 REDUCER 6" PLAIN END X 4" PE $ss.000 $136.60 102 City Stock No. 3302 EA 2 REDUCER 8"PE X 4" PLAIN END $100.000 $zoo.00 103 City Stock No. 3303 EA 2 REDUCER 8" PLAIN END X 6" PE $106.000 $21z.00 104 City Stock No. 3304 EA 2 REDUCER 10" PE X 6" PE $138.000 $276.00 105 City Stock No. 3305 EA 2 16"PE X 12" PE REDUCER $31s.000 $636.00 106 City Stock No. 3306 EA 12 $54.000 SLEEVE MJ 4" $s4s.00 107 City Stock No. 3307 EA 66 SLEEVE MJ 6" $60.000 $5,940.00 108 City Stock No. 3308 EA 29 SLEEVE MJ 8" $145.000 $4,205.00 109 City Stock No. 3309 EA 2 SLEEVE MJ 10" $167.000 $334.00 110 City Stock No. 3310 EA 2 SLEEVE MJ 12X7 " $170.600 $340.00 1 1 1 City Stock No. 3311 EA 12 SLEEVE MJ 12X12" $233.000 $2,796.00 112 City Stock No. 3312 EA 19 SLEEVE MJ 16X15" $429.060 $s,151.00 113 City Stock No. 3313 EA 2 SLEEVE MJ 18X15" $566.000 $1,132.00 DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Page 7 of 8 Item Description UNIT I-YR Unit Price Tota! Price QTY 114 City Stock No. 3314 EA 3 $683.000 $2,049.00 SLEEVE MJ 20X15" 115 City Stock No. 3315 EA 2 SLEEVE MJ 24X9" $838,000 $1,676.00 116 City Stock No. 3316 EA 2 SLEEVE MJ 24X15" $930.000 $1,860.00 117 City Stock No. 3317 EA 3 SLEEVE MJ 30" $1948.000 $5,844.00 118 City Stock No. 3318 EA 2 SLEEVE MJ 36" $2734.000 $5,468.00 119 City Stock No. 3319 EA 8 $189.000 $1,512.00 REDUCER 12" X 10" MJ X PE 120 City Stock No. 3320 EA 2 SLEEVE MJ 48X15" $4152.000 $8,304.00 121 City Stock No. 3321 EA 2 $4959.000 $9,918.00 SLEEVE MJ 48" X 24" 122 City Stock No. 3322 EA 2 $80.000 $160.00 TEE 4" MJ 123 City Stock No. 3323 EA 3 TEE MJ 6" X 4" $132.000 $396.00 124 City Stock No. 3324 EA 2 $142.000 $284.00 TEE MJ 6" X 6" 125 City Stock No. 3325 EA 2 $149.000 $298.00 TEE, 8" MJ X 4" MJ 1 126 City Stock No. 3326 EA 2 $170M0 $340.00 TEE MJ 8" X 6" 127 City Stock No. 3327 EA 2 $206.000 $412.00 TEE MJ 8" 128 City Stock No. 3328 EA 2 $278.000 $556.00 TEE MJ 12" X 6" 1 129 City Stock No. 3329 EA 2 $319.000 $638.00 TEE 12" X 8" MJ 130 City Stock No. 3330 EA 2 $ TEE 12" X 10" MJ 410.000 $820.00 131 City Stock No. 3331 EA 2 TEE 12" MJ $409.000 $818.00 132 City Stock No. 3332 EA 2 $285.000 $570.00 12" X 6" MJ X SWIVEL TEE 133 City Stock No. 3626 EA 2 $163.000 $326.00 BEND, 10" MJ X 22 1/2DG 134 City Stock No. 3627 EA 2 $93.000 $186.00 1 BEND, 6" MJ X PE X 22 1/2DG I I I I I DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Page 8 of 8 Item Description UNIT 1-YR Unit Price Total Price _. ._� ._..... _. m_._....... _ QTY 135 City Stock No. 3628 EA 2 BEND, 8" MJ X PE X 90DG $163.000 $3zs.00 136 City Stock No. 3629 EA 2 CROSS, 12" MJ X 8" MJ $387.000 $774.00 ....... _—.. ..... . ...._.__..� __... .. . 137 City Stock No. 3630 EA 2 20" X 10" MJ REDUCER $701.000 $1,402.00 138 City Stock No. 3035 EA 2 $4053.000 $s,los.00 CAP MJ, 48" DI 139 City Stock No. 3501 EA 2 ANCHOR TEE MJ 8" X 8" $299.000 $5sa.00 140 City Stock No. 3678 EA 2 8" BEND MJ X 11 1/4DG $100.000 $200.00 141 City Stock No. 3895 EA 4 $525.000 I $2,100.00 ANCHOR COUPLING 12 X 13 142 City Stock No. 4208 EA 2 TEE 16" MJ $933.000 $1,866.00 143 City Stock No. 5221 EA 6 4"MJ 450 ELL $51.000 $306.00 144 Cit Stock No. 5222 EA y 6 6" MJ 450 ELL $sl.000 $486.00 Grand Total $139,861.00 DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Attachment C: Insurance Requirements The City's Legal Department has recommended there be no insurance requirements for this particular scope of work, Purchase Contracts —Supply Agreements —Equipment Leases - Goods or Equipment Delivered to City Other Than Hazardous Chemicals. 2021 Insurance Requirements Ins. Req. Exhibit 1-A Purchase Contracts —Supply Agreements —Equipment Leases Goods or Equipment Delivered to City Other Than Hazardous Chemicals 05/10/2021 Risk Management—Legal Dept. DocuSign Envelope ID: BFA5B42B-8189-4B09-8185-52F73DCA37B5 Attachment D: Warranty Requirements 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.