Loading...
HomeMy WebLinkAboutC2025-055 - 3/25/2025 - Approved Go. us N, r�r CO-OPERATIVE PURCHASE AGREEMENT NO. 6284 Heavy Equipment Rental for Public Works 185E THIS Heavy Equipment Rental Co-operative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Closner Equipment Co., Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). 1. Co-operative Agreement. Contractor has agreed to provide Heavy Equipment Rental in accordance with its agreement with BuyBoard Contract #685-22 (the "Co-operative Agreement"), which is incorporated by reference herein as if set out here in its entirety. In the event of a conflict between this Agreement and the Co-operative Agreement, this Agreement shall govern to the extent allowed by the Co-operative Agreement. 2. Scope. Contractor will provide Heavy Equipment Rental in accordance with the attached Statement 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. 3. Term. The Term of this Agreement is two years beginning on the date provided in the Notice to Proceed from 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. 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. 4. Compensation and Payment. This Agreement is for an amount not to exceed $250,000.00, subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, 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. Invoices must be mailed to the following address: Co-operative Purchase Agreement Standard Form Page 1 of 3 SCANNED City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. 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: Velma Pena Title: Contracts/Funds Administrator Address: 2525 Hygeia Street, Corpus Christi, Texas 78415 Phone: 361-826-1933 Fax: 361-826-1671 IF TO CONTRACTOR: Closner Equipment Co., Inc. Attn: Scott Lindner Title: South Texas Sales Address: 21910 FM 2252, Schertz, Texas 78154 Phone: 210-430-3979 Fax: N/A 6. Entire Agreement. This Agreement, along with the Co-operative Agreement, constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. [Signature Page Follows] Co-operative Purchase Agreement Standard Form Page 2 of 3 CONTRACTOR Signature SGOtt �./1'IG(!?21' crnt,I,„,-1 r(Mar 17,,n7c 11;•nP rnT) Printed Name: Scott Lindner Title: South Texas Sales Date: 03/17/2025 CI Y OF CORPUS CHRISTI GtelAN— Sergio Villasana Director, Finance & Procurement ist1a5-0,3\ Authorized By Date: 9 - I 1- gcdc Council 3 pR.5- ,SI. r-lc%6 AP UED S TO LE FO II-NZ Assist ity Attorney Date ATTEST: Attached and Incorporated by Reference: Attachment A: Scope of Work W413g.1-44.-e eccarta l'---.(..4------44 Attachment B: Bid/Pricing Schedule City Secretary Incorporated by Reference Only: Co-operative Agreement: BuyBoard #685-22 Co-operative Purchase Agreement Standard Form Page 3 of 3 ATTACHMENT A: SCOPE OF WORK General Requirements: The Contractor shall provide rental equipment for the Corpus Christi Public Works Department as follows: compaction equipment, chip spreader, paving products, stabilizers/reclaimers, mills, and sweeper trucks. The equipment rentals will be on an as- needed basis. Equipment Condition: A. Any equipment rented shall be guaranteed fully functional and capable of performing the task(s) it was designed to perform under the manufacturer's guidelines. All safety equipment and all associated attachments shall be in place and functioning per the manufacturer's design. Any equipment not functioning properly, or becoming non-functional during operation, shall be picked up and replaced by the Supplier at no additional charge to Corpus Christi Public Works Department during the rental period. Repairs not caused by the misuse of the equipment shall be provided at no additional cost to the Corpus Christi Public Works Department. B. Rental equipment will be insured for each rental period by the City of Corpus Christi through the Texas Municipal League's Intergovernmental Risk Pool (TML-IRP) schedule. The Contractor shall fully complete a TML-IRP Schedule Change Request Form, Exhibit 1 (which is attached to this Attachment A and incorporated by reference) to include the year, make/model, value, serial VIN/ID number, and the loss payee's contact information for each item rented and in advance of the rental period. The Contractor is obligated to return each completed form to the Contract Administrator. C. At the time Corpus Christi Public Works Department takes possession of the equipment, the Contractor shall provide information regarding the current condition and any visual, pre-existing damage to the equipment. The Corpus Christi Public Works Department and the Contractor will review the equipment condition at the point of delivery as well as at the point of return. No rental fees shall be charged to Corpus Christi Public Works Department without the signed receipt of acceptance of the equipment. Delivery: A. The Contractor will be responsible for the equipment's delivery, set-up, and pickup. Timely delivery is important to the daily operations of the Corpus Christi Public Works Department. B. Equipment delivery shall occur Monday through Friday, from 7:00 AM to 5:00 PM, and delivered to various locations within the City. Page 1 of 2 Invoicing: A. The Contractor shall mail the original itemized invoice to the address below: City of Corpus Christi Accounts Payable P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Itemized invoice shall contain the following: 1) Service Agreement and Purchase Order (PO) number 2) Point of Contact for location 3) Location/Address of delivery/pickup 4) Manufacturer/Model/Serial Number of equipment Page 2 of 2 TO: Texas Municipal League Intergovernmental Risk Pool EXHIBIT 1 Underwriting Department P.O.Box 149194SCHEDULE CHANGE REQUEST Austin,Texas 78714-9194 TML (800)537-6655 PH/(512)491-2404 FAX INTERGOVERNMENTAL RISK POOL Entity Name: ' Entity ID: Requested By(Name&Title): Phone: VEHICLE(AUTOMOBILE) ❑ Addition ❑ Deletion ❑ Change Effective Date: Loss payee,Lessor,Lien Holder Year: Make: Model: (Name/Address): VIN: Department: Secondary ID*: Gross Vehicle Weight: Leased Vehicle: ❑Yes ❑ No Emergency Use: [hies ❑ No (Vehicles equipped with emergency lighting,i.e,Police,Fire,Ambulance) Value: Original Cost New Actual Cash Value Agreed Value Loan Maturity Date:. (For Automobile Physical Damage Coverage, (OCN) (ACV) (AV) provide the value including mounted $ $ $ equipment(light bars,radios,etc.). El Addition ❑ Deletion ❑ Change Effective Date: Loss payee,Lessor,Lien Holder Year: Make: Model: (Name/Address): VIN: Department: Secondary ID*: Gross Vehicle Weight: Leased Vehicle: ❑Yes ❑ No Emergency Use: ❑Yes ❑ No (Vehicles equipped with emergency lighting,i.e,Police,Fire,Ambulance) Value: Original Cost New Actual Cash Value Agreed Value Loan Maturity Date: (For Automobile Physical Damage Coverage, (OCN) (ACV) (AV) provide the value including mounted $ $ $ equipment(light bars,radios,etc.). MOBILE EQUIPMENT ❑ Addition ❑ Deletion ❑ Change Effective Date: I Loss payee,Lessor,Lien Holder Year: Make/Model: (Name/Address): Value: $ Secondary ID:* Serial No.: Department: Loan Maturity Date: ❑ Addition ❑ Deletion ❑ Change Effective Date: Loss payee,Lessor,Lien Holder Year: Make/Model: (Name/Address): Value: $ Secondary ID:* Serial No.: Department: Loan Maturity Date: *secondary ID: Entity's own identification AUTOMOBILE means a landmotor vehicle,trailer,or semi-trailer designed for travel on public roads(including any machinery,equipment,tools,or apparatus attached thereto and not intended to be removed or used off of or away from the vehicle),but does not include mobile equipment. MOBILE EQUIPMENT: Bulldozers,farm machinery,forklifts,and other vehicles designed for use principally off public roads; Vehicles maintained for use solely on or next to premises owned by or rented to the Member and not licensed for highway use; Vehicles that travel on crawler treads; Vehicles,whether self-propelled or not,maintained primarily to provide mobility to permanently mounted:a.Power cranes,shovels,loaders,diggers, or drills;orb.Road construction or resurfacing equipment such as graders,scrapers,or rollers. X107 This Form is Available at www.tmlirp.org, o3/o8/11 ATTACHMENT B: BID/PRICING SCHEDULE DESCRIPTION TOTAL Equipment Rental - BuyBoard #685-22 BuyBoard Rental Rate Schedule attached $ 240,000.00 Pickup and Delivery Allowance $ 5,000.00 Damage/Repairs Allowance $ 5,000.00 Not to Exceed Amount $ 250,000.00 • Page 1 of 3 CLOSNER EQUIPMENT COMPANY INC Weekly Rental Rates on the Rollers (Weekly rates not available on other specified equipment) BRAND MODEL WEEK Dynapac CA6500PD $2,500 Dynapac CC1200 $1,000 Dynapac CC1300 $1,100 Dynapac CC1400 $1,500 Dynapac CC4200 $1,650 Dynapac CC5200 $1,900 Dynapac CC6200 $2,000 Basic 700 $1,000 Dynapac CP142/CP1200 $1,400 Dynapac CP2100W $1,500 Dynapac CP2700 $1,800 Page 2 of 3 CLOSNER EQUIPMENT COMPANY INC BUYBOARD RENTAL RATE SCHEDULE BUYBOARD USERS QUALIFY FOR A 10%RENTAL RATE DISCOUNT OFF THIS SCHEDULE San Antonio&South Texas Area: 21910 FM 2252,Schertz,Texas,78154(210)732-2131 Austin&Central Texas Area:13800 FM 973 North,Manor,Texas,78653(512)272-8200 Dallas&Ft.Worth Area:6532 E State Hwy 114,Rhome,Texas 76078 (817)708-9108 Houston &Katy Area:18851 GH Circle,Waller,Texas 77484(936)262-7299 STANDARD BUYBOARD MONTHLY MONTHLY RENTAL PRICE RENTAL PRICE COMPACTION EQUIPMENT BRAND MODEL 84"SMOOTH VIBRATORY,12 TON DYNAPAC CA650OPD $7,000.001 $6,300.00 47 DOUBLE DRUM,3 TON (DYNAPAC CC1200 $2,100.00 $1,890.00 51"DOUBLE DRUM,4.5 TON DYNAPAC CC1300 $2,200.00 $1,980.00 68"DOUBLE DRUM,11 TON DYNAPAC CC4200 $5,300.00 $4,770.00 77°DOUBLE DRUM,12 TON DYNAPAC CC5200 $6,900.00 $5,310.00 84"DOUBLE DRUM,13 TON DYNAPAC CC6200 $6,400.00 $5,760.00 PNEUMATIC,3 TON BASIC 700 $3,900.00 $3,510.00 PNEUMATIC,8 TO 13 TON DYNAPAC CP1200 $3,900.00 $3,510.00 PNEUMATIC,14 TON DYNAPAC CP2100W $5,700.00 $5,130.00 PNEUMATIC 30 TON DYNAPAC CP2700 $6,700.001 $6,030.00 CHIP SPREADER 18'-16'VARIABLE WIDTH CHIP SPREADER IROSCO ICSV� — I $14,000.001 $12,800.001 PAVING PRODUCTS ROTARY BROOM W/CAB&AC' SUPERIOR/ROSCO DT74/RB50 $3,100.0D $2,790.00 8-13 Ft.SMALL PAVER MAULDIN/LEEBOY 650/1000G $6,000.00 $5,400.00 8-15 FT.MID-SIZE PAVER MAULDIN/LEEBOY/CARLSO 1850C/8520/CP100 $12,000.00 $10,800.00 8-15'6"FT.HIGHWAY CLASS PAVER ROADTEC RP170E $20,000.00 $18,000.00 8-15'6"FT.HIGHWAY CLASS PAVER ROADTEC/DYNAPAC RP175E/D25T/D30T $22,000.00 $19,800.00 10.20 FT.HIGHWAY CLASS PAVER ROADTEC RP190/RP195 $24,000.00 $21,600.00 MATERIAL FEEDER DYNAPAC MF2500CS $26,000.00 $23,400.00 SHUTTLE BUGGY ROADTEC SB2500E/SB3000E $32,000.00 $28,800.00 STABILIZERS/RE C LAI M E RS LIME/CEMENT STABILIZER ROADTEC SX5E $20,000.00 $18,000.00 LIME/CEMENT STABILIZER ROADTEC SX6E $26,000.00 $23,400.00 LIME/CEMENT STABILIZER ROADTEC SXBE $30,000.00 $27,000.00 MILLS HALF-LANE COLD PLANER,REGULAR DUTY RROADTEC RX505E $23,000.00 $20,700.00 HALF-LANE COLD PLANER,HEAVY DUTY ROADTEC RX600E $26,000.00 $23,400.00 HEAVY DUTY HALF LANE COLD PLANER ROADTEC RX700E $30,000.001 $27,000.00 HEAVY DUTY HALF TO FULL LANE COLD PLANER ROADTEC RX900E MGMTI MGMT SWEEPER TRUCKS MECHANICAL-ISUZU CHASSIS STEWART AMOS STARFIRE SAC $9,000.00 $8,100.00 MECHANICAL-ISUZU CHASSIS STEWART AMOS STARFIRE S-4XL $10,000.00 $9,000.00 REGENERATIVE-ISUZU CHASSIS STEWART AMOS GALAXY R-6 $10,000.00 $9,000.00 Page 3 of 3