Loading...
HomeMy WebLinkAboutC2025-002 - 1/14/2025 - Approved se G� 0 �� SUPPLY AGREEMENT NO. 6089 U Retainers, Restraints, Gaskets and Related Supplies HCONPRRPSE� 1852 THIS Retainers, Restraints, Gaskets and Related Supplies Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Ferguson Enterprises, LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Retainers, Restraints, Gaskets and Related Supplies in response to Request for Bid No. 6089 ("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 Retainers, Restraints, Gaskets and Related Supplies 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 $76,328.44, subject to approved extensions and changes. Payment will be made for goods Supply Agreement Standard Form Page 1 of 7 Approved as to Legal Form October 29, 2021 i 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: Amanda Howard Department: Corpus Christi Water Phone: 361-826-1894 Email: AmandaC@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 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 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: Amanda Howard Department: Corpus Christi Water Address: 2726 Holly Rd., Corpus Christi, TX 78415 Phone: 361-826-1894 Fax: 361-826-4495 IF TO CONTRACTOR: Ferguson Enterprises, LLC Attn: Kade Womack Title: Sales Support Representative Address: 221 Junior Beck Drive, Corpus Christi, Texas 78405 Phone: (361) 289-1977 Fax: (361) 289-1968 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 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 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 $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form October 29, 2021 CONTRACTOR Signature: Printed Name: `-�a-c` t; c'`rd a ✓L Title: One- r& (00 'n, S cx-a oj e-(— Date: � h/ [ o z-C M2025-003 Authorized by Council 1/14/2025 CITY OF CORPUS CHRISTI ��s$ 6eYgio VWasaha Sergio Villasana Director of Finance& Procurement Date: 01/21/2025 f ATTEST: Attached and Incorporated by Reference: R�-6CC4,Kaorm� Attachment A: Scope of Work Rebecca Huerta Attachment B: Bid/Pricing Schedule City Secretary Attachment C: Insurance Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB No. 6089 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 29, 2021 Attachment A - Scope of Work 1.1 General Requirements/Background Information The Corpus Christi Water (CCW) Warehouse needs restraints, retainers, and gaskets, and related supplies to be used for city-wide repairs. Maintaining a stock of these frequently used parts, will assist the CCW Warehouse to be prepared for immediate or as-needed use. The CCW Warehouse facility orders and stores these items needed for daily operations at the City of Corpus Christi as outlined in the Scope of Work. 1.2 Scope of Work A. The Contractor shall provide the retainers, restraints, gaskets, and related supplies as outlined on the Bid / Pricing Schedule on an as-needed basis. B. All contract prices are F.O.B. destination inside delivery to the Corpus Christi Water (CCW) Warehouse. C. The Contractor shall deliver products and those related to retainers, restraints, and gaskets as outlined on the Bid/Pricing Schedule on. D. The Contractor shall ship supplies within two weeks unless CCW is notified of a shortage or manufacturing problem. E. Any product found defective, unusable, or inoperable to the condition, The Contractor shall arrange return shipment or shipping charge will be reimbursed from the invoice. The contractor must arrange for the return shipment of damaged products. F. Supplies are a generic brand unless a preferred brand is specified that may allow alternates of equal quality for specified branded supplies. G. The Contractor shall provide and report any shortages or delays to the CCW Warehouse Supervisor. Detailing the item number that corresponds to the City, description, number of units shorted with an estimated date of delivery. H. All retainers, restraints, gaskets, and related supplies will be defect free, properly packaged, and shipped to ensure a safe delivery. Revised 11.30.20 1.3 Work Site The delivery Point of Contact: Robert Presnell Ship To Location/ Physical Address: 5352 Ayers. Street, Bldg. 6 Corpus Christi, Texas 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 ensure it complies with the contract requirements. Revised 1 1.30.20 ousc Attachment B - Bid Pricing/Schedule w CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT v BID FORM p00 OR I RFB No. 6089 1852 Retainers, Restraints, Gaskets and Related Supplies Date: 11/5/2024 PAGE 1 OF 4 Authorized Bidder: Ferguson Enterprises 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 , City I Yr. Unit Unit Price Model Unit price of Part Est. name and equivalent Total Price No. City. part#of equivalent 1 KIT 4"MJ ACCESSORY 3343 20 EA $ SIGMA $ 21.34 $ 426.80 Non-Specific 6600.04 DGP4 Or approved equivalent 2 KIT 6"MJ ACCESSORY 3344 100 EA $ SIGMA $ 29.41 $ 2941.00 Non-Specific 6600.06 DGP6 Or approved equivalent 3 KIT 8"MJ ACCESSORY 3345 24 EA $ SIGMA $ 32.25 $ 774.00 Non-Specific 6600.08 DGP8 Or approved equivalent 4 KIT 10"MJ ACCESSORY 3346 18 EA $ SIGMA $45.54 $ 819.72 Non-Specific 6600.10 DGP10 Or approved equivalent 5 KIT12"MJ ACCESSORY 3347 24 EA $ SIGMA $ 47.90 $ 1149.60 Non-Specific 6600.12 DGP12 Or approved equivalent 6 KIT 16"MJ ACCESSORY 3348 24 EA $ SIGMA $78.25 $ 1878.00 Non-Specific 6600.16 DGP16 Or approved equivalent_ 7 GASKET 4'MJ RUBBER 3350 24 EA $ SIGMA $5.70 $ 136.80 Non-Specific 6649.04 I Page 2 of 4 Or approved equivalent 8 GASKET 6'MJ RUBBER 3351 48 EA $ SIGMA $ 6.70 $ 273.60 Non-Specific 6649.06 Or approyed equivalent 9 GASKET 8'MJ RUBBER 3352 24 EA $ MG8 A $ 6.17 $ 148.08 Non-Specific 6649.08 Or approved equivalent 10 GASKET 10" MJ RUBBER 3353 24 EA $ SIGMA $8.37 $ 200.88 Non-Specific 6649.10 MG10 Or approved equivalent 11 GASKET 12" MJ RUBBER 3354 30 EA $ SIGMA $ 9.49 $ 284.70 Non-Specific 6649.12 MG12 Or approved equivalent 12 GASKET 16" MJ RUBBER 3355 30 EA $ SIGMA $16.13 $ 483.90 Non-Specific 6649.16 MG16 Or approved equivalent 13 GASKET 18" MJ RUBBER 3356 30 EA $ SIGMA $ 17.20 $516.00 Non-Specific 6649.18 MG18 Or approved equivalent 14 GASKET 20" MJ RUBBER 3357 36 EA $ SIGMA $ 18.59 $ 669.24 Non-Specific 6649.20 MG20 Or approved equivalent 15 GASKET 24" MJ RUBBER 3358 30 EA $ SIGMA $ 23.72 $ 711.60 Non-Specific 6649.24 MG24 Or approved equivalent 16 GASKET 30" MJ RUBBER 3359 60 EA $ SIGMA $ 54.37 $ 3262.20 Non-Specific 6649.30 MG30 Or approved equivalent 17 GASKET 36" MJ RUBBER 3349 12 EA $ SIGMA $ 61.80 $ 741.60 Non-Specific 6649,36 MG36 Or approved equivalent 18 GLAND MJ SOLID 20" 3382 12 EA $ STAR $ 83.18 $998.16 Non-Specific 6670 Or approved equivalent 19 GLAND MJ SOLID 24" 3383 24 EA $ STAR $ 126.15 $mm Non-Specific 6671 MJG24 " Ora roved equivalent $3,027,G0 " 20 GLAND MJ SOLID 30" 3384 30 EA $ STAR $183.53 $ 5505.90 Non-Specific 6672 MJG30 Or approved equivalent 21 GLAND MJ SOLID 36" 3386 12 EA $ STAR $308.07 $ 3696.84 Non-Specific 6673 MJG36 Or approved equivalent 22 UNIFLANGE 4"FOR C-900 3387 24 EA $ STAR $ 46,66 $ 1119.60 FORD 4FA900-C4 SF404GN Or approved equivalent 23 UNIFLANGE 6"FOR C-900 3388 12 EA $ STAR $58,80 $ 705.60 FORD 4FA900-C6 SF406GN Or approved equivalent 24 UNIFLANGE 8"FOR DI 3389 8 EA $ STAR $ 64.55 $ 516.40 FORD UFA200-C8 SF408GN Or approved equivalent 25 RESTRAINT I W FOR C-900 3392 8 EA $ STAR PVCPK4010G2 $ 122.02 $ 976.16 FORD UFR1500-CA-10-1 RET W/ACC Page 3 of 4 Or approved equivalent 26 RESTRAINT 16" FOR C- 3393 20 EA $ SIGMA $ 269.29 $ 5385.80 900 FORD SLCEP16 UFR1500-CA-16-1 RET W/ACC Or approved equivalent 27 RESTRAINT 12" FOR C- 3394 16 EA $ SIGMA $ 130.71 $ 2091.36 900 FORD SLCEP12 UFR-1500-CA-12-1 RET W/ACC Or approved equivalent 28 RETAINER 4"MJ W/ACC 3396 18 EA $ SIGMA $ 36.85 $ 663.30 STARGRIP SLDEP4 STAR SGDPRK04N FOR DI Or approved equivalent 29 RETAINER 6'MJ W/ACC. 3397 48 EA $ SIGMA $45.52 $ 2184.96 STARGRIP SLDEP6 STAR SGDPPK08N FOR DI Or approved equivalent 30 RETAINER 8"MJ W/ACC 3398 30 EA $ SIGMA $ 62.03 $ 1860.90 STARGRIP SLDEP8 STAR SGDPPK08N FOR DI Or approved equivalent 31 RETAINER 10"MJ W/ACC 3399 12 EA $ SIGMA $ 86.42 $ 1037.04 STARGRIP SLDEP10 STAR SGDPPK ION FOR DI Or approved equivalent 32 RETAINER 12"MJ W/ACC 3400 24 EA $ SIGMA $ 118.54 $2844.96 STARGRIP SLDEP12 STAR SGDPPK 12N FOR DI Or approved equivalent 33 RETAINER 16"MJ W/ACC 3401 12 EA $ SIGMA $ 212.70 $ 2552.40 STARGRIP STAR SLDEPI6 SGDPPKI6N FOR DI Or approved equivalent 34 RETAINER 20"MJ W/ACC 3402 4 EA $ SIGMA $ 343.88 $ 1375.52 STARGRIP STAR SLDEP20 SGDPPK20N FOR DI Or approved equivalent 35 RETAINER 24"MJ W/ACC 3212 6 EA $ SIGMA $475.57 $ 2853.42 STARGRIP STAR SLDEP24 SGDPPK24N FOR DI Or approved equivalent 36 ADAPTER FOSTER 4" 3373 6 EA $ SIGMA $ 74.97 $ 449.82 W/ACC DMCPEP04 INFACT CORP 4FA-BC Or approved equivalent 37 ADAPTER FOSTER 6" 3374 8 EA $ SIGMA $ 94.90 $ 759.20 W/ACC DMCPEP06 INFACT CORP 6FA-BC Or approved equivalent 38 ADAPTER FOSTER 8" 3375 6 EA $ SIGMA $ 140.31 $ 841.86 W/ACC DMCPEP08 INFACT CORP 8FA-BC Or approved equivalent f [YI I i i Page 4 0!4 39 ADAPTER FOSTER 20" 3575 4 EA $ SIGMA $590.86 $2362.20 W/ACC DMcPP20 INFACT CORP 20FA-BC Or approved equivalent 40 ADAPTER FOSTER 17 3564 6 EA $ SIGMA $214.00 $1289.40 INFACT CORP 12FA-BC Or approved equivalent 41 UNIFLANGE 4"FOR DI 3910 8 EA $ Sjpj r rO.4i $ 323,28 PIPE zFzc4 FORD UFA200-C 4 Or approved equivalent 42 UNIFLANGE 6-'FOR DI 3931 12 EA $ SIGMA $43.63 $ 622.36 PIPE ZF2c8 FORD UFA200-C 6 Or approved equivalent 43 UNIFLANGE W FOR C-900 3954 6 EA $ SIGMA $64,30 $ 3e6.80 PIPE ZF2c8 FORD UFR1500-CA-8-I W/ACC Or approved equivalent 44 UNIFLANGE 3"FOR DI 4037 12 EA $ SIGMA $34.40 $41z,8o PIPE zF2c3 FORD UFA200-C 3 Or approved equivalent 45 BELL JOINT RETRAINT 4" 5025 1 12 1 EA $ SIGMA $ 41.48 $497.78 PTPVC04 1 pwpr,4 Or approved equivalent f 46 BELL JOINT RESTRAINT 6" 5026 24 EA $ SIGMA $ 81.93 $ 625.ie PTPVC06 $1246.32 t Or approved equivalent 47 BELL JOINT RESTRAINT 8" 5027 12 EA $ SIGMA $ 86,80 $ 104iXO PTPVC08 pwPce Or approved equivalent 48 JOINT RESTRAINT 4"FOR 5081 45 ( EA $ ��� $ 41,92 $ 1886.40 C900 J P�'x4W4az ? EZPVCUP04 Or approved equivalent 49 JOINT RESTRAINT 6"FOR 5082 100 EA $ r�vc"rxrooao� $82.48 $ 5248.00 C900 I EZPVCUP06 Or approved equivalent 50 JOINTRESTRAINT 8"FOR 5083 60 EA $ STAPx400eoz $7o.ao $ 4248.00 C900 EZPVCUP08 Or approved a uivalent n g' s148 �(( t Correct Total $76,328.44 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. Revised 1 1.30.20 Page 16 of 18