Loading...
HomeMy WebLinkAboutC2025-123 - 7/15/2025 - Approved bus c.�r °� H COOPERATIVE PURCHASE AGREEMENT NO. 6415 U Fastenal Vending N�ORVORPSE 1852 THIS Fastenal Vending Cooperative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Fastenal Company ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). 1. Cooperative Agreement. Contractor has agreed to provide Fastenal Vending in accordance with its agreement with Sourcewell #091422-FAS (the "Cooperative 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 Cooperative Agreement, this Agreement shall govern to the extent allowed by the Cooperative Agreement. 2. Scope. Contractor shall provide Fastenal Vending in accordance with this Agreement and 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. The products available for City purchase under this Agreement are the products available on the Sourcewell Cooperative Agreement as may be amended. The products shown on Attachment B are a sample of products that City may elect to purchase but the City does not obligate itself to purchase any such products or quantities. Attachment C License Agreement will govern Contractor's use of City property for placement of its shipping container and vending units to be used to provide the Fastenal Vending services. The vending units to be used will be ordered by the City using the attached order form, Attachment E-1 , for no charge to the City. The term "Good Faith MSI" or "Good Faith Monthly Spend Increase" per unit identifies the parties' goal for value of products to be stocked in each unit, but the City is under no obliaation to meet such goal. The City retains sole control over the products to be ordered for placement into the units. The first sentence on Attachment E-1 is deleted which reads "The terms and conditions of the FAST Solutions Agreement (including any applicable fees) shall be applicable to the FAST equipment ordered herein." The shipping container and vending units remain property of Contractor. Contractor assumes all risk of loss and damage to the shipping container and vending units placed on City property. The bailment obligation stated in Section 2 of Attachment E is deleted. The City has no bailment obligation to Contractor. Contractor shall install the shipping container and its vending units in compliance with appliable codes and regulations and at Contractor's sole cost and expense, Fastenal Vending-CCW Page 1 of 8 within 60 days from Notice to Proceed. All costs and expenses related to the shipping container and vending units including but not limited to costs of purchasing, transporting, operating, replacing, repairing, maintaining and removing the shipping container and vending units and costs of labor associated with the installation and operation of the Contractor's vending systems installed in the shipping container shall be borne solely by Contractor. At the start of this Agreement, the inventory then owned by the City shall be loaded into the Contractor's vending units. City employees will be able to access the inventory in the vending units by swiping their City employee identification badges which will track the employee's selections from the vending unit, and the Contractor's data system will record the transaction. The Contractor's data system reports to track inventory selections are available to the City at no additional cost. 3. Term. (A) The initial term of this Agreement is one year beginning on the date provided in the Notice to Proceed from the City's Procurement Division. (B) The parties may mutually agree to renew this Agreement for up to two additional one-year periods (each, an "Option Period"), provided: (i) the parties do so in writing prior to the expiration of the original term or the then- current Option Period (ii) the Cooperative Agreement either continues in full force and effect or, alternatively, has been replaced by a successor Coop agreement with Contractor providing the same products and services and such replacement Coop agreement is valid on the beginning date of each Option Period; (iii) the same products and services continue in active use by the City and have not been replaced by different products or services; (iv) the pricing for each Option Period conforms to section 4 below; and(v) sufficient current funding has been appropriated by the City to provide for the continuation of this Agreement. 4. Pricing and Payment. This Agreement is for an amount not to exceed $600,000.00, subject to approved amendments and changes. 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. The City shall not be responsible for additional fees or any charges for services provided by Fastenal except as set forth in Attachment B. Payment will be made for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Invoices must be mailed to the following address: City of Corpus Christi Fastenal Vending-CCW Page 2 of 8 Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. 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: Stephen Lynn Title: Infrastructure Manager Department: Corpus Christi Water Office Phone: (361 ) 826-1288 Email: stephenl2@cctexas.com 6. 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 the License Agreement Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 7. 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 Corpus Christi Water personnel may send to Contractor a purchase release order signed by an authorized agent of the department. 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. 8. 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. 9. 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. Fastenal Vending-CCW Page 3 of 8 (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor as provided in Attachment D and as provided in the Sourcewell Contract 091422-FAS for a period of one year after delivery. 10. Quality/Quantity Adjustments. Any quantities indicated on the Attachment B 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. 11. 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. 12. 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. 13. Subcontractors. In providing the Goods, Contractor will not enter into subcontracts or utilize the services of subcontractors. 14. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 15. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 16. 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. 17. 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: Fastenal Vending-CCW Page 4 of 8 IF TO CITY: City of Corpus Christi Attn: Stephen Lynn, Infrastructure Manager Corpus Christi Water-Utilities Treatment 2726 Holly Rd., Corpus Christi, TX 78415 Phone: 361-826-1288 Fax: 361-826-4495 IF TO CONTRACTOR: Fastenal Company Attn: Esai Garza Solutions Consultant 5729 Leopard St., Bldg 5, Corpus Christi, TX 78408 Phone: 361-562-8862 Fax: 361-882-2168 18. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, 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. 19. Termination. Fastenal Vending-CCW Page 5 of 8 (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) Either party may terminate this Agreement for convenience upon 90 days advance written notice to the other party. 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. 20. 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 goods and equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such goods and equipment and prior to receipt of the final payment by the City. 21. Limitation of Liability. In no event shall either party be liable for incidental, consequential or special damages. 22. 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. 23. 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. 24. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and the Cooperative Agreement, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (including attachments) B. the Cooperative Agreement: SourceWell # 091422-FAS 25. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Fastenal Vending-CCW Page 6 of 8 Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 26. 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. In accordance with Chapter 2271 , Texas Government Code, Contractor verifies that Contractor does not boycott Israel and will not boycott Israel during the term of this agreement. In accordance with Chapter 2274, Texas Government Code, Contractor verifies that Contractor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or fire trade association. In accordance with Chapter 2276, Texas Government Code, Contractor verifies that Contractor does not boycott energy companies and will not boycott energy companies during the term of this agreement. 27. 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. 28. Entire Agreement. This Agreement, along with the Cooperative Agreement, Attachment A Scope of Work, Attachment B Bid/Pricing Schedule, , Attachment C License Agreement, Attachment D Warranty and Attachment E Government Agreement as modified herein, Attachment E-1 Vending Order form as modified herein 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] Fastenal Vending-CCW Page 7 of 8 CONTRACTOR. Signature:' 4� Printed Name: Scott Bailey Title: Senior Vice President of Sales Date: 4/28/2025 CITY OF CORPUS CHRISTI M2025-082 ,riic ri7eri F- Sear"o l/ruasaira Council 7/15/2025 Sergio Vri bsana(Jul 16,202516:40 CDT) Sergio Villasana 16w5:F Director, Finance & Procurement RHSB Date: 07/16/2025 ATTEST: Re-&Cc�Hkcertzl� Rebecca Huerta(Jul 16,202516:53 CDT) Rebecca Huerta APPROVED AS TO LEGAL FORM: City Secretary Ag����,/251�Lis l ( 0 OCDT) 07/16/2025 Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: License Agreement Attachment D: Warranty Attachment E: Government Agreement for FASTVend, FASTVend Lease, FASTBin and FASTStock POD Attachment El : Vending Order Form Incorporated by Reference Only: Cooperative Agreement: SourceWell # 091422-FAS Fastenal Vending—CCW Page 8 of 8 Attachment A: Scope of Work FMMFWAWL-� --�l Fastenal Company 5729 Leopard St. Bldg. 5 Corpus Christi,TX 78408 United States City of Corpus Christi SCOPE OF WORK: Vending maintenance, repair, and operations supply,and personal protective equipment vendor managed inventory program. The program will be implemented with Corpus Christi Water. Fastenal will be responsible for implementing program, stocking product, maintaining local emergency inventory, and providing all data and measurable cost savings to the City of Corpus Christi, Corpus Christi Water quarterly. Implementation will continue with Lean Six Sigma Black Belt team to streamline processes and maximize value. All implementation and Fastenal consultative processes will be completed at no cost. EQUIPMENT: Fastenal will supply the City of Corpus Christi with vending devices at no cost with software fees waived indefinitely. To maintain internet connectivity, Buyer will provide ethernet connectivity or Fastenal will provide cellular air cards at a rate of$10 a month. Fastenal is responsible for the maintenance,troubleshooting, and repair of all devices, and will be administered from the local fulfillment center in Corpus Christi,Texas. All maintenance,troubleshooting,and repair will be completed at no cost to the City of Corpus Christi. Page 1 of 1 Attachment B: Bid/Pricing Schedule Sourcewell Sourcewell FPN Part Description Qty Cooperative Cooperative Pricing Pricing Schedule Schedule 1 1017250 SUGAR FREE QWIK STIK SQWINCHER: squinchers grape 600 $ 0.4367 $ 262.02 powder 2 1011197 squinchers fruit punch powder 100 $ 0.4367 $ 43.67 3 1011196 squinchers orange powder 100 $ 0.4367 $ 43.67 4 1017249 squinchers lemon lime powder 100 $ 0.4367 $ 43.67 5 0617419 Neutrazen natural scrent cranberry spice 50 $ 6.2921 $ 314.61 6 0617412 Neutrazen natural scrent green apple 50 $ 5.5534 $ 277.67 7 650113 HAND SANITIZER 4 OZ: hand sanitzer 4 OZ 200 $ 2.1750 $ 435.00 9 923383497 ALCOHOL ISOPROPYL PINT: Alcohol isopropyl 16oz 150 $ 2.7640 $ 414.60 12 924264037 KIT FIRST AIDE 25/UNIT: First Aid kit 25/unit 50 $ 25.6980 $ 1,284.90 13 924623472 LIGHT HEAD/HARDHAT: headlamp hardhat 200 $ 39.3000 $ 7,860.00 FLASHLIGHT INTRINSICALLY SAFE:flashlight intrinsically 14 99528389 200 $ 38.5200 $ 7,704.00 safe 15 0603708 Lysol disinfected spray crisp linen 19oz 100 $ 12.6800 $ 1,268.00 16 10615454 Silver buckets (metal) 100 $ 14.5920 $ 1,459.20 17 1922218323 2 gal gas canister red 60 $ 16.0450 $ 962.70 GAS CAN SAFETY 5 GAL YW/DIESEL: 2 gal diesel canister 18 1020551 yellow 30 $ 79.4140 $ 2,382.42 20 14132627 HAND PUMP W/6 FT HOSE: hand pump w/6t hose 100 $ 35.6112 $ 3,561.12 21 923264450 JUG WATER PLASTIC 1 GAL: waterjug 1 gal red 200 $ 11.9140 $ 2,382.80 22 1008242 squenchers 5 gal water jug 50 $ 56.7170 $ 2,835.85 23 925275157 sgwincher freezer pops assorted 1000 $ 0.2900 $ 290.00 24 1007314 LINERS WINTER HARD HAT: balaclava winter mask black 100 $ 6.2408 $ 624.08 25 1017648 cold hood 100 $ 5.6422 $ 564.22 26 0471658 BUSHING 3/4"X 1/2" PVC: 200 $ 0.4746 $ 94.92 27 0471618 BUSHING 1" X 1/2" PVC: 200 $ 0.5538 $ 110.77 28 0471619 BUSHING 1" X 3/4" PVC: 200 $ 0.5538 $ 110.77 29 99925217 COUPLING 3/4" PVC FIPT X FIPT: 100 $ 3.9222 $ 392.22 30 0471662 BUSHING 1-1/4" X 3/4"PVC: 100 $ 1.1998 $ 119.98 31 0471663 BUSHING 1-1/4" X 1" PVC: 100 $ 1.1769 $ 117.69 32 199924957 1 BUSHING 1.5" X 3/4" PVC: 100 $ 1.9693 $ 196.93 33 10471625 1 BUSHING 1.5" X 1" PVC: 100 $ 0.7028 $ 70.28 34 10471626 1 BUSHING 1.5" X1-1/4" PVC: 100 $ 0.7947 $ 79.47 35 10471669 BUSHING 2" X 3/4" PVC: 100 $ 1.8288 $ 182.88 36 10471629 BUSHING 2" X 1" PVC, SLIP X S: 100 $ 1.3106 $ 131.06 37 10471671 BUSHING 2" X 1-1/4" PVC: 100 $ 1.8643 $ 186.43 38 0471631 BUSHING 2" X 1.5" PVC: 100 $ 1.2719 $ 127.19 39 0471637 BUSHING 2.5" X 2" PVC: 100 $ 2.1227 $ 212.27 40 1002038 15 mil nitrile flock lined x-large size 11 100 $ 1.7318 $ 173.18 41 0471570 JADAPTER 1/2" FEMALE: 50 $ 0.5353 $ 26.76 Page 1 of 12 42 191197760 JADAPTER 3/4" FEMALE: 1 100 1 $ 0.3972 1 $ 39.72 43 199924873 JADAPTER 1" FEMALE: 1 100 1 $ 0.69981 $ 69.98 44 199925239 JADAPTER 1-1/4"FEMALE: 1 50 1 $ 8.1537 1 $ 407.69 45 14204556 JADAPTER 1.5" FEMALE: 1 50 1 $ 2.5714 1 $ 128.57 46 10471579 JADAPTER 2" FEMALE: 1 100 1 $ 1.1407 1 $ 114.07 47 10470436 1 COUPLING 1/2" PVC SLIP X SLIP: 100 $ 1.6731 1 $ 167.31 48 10470437 COUPLING 3/4" PVC SLIP X SLI: 200 $ 2.3006 $ 460.11 49 10471552 COUPLING 1" PVC SLIP X SLIP: 200 $ 0.4708 $ 94.16 50 10471553 COUPLING 1-1/4" PVC, SLIP X SL: 100 $ 0.6013 $ 60.13 51 0471554 COUPLING 1.5" PVC SLIP X SLIP: 100 $ 0.6519 $ 65.19 52 0471555 COUPLING 2" PVC SLIP X SLIP: 200 $ 1.0321 $ 206.43 53 0471556 COUPLING 2.5" PVC, SLIP X SLIP: 100 $ 2.2763 $ 227.63 54 924840057 ELL PVC 1/2" 90? S X S SCH40: 50 $ 0.3255 $ 16.28 55 924840245 ELL PVC 3/4" 90? S X S SCH40: 200 $ 17.5443 $ 3,508.86 56 0471463 ELL PVC 1" 90?S X S SCH40: 200 $ 0.5976 $ 119.51 57 0471464 ELL PVC 1-1/4"90? S X S SCH40: 50 $ 0.8127 $ 40.64 58 047146S ELL PVC 1.5" 90? S X S SCH40: 100 $ 1.1227 $ 112.27 59 0471466 ELL PVC 2" 90?S X S SCH40: 100 $ 1.7565 $ 175.65 60 0471467 ELL PVC 2.5" 90?S X S SCH40: 50 $ 5.4084 $ 270.42 61 1924840526 ELL PVC 1/2" 90? S X F SCH40: 50 $ 0.3720 $ 18.60 62 1924840241 ELL PVC 3/4" 90? S X F SCH40: 50 $ 0.4030 1 $ 20.15 63 10471492 1 ELL PVC 1"X3/4 90?S X F SCH40: 50 $ 1.1998 $ 59.99 64 10471482 1 ELL PVC 1" 90? S X F SCH40: 100 $ 0.7753 $ 77.53 65 11023969 1 Raincoat yellow with hood CCW LOGO Medium 100 $ 12.9615 $ 1,296.15 66 11023968 1 Raincoat yellow with hood CCW LOGO Large 100 $ 12.9615 $ 1,296.15 67 11024044 Raincoat yellow with hood CCW LOGO XL 100 $ 12.9615 $ 1,296.15 68 1024040 Raincoat yellow with hood CCW LOGO 2XL 100 $ 12.9615 $ 1,296.15 69 1024041 Raincoat yellow with hood CCW LOGO 3XL 100 $ 12.9615 $ 1,296.15 70 1024042 Raincoat yellow with hood CCW LOGO 4XL 50 $ 12.9615 $ 648.08 71 1023974 Raincoat yellow with hood CCW LOGO5XL 50 $ 12.9615 $ 648.08 72 922693231 Peper Hot Cups 8oz 1000/case white 10 $ 97.5266 $ 975.27 73 466536 90 street elbow 2 FPT x 2 MPT galvanized 10 $ 13.9440 $ 139.44 74 0427110 1/2" SS ball valve 25 $ 23.0538 $ 576.35 75 0427112 1" SS ball valve 50 $ 52.8642 $ 2,643.21 76 10464172 1" 45 pipe 316 ss 50 $ 8.1660 $ 408.30 77 0470415 ELL PVC 3/4"45 DEGREE: 50 $ 2.5012 $ 125.06 78 0471530 ELL PVC 1"45 DEGREE: 50 $ 0.9337 $ 46.69 79 10471531 JELL PVC 1-1/4" 45 DEGREE: 50 $ 1.2905 $ 64.52 80 10471532 JELL PVC 1.5"45 DEGREE: 50 $ 1.1964 $ 59.82 81 10471533 JELL PVC 2" 45 DEGREE: 50 $ 1.6611 $ 83.05 82 1924839156 ITEE PVC 1/2" SLIP X SLIP: 50 $ 0.3840 $ 19.20 83 1924838883 ITEE PVC 3/4" SLIP X SLIP: 50 $ 0.4160 $ 20.80 84 10471329 ITEE PVC 1" SLIP X SLIP: 50 $ 0.7851 $ 39.26 85 10471330 ITEE PVC 1-1/4"SLIP X SLIP: 50 $ 1.0401 $ 52.00 86 10471331 ITEE PVC 1.5" SLIP X SLIP: 50 $ 1.0752 $ 53.76 87 10471332 TEE PVC 2" SLIP X SLIP SCH40: 100 $ 2.2243 $ 222.43 88 0471333 TEE PVC 2.5" SLIP X SLIP: 50 $ 7.4692 $ 373.46 89 0471568 ADAPTER 1/2" MALE ADAPTER, SCH: 50 $ 0.4954 $ 24.77 90 0471608 ADAPTER 3/4" MALE SCH 40 PVC: 100 $ 1.6741 $ 167.41 Page 2 of 12 91 10471593 JADAPTER 1" MALE SCH 40 PVC: 100 $ 0.5420 $ 54.20 92 10471594 JADAPTER 1-1/4"MALE ,SCH 40 PVC: 50 $ 0.4958 $ 24.79 93 10471595 JADAPTER 1.5 " MALE SCH 40 PVC: 50 $ 0.8972 $ 44.86 94 10471596 JADAPTER 2" MALE SCH 40 PVC: 50 $ 1.1589 $ 57.94 95 0471590 3/4 thread x 1 slip male adapter 50 $ 0.8003 $ 40.02 96 199924992 1 CAP 1/2" PVC, SLIP: 100 $ 0.3864 1 $ 38.64 97 10470590 1 CAP 3/4" PVC SLIP: 100 $ 1.3776 1 $ 137.76 98 10471707 1 CAP 1", PVC, SLIP: 100 $ 0.3254 1 $ 32.54 99 10471709 CAP 1.5" PVC SLIP: 50 $ 0.6566 $ 32.83 100 0471710 CAP 2" PVC SLIP: 50 $ 0.9160 $ 45.80 HAT SUN VISOR FOR FULL BRIM: Hard hat sun visor full 101 1023720 100 $ 23.6161 $ 2,361.61 brim 102 923397315 PAD H.D. KNEE W/VELCRO: knee pads 100 $ 13.2500 $ 1,325.00 103 1330252 FACE SHIELD CLEAR: face shield clear 50 $ 2.0800 $ 104.00 104 99974812 Face Shield head gear: head gear bracket 50 $ 7.7600 $ 388.00 105 1001891 Mask half face piece, small 50 $ 15.0619 $ 753.09 106 1001892 Mask half face piece, medium 50 $ 14.7514 $ 737.57 107 1001893 Mask half face piece, large 50 $ 14.7514 $ 737.57 109 1001883 Particulate Filter P100 50 $ 8.3122 $ 415.61 110 8904641 Multi Gas/Vapor Cartridge 50 $ 6.6216 $ 331.08 112 99904386 1 HAT BRIGHT FLOPPY SAFETY: Floppy saftey hat yellow 200 $ 10.0170 1 $ 2,003.40 113 1072650 BANDANA-BLUE: cooling bandana blue 200 $ 2.8148 $ 562.96 114 1005458 PADS HAT HARD: hard hat pads.neck shade cooling blue 100 $ 5.2660 $ 526.60 115 0817640 1 BANDS SWEAT FOR SAFETY CAP: 200 $ 0.7170 $ 143.40 116 91002743V01 HELMET SUN-TAN MESH: Hard hat shade 100 $ 3.5980 $ 359.80 117 0614169 All purpose cotton rags 250 $ 32.0414 $ 8,010.35 BOOTS KNEE PVC W/STEEL TOE S14: Blck PVC unlined 118 91086400 insole steel toe boots size 14 24 $ 15.8200 $ 379.68 BOOTS KNEE PVC W/STEEL TOE S13: Blck PVC unlined 119 91086399 insole steel toe boots size 13 24 $ 15.8200 $ 379.68 BOOTS KNEE PVC W/STEEL TOE S12: Blck PVC unlined 120 91086398 insole steel toe boots size 12 24 $ 15.8200 $ 379.68 BOOTS KNEE PVC W/STEEL TOE 511: Blck PVC unlined 121 91086397 insole steel toe boots size 11 48 $ 15.8200 $ 759.36 BOOTS KNEE PVC W/STEEL TOE S10: Blck PVC unlined 122 91086396 insole steel toe boots size 10 48 $ 15.8200 $ 759.36 BOOTS KNEE PVC W/STEEL TOE S9: Blck PVC unlined 123 91086395 48 $ 15.8200 $ 759.36 insole steel toe boots size 9 BOOTS PVC KNEE W/STEEL TOE S8: Blck PVC unlined 124 91086394 48 $ 15.8200 $ 759.36 insole steel toe boots size 8 BOOTS PVC KNEE W/STEEL TOE S7: Blck PVC unlined 125 91086393 48 $ 15.8200 $ 759.36 insole steel toe boots size 7 127 0610038 1 Brawny Disposable cleaning towel -white 148 count 250 $ 5.0414 $ 1,260.35 128 99542283 GLOVES LEATHER DRIVING SMALL: Leather Driving Glove 100 $ 14.3520 $ 1,435.20 Small GLOVES LEATHER DRIVING MED: Leather Driving Glove 129 99542284 100 $ 13.7260 $ 1,372.60 Medium Page 3 fo 12 GLOVES LEATHER DRIVING LARGE: Leather Driving Glove 130 2150385 Large 300 $ 22.6699 $ 6,800.96 GLOVES LEATHER DRIVING X-LG: Leather Driving Glove X- 131 99542286 300 $ 13.2042 $ 3,961.27 Large HAT, HARD FULL BRIM: Hard Hat neon yellow full brim 132 0201597 200 $ 14.8839 $ 2,976.77 High Viz VEST SXLGE GREEN W/REFL STRIPE: High viz saftey vest 133 99467999 Type R Class 2 ANSI/ISEA 107-2015 5XL 100 $ 12.6823 $ 1,268.23 VEST 4XLGE GREEN W/REFL STRIPE: High viz saftey vest 134 921044453 Type R Class 2 4XL 100 $ 4.6436 $ 464.36 VEST XXXLG GREEN W/REF STRIPE: High viz saftey vest 135 99467997 100 $ 12.6823 $ 1,268.23 Type R Class 2 3XL 140 99467790 GLASSES SAFETY W/CLEAR LENS: Safey glasses clear 100 $ 1.0455 $ 104.55 SPRAY DOG REPELLANT PEPPER: Dog Repellent- Irritating 141 0691061 120 $ 9.7350 $ 1,168.20 spray 1.5 OZ LENS CLEANING WIPES 100/BOX: Glasses wipes- 142 1009003 50 $ 8.7327 $ 436.64 Towellets TOWELETTES SUN SCREEN ,50 BX: Sunscreen lotion pouch 143 1067489 20 $ 0.4200 $ 8.40 spf 30 water resistant BANDAIDS 1"X 3" ELASTIC: Bandaids- Vx3' Woven 145 1027412 20 $ 1.3400 $ 26.80 Bandages 146 1070440 GLOVE DRIV COLD WEATHR MED: Drive Glove Cold 60 $ 5.7798 $ 346.79 weather white Medium 147 1070441 GLOVE DRIV COLD WEATHER LRG: Drive Glove Cold 60 $ 5.8391 $ 350.35 weather white Large 148 1070442 GLOVE DRIV COLD WEATHR XLRG: Drive Glove Cold 60 $ 5.7798 $ 346.79 weather white X-Large GLOVES LEATHER DRIVING XX-LG: Drive Glove Cold 149 1052807 60 $ 12.6759 $ 760.56 weather white XX-Large GLOVES FLEX GRIP MED 6 PER PK: Handyman gloves flex 154 1051286V01 200 $ 2.9863 $ 597.26 grip Medium 155 1051287V01 GLOVES FLEX GRIP LARGE: Handyman gloves flex grip 200 $ 2.9863 $ 597.26 Large 156 1051288V01 GLOVES FLEX GRIP XL: Handyman gloves flex grip X-Large 200 $ 2.9863 $ 597.26 VEST XX-LRG GREEN W/REF STRIPE: High viz saftey vest 157 99467996 Type R Class 2 ANSI/ISEA 107-2020 2XL 150 $ 12.0445 $ 1,806.67 VEST XL GREEN W/REFL STRIPE: High viz saftey vest Type R 158 99467995 Class 2 ANSI/ISEA 107-2020 XL 150 $ 13.5570 $ 2,033.55 VEST LGE GREN W/REFL STRIP: High viz saftey vest Type R 159 99467994 Class 2 ANSI/ISEA 107-2020 L 200 $ 13.4021 $ 2,680.42 VEST MED GREEN W/REFL STRIP: High viz saftey vest Type 160 99467917 R Class 2 ANSI/ISEA 107-2020 M 150 $ 9.2441 $ 1,386.62 162 1334814 GLOVE NITRILE 8 MIL MED: Nitrile disposable gloves 8-MIL 100 $ 0.1346 $ 13.46 powder Free industrial grade Medium ORDER 3908 NON-POWDERED: Nitrile disposable gloves 8- 163 1334815 MIL powder Free industrial grade XL 200 $ 0.1346 $ 26.93 EAR SLIMLINE MUFF STYLE: Ear Muff Noise reduction 27 164 1056219 50 $ 13.8423 $ 692.12 Decibles Hi Viz Page 4 of 12 REPELLENT INSECT 6 OZ OFF: Off deep woods insect 165 0600750 repellent v 6OZ 500 $ 8.5719 $ 4,285.94 SPRAY BEE/WASP LONG RANGE: Wasp and Hornet Killer 166 0621044 120 $ 5.6829 $ 681.95 16oz SPRAY CRAWLING INSECT: Hot Shot Ant, Roach, Spider 167 921753500 120 $ 8.7816 $ 1,053.80 killer 116 aersol spray 168 0613293 LUBRICANT 12 OZ WD-40:WD-40 with nozzel 11oz 200 $ 9.9622 $ 1,992.43 169 4216735 CEMENT PVC JOINT QUARTS: Oatey Heavy duty clear pvc 120 $ 25.1129 $ 3,013.55 cement 32oz CLEANER PVC JOINT QUARTS: Oatey Regular clear 170 922790599 120 $ 25.0015 $ 3,000.18 advanced pvc cement 32oz PVC CEMENT, BLUE (QTS): Oatey Rain-R-Shine medium 171 4216729 120 $ 37.4334 $ 4,492.01 blue pvc cement 32oz PRIMER PVC PURPLE QUARTS: Oatey Purple Primer for 172 4216690 120 $ 13.6780 $ 1,641.37 PVC 32oz 173 13-337730 Diamond Blade 350 x 25,4mm (14"x1" 120 $ 115.6800 $ 13,881.60 174 0826982 Norton cut off wheeI14" x 1/8 x 1120mm concrete 120 $ 12.1395 $ 1,456.74 175 0618352 weep-ez oil based floor sweeping compound 50 lb 10 $ 24.6890 $ 246.89 176 0253172 JAX 3 1/2 lb wood handle 25 $ 26.2818 $ 657.05 177 99449833 30" bolt cutter orange handle black head 25 $ 43.4721 $ 1,086.80 178 921193188 sledge hammer 8 lb with wood handle and neck protector 30 $ 239.0832 $ 7,172.50 179 0235412 HAMMER SLEDGE 12 LB W/HANDL: Sledge hammer 12 lb 30 $ 94.6977 $ 2,840.93 Sledge hammer 16 lb with wood handle and neck 180 921192914 50 $ 342.5600 $ 17,128.00 protector 181 0226719 60" pinch point bar black,S400 jobsite 30 $ 69.0792 $ 2,072.38 182 0135800 WAND MARK UPSIDE DOWN PAINT: markig wand 30 $ 22.4816 $ 674.45 COVERALLS 3X-LRG DISPOSABLE: Coveralls 3X-Large 183 1052264 100 $ 4.1230 $ 412.30 Disposable COVERALLS 5X-LRG DISPOSABLE: Coveralls 5X-Lrg 184 1068887 100 $ 8.1070 $ 810.70 Disposable 185 0690305 Marking paint Brilliant White Aerosol, Quik-Mark Water 100 $ 4.4033 $ 440.33 Based 17 oz 186 0690304 Marking Paint Flour Caution Blue, Quik mark Water based 100 $ 4.4887 $ 448.87 17 oz PAINT SPRAY GREEN MARKING: Marking Paint, 187 0608515 Flourescent Safety Green, Quik mark,17 oz 50 $ 4.4887 $ 224.44 190 0602099 1 BRUSH PAINT 3" BRISTLE: 3" paint brush 40 $ 1.0741 $ 42.96 191 0602100 1 BRUSH PAINT 4" PAINT BRISTLE:4" Paint brush 50 $ 3.3555 $ 167.78 192 610035-131464 30 $ 30.7964 $ 923.89 BRUSH TRUCK 10" W/SOFT: 9" Wash Brush Green Nylex 193 610021-131464 ITruck Brush Handle/Metal Tip: Handle for wash brush 30 $ 9.0404 $ 271.21 194 0609730 1 Gojo Hand Cleaner14 oz, 20 $ 22.3898 $ 447.80 195 57013 PVC SAW 12" 25 $ 21.9911 $ 549.78 196 57014 PVC Saw 18" 25 $ 20.5040 $ 512.60 197 57015 PVC Saw Blade 12" 25 $ 8.5253 $ 213.13 198 57016 PVC Saw Blade 18" 25 $ 10.5245 $ 263.11 Page 5 of 12 199 4216842 Pipe Jount Lubricant,Water Dispersible net weight 2 Ibs 30 $ 13.1250 $ 393.75 200 0621140 M Bomb Total Release Fogger, bug spray, net wt 9oz, 20 $ 15.4350 $ 308.70 MGKR 264 201 1054357 Replacement hard hat insert ratchet 50 $ 18.6575 $ 932.88 PIPE EXTRACTOR 3/4": 3/4" easy out pipe extractor, 205 5228-35615 20 $ 46.4590 $ 929.18 square 206 5228-35620 1 PIPE EXTRACTOR 1": 1" Easy out pipe extractor, square 20 $ 50.2180 $ 1,004.36 207 0200004 12" snips 20 $ 30.2775 $ 605.55 208 0628472 SPRAYER TRIGGER: Spray trigger,White and Red 300 $ 5.0540 $ 1,516.20 209 0682520 BOTTLE 32 OZ PLASTIC: 32 oz Bottle 150 $ 4.4380 $ 665.70 210 0237292 BATTERY SIZE 12V: 12V battery 48 $ 2.2694 $ 108.93 211 60433 BATTERY SIZE 6V LANTERN: 6 Volt lantern battery 48 $ 3.7404 $ 179.54 212 0215006 BATTERY SIZE D SOLD EACH 12/PK: D battery Procell 72 $ 0.9558 $ 68.82 213 0215009 BATTERY SIZE 9V EACH: 9V battery, procell 72 $ 1.4972 $ 107.79 214 0215007 BATTERY SIZE C EACH: C battery procell 72 $ 0.7614 $ 54.82 215 0620280 SOAP ANTIMICROBIAL HAND: Antibacterial soap 7,5 FL OZ 200 $ 6.2930 $ 1,258.60 SOAP LAVA HAND 4OZ BAR 48/CS: Lava Par Soap Pumice- 216 650000-131515 100 $ 2.0958 $ 209.58 powered 217 0617401 Glass cleaner spray can, ammonia free, 19 oz net wt, 100 $ 3.4424 $ 344.24 218 0617406 Stainless Steel Cleaner,Always ShineT, net WT. 14.5 oz 10 $ 6.1269 $ 61.27 219 922441888 1 MACHETE: Machete 35 $ 23.8050 $ 833.18 220 920216991 Hard Surface &Glass Cleaner, Fast& EasyR, Net 1 Quart 70 $ 6.6220 $ 463.54 221 921753412 Pulti Surface Protectant, Shine PlusR, net 1 quart 100 $ 10.0870 $ 1,008.70 222 922922194 SHEARS LOPPING BYPASS TYPE: Loppers,jauWood 40 $ 15.1350 $ 605.40 Handlesws cut 223 0602361 BROOM STREET 16" W/O HANDLE: Street broom with out 40 $ 17.1451 $ 685.80 handle 16", orange brisels, wood block for taper handle 224 99251224 Crow bar 24" black 10 $ 16.8825 $ 168.83 225 0537230 Drum Wrench Black 1 1/4" 10 $ 26.5950 $ 265.95 226 99524665 WRENCH FIRE HYDRANT: Hydrant Wrench 50 $ 38.5799 $ 1,928.99 227 5102046 FUNNEL GALV 2QT: Funnel steel 2 quart 50 $ 16.1775 $ 808.88 BRUSH WIRE 14"CURVED HANDLE: Big Wire Brush wood 229 920113336 Handle 50 $ 7.6200 $ 381.00 BRUSH WIRE PART CLEANING: Stainless Wire brush w/ 230 0805598 50 $ 1.5457 $ 77.29 black plastic handle 7 1/4" overall 233 0222960 1 KNIFE PUTTY 1-1/4": Putty Knife 1 1/4 wide Flexible 50 $ 3.3929 $ 169.65 234 0222962 KNIFE PUTTY 2" 2"X3-1/4" BLAD: Putty knife 2" flex 50 $ 3.5428 $ 177.14 235 2121433 PLIERS 8" SIDE CUTTER: large side cutter 25 $ 14.7300 $ 368.25 236 0228766 1WRENCH ADJUST 6" AC16: Small 6" Crescent 30 $ 14.9868 $ 449.60 237 0243840 1WRENCH ADJUST 8" CRES.AC-18: Crescent Wrench 8" 30 $ 17.8028 $ 534.08 238 0228756 WRENCH ADJUST 10" CRESAC110: Crescent Wrench 10" 50 $ 21.6648 $ 1,083.24 WRENCH ADJUSTABLE 12": Crescent Wrench 12",Alloy 239 0228759 Crestoloy steel, plated 50 $ 24.5861 $ 1,229.31 Page 6 of 12 240 0228761 WRENCH ADJUSTABLE 15": Crescent Wrench 15",Alloy 50 $ 45.7674 $ 2,288.37 Crestoloy Steel plated WRENCH ADJUSTABLE 18": Crescent Wrench 18", Alloy 241 0228762 Crestoloy steel plated 10 $ 59.0226 $ 590.23 WRENCH COMBNINATION 3/4": 3/4 Combo open/box end 242 2112101 25 $ 4.8610 $ 121.53 wrench plated WRENCH COMBNINATION 7/8": 7/8 combo open/box 243 0237910 25 $ 24.9006 $ 622.51 end plated WRENCH COMBNINATION 15/16": 15/16 Combo wrench 244 0237911 25 $ 31.1338 $ 778.35 plated 245 2112103 WRENCH COMBINATION 1-1/8": 1 1/8" Combo wrench 25 $ 16.4017 $ 410.04 plated 247 2112108 WRENCH COMBINATION 1-1/4": 1 1/4" Combo Wrench 25 $ 18.0927 $ 452.32 plated BLADE HACK 12"X 24TEETHIO/PK: 12" 24 tooth, Hack Saw 248 99222686 25 $ 8.4304 $ 210.76 Blades 251 922441890 Pruner 25 $ 20.6775 $ 516.94 252 923446659 j Replacement Blade Model#37116 2S $ 10.6642 $ 266.61 253 5228-12831 Replaement Blade 25 $ 138.2445 $ 3,456.11 BLADE TUBING CUTTER- RIDGID: Wheels For Small Tubing 254 5228-33165 20 $ 7.6282 $ 152.56 Cutters 257 2156459 PLIERS 6" NEEDLE NOSE: 6" Needle Nose Pliers 20 $ 8.2687 $ 165.37 258 921060204 ISCREWDRIVER 12" REGULAR: 12" Screwdrivers Regular 100 $ 12.9307 $ 1,293.07 259 0225252 1 Ball Pien 32 oz yellow handle 15 $ 12.7600 $ 191.40 260 99455321 IPLIERS 7" DIAGONAL PLIERS: Pliers 7" 15 $ 9.3869 $ 140.80 261 2156461 PLIERS 5" DIAGONAL PLIERS: 5" Diagnol cutter 15 $ 6.4681 $ 97.02 262 0224012 CHANNEL LOCK PLIERS 9 1/2": 9 1/2 channelock pliers 50 $ 13.5764 $ 678.82 263 0224006 CHANNEL LOCK PLIERS 16": channel lock 25 $ 34.4298 $ 860.74 264 0213227 SCREWDRIVER 6" REGULAR: 6" Screwdriver standard 80 $ 6.1897 $ 495.18 HAMMER CHIPPING WOOD HDLE: Chipping hammer 266 923045222 50 $ 21.6450 $ 1,082.25 Wood HAMMER ENG 3 POUND: Sledge hammer3 lb wood 268 2173-62-324 handle 50 $ 18.3434 $ 917.17 269 91001916V01 HOT RODS HAND WARMERS: Hand Warmers 50 $ 3.8740 $ 193.70 TAPE WATERLINE:Tape Waterline 2"x 1000' blue, Caution 270 1306620 20 $ 29.2948 $ 585.90 Buried Water Line Below Hydra-Eze,food grade Anti-Seize &Thrd Compound for 271 0692945 20 $ 50.4675 $ 1,009.35 Fire Hydrants, Net weight 9 oz 272 0427016 IVALVE BRASS BALL 3/4": 5/8 x 3/4 x 1/16 Neop Ring 20 $ 26.0190, $ 520.38 273 922917619 1 Blue Stake Flags 2" x 3" x 21" 10 $ 13.3350 $ 133.35 COMPOUND ANTI-SEIZE 16 OZ: Never-Seez Anti-Seize & 275 0207858 24 $ 30.7578 $ 738.19 Lubricating Compound Regular Grade Net WT 1 LB COMPOUND ANTI-SEIZE-AEROSOL: Compound Anti-Seize 276 922504494 Aerosol 12.5 OZ, Never Seez Regular Grade 24 $ 22.4320 $ 538.37 277 1007329 PADLOCK LAMINATED #3D: Padlock Laminated#3D 50 $ 12.3340 $ 616.70 278 0459857 NOZZLE HOSE 3/4" PISTOL: Nozzle Hose 3/4" Pistol 25 $ 7.5225 $ 188.06 WASHERS HOSE 3/4" 10/PKG,N-300:Thick Washers Hose 279 0459861 5000 $ 1.2900 $ 6,450.00 3/4"10/PKG N-300 280 133018 3/4 thin washer 5000 $ 0.3716 $ 1,858.00 Page 7 of 12 281 922058237 1" Meter Coupling Washer 1" x 1/8" EPDM 1 2500 1 $ 2.0175 $ 5,043.75 282 33096 1"Thin Washers 1 2500 1 $ 0.3071 $ 767.75 283 0416762 2" Full Face Flange Gasket, black 1 200 1 $ 5.2950 $ 1,059.00 284 4212488 PLUG CLEAN-OUT 6" PVC-DWV: 2"Thin Hydrant Gasket 200 $ 16.6290 $ 3,325.80 287 0249783 ITape Flag Orange 1 3/16" x 45M 50 $ 2.1980 $ 109.90 TAPE YELLOW CAUTION BARRIER:Tape Yellow Caution 288 1340203 20 $ 11.4380 $ 228.76 Barrier 289 0810253 LIGHTER TRIPLE FLINT 110-4501: Welding Tip Cleaner 20 $ 6.7284 $ 134.57 290 99471058 FLINT REPLACEMENT: Striker Flint 20 $ 3.7804 $ 75.61 291 0254597 Shovel extra thick 14 gauge blade 20 $ 27.6564 $ 553.13 292 0204516 SHOVEL LONG HDLE ROUND PT: Spade shovel 120 $ 24.7947 $ 2,975.36 293 0205083 RAKE BOW HEAD STEEL: Rake Bow head 50 $ 22.3774 $ 1,118.87 294 0204515 SHOVEL LONG HANDLE SQ PT: Square Shovel 58" 120 $ 22.0933 $ 2,651.20 SHOVEL TRENCH 5" BLADE LONG: Shovel trench 5" blade 295 5098-47-174 120 $ 53.2976 $ 6,395.71 58" length 296 99251232 HOOKS MANHOLE 30": Hook Manhole 30" red 100 $ 21.7210 $ 2,172.10 297 924684020 BAR PRY 1/2" X 36" NEIKO: Bar Pry 1/2" x 36" Neiko 30 $ 55.6425 $ 1,669.28 298 0600381 wood handle 60" taper for street broom 60 $ 8.5598 $ 513.59 299 63132 1 CABLETIE BLACK 15" 100/PKG UV: cable ties 15" black 50 $ 0.1916 $ 9.58 300 63126 CABLETIE BLACK 8" 100/PKG UV: Cable ties 8" black 80 $ 0.0539 $ 4.31 301 0812268 FILE BASTARD 14" FLAT #3863: 14" flat bastard cut file 25 $ 20.3112 $ 507.78 302 91055888 CUTTER PIPE 4 BLADE 3/4"-2": 14" wrasp horse file 25 $ 28.4625 $ 711.56 303 5228-31000 WRENCH 6" PIPE RIDGID#31000: 6 in pipe wrench 30 $ 36.5758 $ 1,097.27 304 5228-31005 1WRENCH 8" PIPE #31005: 8 in pipe wrench 30 $ 40.6629 $ 1,219.89 305 5228-31010 WRENCH 10" PIPE #31010: 10 in pipe wrench 30 $ 43.1694 $ 1,295.08 306 5228-31015 WRENCH 12" PIPE #31015: 12 in pipe wrench 40 $ 47.0968 $ 1,883.87 307 5228-31020 WRENCH 14" WRENCH #31020: 14 in pipe wrench 100 $ 51.2955 $ 5,129.55 308 5228-31025 PIPE ALUMINUM WRENCH 14": 18 in pipe wrench 50 $ 75.3548 $ 3,767.74 309 5228-89435 WRENCH OFFSET PIPE 14": 14in offset pipe wrench 100 $ 95.5824 $ 9,558.24 310 5228-32935 Tubing cutter 5/8 to 2 1/8 OD NO 20 50 1 $ 106.7112 $ 5,335.56 TAPE 2" DUCT 60 YD 1081455: Duct tape grey 2" x 60 311 05006487 150 $ 7.3269 $ 1,099.03 yards 312 4213599 TAPE TEFLON 3/4" 520" ROLL: Teflon tape 3/4"x 520 roll 150 $ 1.5458 $ 231.87 TUBING CUTTER 1/8"-1" RIDGID:Tubing cutter 18" to 1" 314 5228-31627 50 $ 44.3816 $ 2,219.08 N0.15 315 2119988 ITAPE 25' STEEL MEASURING 1": 25" FT measuring tape 200 $ 9.9867 $ 1,997.34 316 2112405 1 SOCKET 5/16" SHALLOW 1/4" DR: 3/8" deep socket 100 $ 4.8525 $ 485.25 317 2112314 SOCKET 1/2" SHALLOW 3/8" DR: 1/2" deep socket 50 $ 2.9150 $ 145.75 318 2112323 SOCKET 7/8" DEEP 1/2" DRIVE: 7/8" deep socket 50 $ 4.9559 $ 247.80 319 923446690 1 RATCHETING PVC SHEARS 1"-1/2": Poly cutter 2 1/2 70 $ 20.1431 $ 1,410.01 320 0215806 LEVEL 9" MAGNETIC TORPEDO: Level 9" magnetic torpedo 100 $ 6.8850 $ 688.50 321 920396396 RATCHET FOR REED SOCKET: 1 1/4 socket ratchet 100 $ 177.8715 $ 17,787.15 322 0209710 OD measuring tape 25 $ 28.0275 $ 700.69 324 923746952 BLADES UTILITYSTNLY-11-291: Utility blade 30 $ 2.0422 $ 61.27 325 99455320 KNIFE LINOLM 2.5" BLADE: Hook Knife 100 $ 7.7275 $ 772.75 Page 8 of 12 327 0282984 DRIVER 5/16" NUT STRAIGHT: 5/16 nut driver hollow shaft 100 $ 13.0825 $ 1,308.25 328 36402 1/4-20 Hex Nuts YZ Grade 8 100 $ 0.0325 $ 3.25 329 36404 5/16-18 Hex Nuts YZ Grade 8 100 $ 0.0489 $ 4.89 330 36406 3/8-16 Hex Nuts YZ Grade 8 100 $ 0.0716 $ 7.16 331 36408 7/16-14 Hex Nuts YZ Grade 8 100 $ 0.1249 $ 12.49 332 36410 1/2-13 Hex Nuts YZ Grade 8 100 $ 0.1484 $ 14.84 333 36412 9/16-12 Hex Nuts YZ Grade 8 100 $ 0.1808 $ 18.08 334 36713 5/8-11 Hex Nuts YZ Grade 8 100 $ 0.2617 $ 26.17 335 36416 3/4-10 Hex Nuts YZ Grade 8 100 $ 0.4959 $ 49.59 336 33813 1/4 Flat washer YZ Grade 8 100 $ 0.0356 $ 3.56 337 33814 5/16 Flat washer YZ Grade 8 100 $ 0.0443 $ 4.43 338 33815 3/8 Flat washer YZ Grade 8 100 $ 0.0625 $ 6.25 339 33816 7/16 Flat washer YZ Grade 8 100 $ 0.0790 $ 7.90 340 33817 1/2 Flat washer YZ Grade 8 100 $ 0.1432 $ 14.32 341 33862 9/16 Flat washer YZ Grade 8 100 $ 0.4317 $ 43.17 342 33819 5/8 Flat washer YZ Grade 8 100 $ 0.1752 $ 17.52 343 33820 3/4 Flat washer YZ Grade 8 100 $ 0.2358 $ 23.58 344 0123494 1/4 Lock washer YZ Grade 8 100 $ 0.0096 $ 0.96 345 33892 5/16 Lock washer YZ Grade 8 100 $ 0.0182 $ 1.82 346 33893 3/8 Lock washer YZ Grade 8 100 $ 0.0353 $ 3.53 347 33894 7/16 Lock washer YZ Grade 8 100 $ 0.0698 $ 6.98 348 33895 1/2 Lock washer YZ Grade 8 100 $ 0.0706 $ 7.06 349 33896 9/16 Lock washer YZ Grade 8 100 $ 0.1232 $ 12.32 350 33897 5/8 Lock washer YZ Grade 8 100 $ 0.1089 $ 10.89 351 33898 3/4 Lock washer YZ Grade 8 100 $ 0.2066 $ 20.66 352 15001 1/4-20 x 1/2 HCS YZ Grade 8 100 $ 0.0609 $ 6.09 353 15003 1/4-20 x 3/4 HCS YZ Grade 8 100 $ 0.0690 $ 6.90 354 15005 1/4-20 x 1 HCS YZ Grade 8 100 $ 0.0804 $ 8.04 355 15007 1/4-20 x 1 1/4 HCS YZ Grade 8 100 $ 0.0986 $ 9.86 356 15009 1/4-20 x 1 1/2 HCS YZ Grade 8 100 $ 0.1082 $ 10.82 357 15011 1/4-20 x 2 HCS YZ Grade 8 100 $ 0.1392 $ 13.92 358 15053 5/16-18 x 3/4 HCS YZ Grade 8 100 $ 0.1137 $ 11.37 359 15055 5/16-18 x 1 HCS YZ Grade 8 100 $ 0.1250 $ 12.50 360 15057 5/16-18 x 1 1/4 HCS YZ Grade 8 100 $ 0.1469 $ 14.69 361 15059 5/16-18 x 1 1/2 HCS YZ Grade 8 100 $ 0.1671 $ 16.71 362 15061 5/16-18 x 2 HCS YZ Grade 8 100 $ 0.2132 $ 21.32 363 15063 5/16-18 x 2 1/2 HCS YZ Grade 8 100 $ 0.2610 $ 26.10 364 15103 3/8-16 x 3/4 HCS YZ Grade 8 100 $ 0.1622 $ 16.22 365 15105 3/8-16 x 1 HCS YZ Grade 8 100 $ 0.1810 $ 18.10 366 15107 3/8-16 x 1 1/4 HCS YZ Grade 8 100 $ 0.2171 $ 21.71 367 15109 3/8-16 x 1 1/2 HCS YZ Grade 8 100 $ 0.2339 $ 23.39 368 15111 3/8-16 x 2 HCS YZ Grade 8 100 $ 0.3091 $ 30.91 369 15113 3/8-16 x 2 1/2 HCS YZ Grade 8 100 $ 0.3508 $ 35.08 370 15159 7/16-14 x 1 1/2 HCS YZ Grade 8 100 $ 0.3771 $ 37.71 371 15161 7/16-14 x 2 HCS YZ Grade 8 100 $ 0.4803 $ 48.03 372 15163 7/16-14 x 2 1/2 HCS YZ Grade 8 100 $ 0.5823 $ 58.23 373 15205 1/2-13 x 1 HCS YZ Grade 8 100 $ 0.3894 $ 38.94 374 15207 1/2-13 x 1 1/4 HCS YZ Grade 8 100 $ 0.4004 $ 40.04 Page 9 of 12 375 15209 1/2-13 x 1 1/2 HCS YZ Grade 8 100 $ 0.4889 $ 48.89 376 15211 1/2-13 x 2 HCS YZ Grade 8 100 $ 0.6028 $ 60.28 377 15213 1/2-13 x 2 1/2 HCS YZ Grade 8 100 $ 0.6762 $ 67.62 378 15215 1/2-13 x 3 HCS YZ Grade 8 100 $ 0.7968 $ 79.68 379 15217 1/2-13 x 3 1/2 HCS YZ Grade 8 100 $ 0.9138 $ 91.38 380 15219 1/2-13 x 4 HCS YZ Grade 8 100 $ 1.02511 $ 102.51 381 15259 9/16-12 x 1 1/2 HCS YZ Grade 8 100 $ 0.7348 $ 73.48 382 15261 9/16-12 x 2 HCS YZ Grade 8 100 $ 0.9083 $ 90.83 383 15263 9/16-12 x 2 1/2 HCS YZ Grade 8 100 $ 1.1459 $ 114.59 384 15309 5/18-11 x 1 1/2 HCS YZ Grade 8 100 $ 0.7949 $ 79.49 385 20726 5/18-11 x 2 HCS YZ Grade 9 100 $ 4.1538 $ 415.38 386 15311 5/18-11 x 2 1/2 HCS YZ Grade 8 100 $ 0.9068 $ 90.68 387 15315 5/18-11 x 3 HCS YZ Grade 8 100 $ 1.4347 $ 143.47 388 15317 5/18-11 x 3 1/2 HCS YZ Grade 8 100 $ 1.5489 $ 154.89 389 15319 5/18-11 x 4 HCS YZ Grade 8 100 $ 1.6946 $ 169.46 390 15323 5/18-11 x 5 HCS YZ Grade 8 100 $ 2.0295 $ 202.95 391 15325 5/18-11 x 6 HCS YZ Grade 8 100 $ 2.4087 $ 240.87 392 15359 3/4-10 x 1 1/2 HCS YZ Grade 8 100 $ 1.3627 $ 136.27 393 15361 3/4-10 x 2 HCS YZ Grade 8 100 $ 1.4926 $ 149.26 394 15363 3/4-10 x 2 1/2 HCS YZ Grade 8 100 $ 1.7574 $ 175.74 395 15365 3/4-10 x 3 HCS YZ Grade 8 100 $ 2.0213 $ 202.13 396 15367 3/4-10 x 3 1/2 HCS YZ Grade 8 100 $ 2.2858 $ 228.58 397 15369 3/4-10 x 4 HCS YZ Grade 8 100 $ 2.5506 $ 255.06 398 15373 3/4-10 x 5 HCS YZ Grade 8 100 $ 3.0790 $ 307.90 399 15375 3/4-10 x 6 HCS YZ Grade 8 100 $ 3.6975 $ 369.75 FIRE EXTINGUISHER BASIC USE: Fire extinguisher 400 1335715 50 $ 30.5824 $ 1,529.12 residential PB blaster big shot industrial size Penetrating catalyst 401 0627892 240 $ 7.2167 $ 1,732.01 18oz RUST PREVENTOR: Flat black rust protector all in one paint 402 0606018 240 $ 10.0478 $ 2,411.47 and primer 403 0602495 CRC Food grade silicone 10oz 100 $ 11.0839 $ 1,108.39 404 0608560 Waxy film protector 12oz 50 $ 7.3887 $ 369.43 405 0682495 Cold Galvanizing 95% pure zinc 12oz 240 $ 10.5250 $ 2,525.99 Kilz Original White 10001 Primer sealer stainblocker 406 0614507 blocks heavy interior stains 50 $ 49.1727 $ 2,458.64 407 99496605 Rust proof any way spray paint Saftey Blue 303 12oz 120 $ 5.6171 $ 674.05 Kyrlon colormaxx paint and primer indoor and outdoor 410 924675986 12 $ 8.1408 $ 97.69 Metallic Gold 411 620279-131528 1 Clorox germicidal bleach concentrarted 3.78 QT 48 $ 10.0613 $ 482.94 412 0607360 Paint thinner 1 Gal 24 $ 13.2315 $ 317.56 413 4143382 50:1 mix engineered fuel and oil ready to use ethanol free 500 $ 3.5723 $ 1,786.17 Behr paint and primer in one interior semi gloss enamel 414 0610383 48 $ 42.3861 $ 2,034.53 ultra pure white 1 GAL Behr paint and primer interior satin enamel deep basel 415 0617939 12 $ 37.2621 $ 447.15 GAL 416 0160809 behr interior/exterior hi gloss enamel deep base 12 $ 70.1227 $ 841.47 417 0614509 behr paint and primer in one exterior flat deep base 12 $ 30.8614 $ 370.34 Page 10 of 12 418 91895 1/2-13 x 41/2 HCS Galvanized 307A 100 $ 0.9700 $ 97.00 419 0186668 5/8-11 x 3 Galvanized Stud 100 $ 0.8944 $ 89.44 420 70211 1/2-13 x 2 1/2 HCS SS 304 100 $ 0.6977 $ 69.77 421 91927 5/8-11 x 3 1/2 HCS Galvanized 307A 100 $ 1.8726 $ 187.26 422 91925 5/8-11 x 3 HCS Galvanized 307 A 100 $ 1.2064 $ 120.64 423 91929 5/8-11 x 4 HCS Galvanized 307 A 100 $ 1.6361 $ 163.61 424 91924 5/8-11 x 2 3/4 HCS Galvanized 307 A 100 $ 1.8404 $ 184.04 425 91923 5/8-11 x 2 1/2 HCS Galvanized 307 A 100 $ 1.1781 $ 117.81 426 91922 5/8-11 x 2 1/4 HCS Galvanzied 307 A 100 $ 1.1653 $ 116.53 427 920039811 4" Paint rollers 3/8 nap 24 $ 1.4850 $ 35.64 428 920039822 4" Paint Rollers 1/2 nap 24 $ 2.1000 $ 50.40 429 920095069 25 $ 2.8350 $ 70.88 2" Crimped Wire cup brush 2"x .012" wire x 1/4" shank 430 1321728 21" long orange, hand held wand light 25 $ 13.2152 $ 330.38 431 07012668 copper, Ground wire clamp?, 50 $ 4.3970 $ 219.85 432 70367 3/4-10 x 3 1/2" HCS 304 SS 250 $ 3.6254 $ 906.35 434 0212690 15/32" Screw Extractor square 15 $ 24.7350 $ 371.03 3 Detectable tape, Silver with purple, caution recycycled/ 436 1306632 15 $ 41.1597 $ 617.40 reclamimed water Caution: buried sewer line below, silver with green stripes, 437 1002755 2" wide 15 $ 30.1348 $ 452.02 438 77314 HCS 5/8-11 x 2 3/4" F593C Stainless Steel 250 $ 2.1129 $ 528.23 439 1132539 black flooring screw counter sink torx 5/16"-18 x 2 1/2" 100 $ 0.2442 $ 24.42 440 36715 3/4-10 galy nut 100 $ 0.4130 $ 41.30 441 70716 5/8-1'1 A-2 42 Stainless nut 100 $ 0.5460 $ 54.60 442 0121744 5/8-11 A242 Heavy SS nut 100 $ 1.0328 $ 103.28 443 91962 3/4-11 x 3-1/2" Galy HCS 100 $ 2.5291 $ 252.91 444 71081 1" Lock Washer Stainless Steel 100 $ 1.4044 $ 140.44 445 33822 1" SAE Flat Washer YZ Gr 8 100 $ 0.8643 $ 86.43 446 36719 1-8" gal nut 100 $ 1.0466 $ 104.66 447 70210 1/2-13 x 1-3/4 SS HCS 304 Full Thread 100 $ 0.8237 $ 82.37 448 0186779 stud 1"-8 galy x 6" long 100 $ 6.4543 $ 645.43 449 70365 HCS 3/4-10 x 3" 304 SS 100 $ 3.2826 $ 328.26 450 70315 HCS 5/8-11 x 3" F593C Stainless 100 $ 2.1074 $ 210.74 451 70317 HCS 5/8-11 x 3 1/2" 304 SS 100 $ 2.4041 $ 240.41 452 70717 3/4-10 Stainless Steel nut 100 $ 0.9339 $ 93.39 453 0617413 airoma linen breeze 7oz 50 $ 5.5534 $ 277.67 GOGGLES CLEAR SAFETY: Saftey Googles uvex stealth gray 454 1050141 20 $ 5.9222 $ 118.44 body clear hsaf 457 0601791 1 nifty nabber 36" 10 $ 21.0324 $ 210.32 458 1334324V02 50 $ 1.2280 $ 61.40 RESPIRATOR W/EXHALE VALVE: Particulate Respirator N95 459 1322299 TOWEL CHILLOUT: Cooling Towel 150 $ 5.3543 $ 803.15 GLASSES BI-FOCAL SAFETY: Saftey Glasses Talon reader- 461 1365053 50 $ 3.2550 $ 162.75 12120 Smoke +2.0 GLASSES BI-FOCAL SAFETY: Saftey Glasses ES5 296420 462 1089019 50 $ 2.7680 $ 138.40 Clear+2.0 GLASSES CLEAR U-VEX SAFETY: Saftey Glasses clear lens 463 1329119 50 $ 2.9927 $ 149.64 MCR over size Page 11 of 12 GLASSES DARK OVER THE GLASSES: Saftey Glasses grey 464 1329120 50 $ 3.0534 $ 152.67 lens MCR over size 465 1022080 1 PLUGS EAR: Earplug orange no string NRR 33DB 3000 $ 0.0985 $ 295.44 466 1088025V01 Small Water Gloves: Gloves Nitrile foam small NXG ABR 3 1 5000 $ 2.0942 $ 10,470.80 Medium Water Gloves : Gloves Nitrile foam small NXG 467 1088026V01 5000 $ 2.0934 $ 10,467.23 ABR 3 GLOVES NITRILE FOAM LARGE: Gloves Nitrile foam small 468 1088027V01 5000 $ 2.0992 $ 10,496.07 NXG ABR 3 GLOVES NITRILE FOAM XL: Gloves Nitrile foam small NXG 469 1088028V01 5000 $ 2.0915 $ 10,457.66 ABR 3 470 1089002 GLASSES SAFETY W/GRAY LENS: Saftey Glasses Smoke ES5 500 $ 1.5539 $ 776.95 2961 Smoke BRUSH PAINT 1" BRISTLE: 1" paint brush SOFTIPR, all 471 0602119 25 $ 0.8902 $ 22.26 paints BRUSH PAINT 2" BRISTLE: 2" Paint brush SOFTIPR, all 472 0602120 35 $ 1.3728 $ 48.05 paints 473 610036-131464 Dust Broom,straw wisk type 35 $ 5.9448 $ 208.07 474 0838650 Wire wheel brush Carbon Steel, 5/8 nut, Roughneck 50 $ 25.1645 $ 1,258.23 475 0838649 Wire Wheel Brush,5/8 nut 50 $ 11.6054 $ 580.27 477 2119996 100'Tape 20 1 $ 28.6339 $ 572.68 478 2105794 1-1/8" Socket, 6 side, 1/2 drive chrom 20 $ 13.9575 $ 279.15 479 0207745 1-1/16" deep socket 12 point 20 $ 14.6625 $ 293.25 480 2113287 1WRENCH COMBO 1-1/2": 1 1/2" Combo wrench plated 20 $ 43.4536 $ 869.07 481 0776791 IPLIER CRIMPING FOR ELECTIRC: Electricians Tool 20 $ 11.8318 $ 236.64 PLIERS 6" COMBINATION PLIERS: Pliers 6" Combination 482 2112081 25 $ 12.9873 $ 324.68 Pliers 483 2161704 PLIERS 10"VISE GRIPS: Vise Grips 10" 25 $ 15.2803 $ 382.01 484 2105220 SCREWDRIVER PHILLIP#2 POINT: Phillips Screwdriver#2 40 $ 5.5284 $ 221.14 485 0815000 HAMMER CHIPPING STL HDLE: Chipping Hammer Steel 25 $ 9.0781 $ 226.95 486 0249128 HAMMER NAIL CLAW 1 LB: Claw Hammer16 oz 25 $ 13.8120 $ 345.30 Pipe Thread Sealant,White, PTFE Enriched, 1 U.S. Pint,T 487 0481703 15 $ 22.4798 $ 337.20 PLUS 2 489 920300757 300 PSI Guage for construction 75 $ 12.3812 $ 928.59 49110747403 Electrical tape black super 33+3/4" x 76ft 50 $ 3.3932 $ 169.66 0209250 KNIFE UTILITY STANELY 10-099: 6in utility knife 6" 100 $ 3.5610 $ 356.10 493 2105256 DRIVER 5/16" NUT STRAIGHT: 5/16 nut driver hollow shaft 50 $ 6.3540 $ 317.70 494 923207819 1 Krylon industrial tough coat Enamel paint OSHA White 25 $ 6.3036 $ 157.59 495 0135810 1 Krylon industrial tough coat Enamel paint OSHA Yellow 25 $ 5.5080 $ 137.70 497 7012053 113/16" screw extractor square 15 $ 24.9163 $ 373.74 498 0312181 1 1/16" screw extractor 15 $ 26.3994 $ 395.99 $ 412,162.94 Page 12 of 12 ATTACHMENT C to Service Agreement SA 6415 FASTENAL LICENSE FOR PLACEMENT OF SHIPPING CONTAINER UNIT AT CORPUS CHRISTI WATER PREMISES AT 2726 HOLLY ROAD This Agreement ("Agreement") is entered into by and between the City of Corpus Christi ("City"), a Texas home-rule municipal corporation, and Fastenal Company "Licensee", in connection with installation of a 40' x 8' x 6' (L x W x H) shipping container (the "Shipping Container") at City property utilized by Corpus Christi Water ("CCW") located at 2726 Holly Road, Corpus Christi, Texas. WHEREAS, City has requested Licensee to provide MRO services available through the Licensee's co-op contract number 091422-FAS with Sourcewell (the "Sourcewell contract"); WHERAS, License services to the City through the Sourcewell contract require use of a Shipping Container to be placed on the City parking lot located at 2726 Holly Road, Corpus Christi, Texas; NOW THEREFORE, THE CITY AND LICENSEE AGREE AS FOLLOWS: 1. Property. The City grants Licensee a license to use an area of the City parking lot located at 2726 Holly Road, Corpus Christi, Texas, said area as shown on attached Exhibit A and as described herein as the "Licensed Area" at no cost in order to facilitate services provided by Licensee to City. 2. Term. License begins upon date of last signature or when the Licensee's owned or Licensee' controlled shipping container is placed on the Licensed Area, whichever occurs first (the "Effective Date"). The License expires automatically upon the expiration of the Service Agreement SA 6415. 3. Use. Licensee must place the Shipping Container containing the associated vending units at the Licensed Area within 30 days of Notice to Proceed issued in accordance with the Service Agreement SA 6451. The Licensed Area may be used only by Licensee to place the Shipping Container to be used to provide services to City under the Sourcewell contract and for no other purpose. The Shipping Container provided to the Licensed Area must have climate control and built-in security features. 4. Fencing. No fencing is to be installed by Fastenal at the Licensed Area. 5. Damage Repair. The Licensee will repair any damage to curbs, gutters, sidewalks, landscaping or street sections that may arise out of Licensee's use of the Licensed Area or during transport or removal of the Shipping Container to and from the Licensed Area. Damage will be repaired immediately at the Licensee's expense. Both the materials used to make the repairs and the manner of these repairs will be approved in advance by the City's Director of Water Systems or Director of Water Utilities. Licensee's duty to repair damage to the City property or Licensed Area shall survive the term and termination of this Agreement. 6. Regular Maintenance. Licensee must keep the Licensed Area clean, free of debris, with all materials and equipment maintained in an orderly manner at all times. Licensee's failure to maintain the Licensed Area will constitute a default of the terms of this License. Upon default, the Licensee will be given 10 days from the date of its receipt of notice of such default from the City to cure such default or reimburse City's costs to repair such default. 7. Drainage. Licensee must maintain positive drainage on the Licensed Area at all times to prevent accumulation and ponding of storm water. Licensee may not use the Licensed Area so as to restrict or obstruct in any way the street drains. 8. Removal of Shipping Container and Licensed Area Restoration. Within 20 calendar days from the termination or expiration of this License, City will be provided access to the Shipping Container to remove all of City's property. Licensee acknowledges that all items and equipment within the vending units are owned by the City and shall remain City property. Upon Licensee's receipt of written notice from the Contract Administrator, Licensee must, within deadline specified in said written notice, remove the Shipping Container and all of Licensee's property from the Licensed Area and must restore the Licensed Area as required herein, all at Licensee's own expense or Licensee must reimburse City for costs of removal and restoration. Licensee must return the Licensed Area to same or similar condition as existed prior to the Effective Date of this License. All concrete and asphalt surfaces within the Licensed Area must be free from any material residues. All of these activities will be completed at Licensee's sole expense. In addition, if Licensee fails to remove Licensee's property and the Shipping Container from the Licensed Area as required herein, then such property and Shipping Container become the property of the City without any other action or process of law. Licensee's duty to restore the Licensed Area and make Payment to City as required herein shall survive the term and termination of this agreement. 9. Left blank. 10.Security. Site security is the sole responsibility of the Licensee. The City is not responsible at any time for theft, loss, vandalism or other damage to Licensee's property. 11.Insurance. Licensee will comply with insurance requirements as required in the attached Exhibit B. In addition, Licensee must provide its own property insurance to protect Licensee's property against any loss, theft, vandalism or other damage. 12.Sublet. Licensee may not sublet or assign the Licensed Area or any portion thereof without the prior written consent of the City Manager or designee. 13.Notices. All notices, requests, demands and communications hereunder will be given by first class certified mail, return receipt requested or by a nationally recognized overnight courier, postage prepaid, to be effective within three days when properly sent by certified mail. Notices will be addressed to City and Licensee as follows: City: City of Corpus Christi Attn: Director of Water Utilities 2726 Holly Drive Corpus Christi, TX 78415 Licensee: Fastenal Company Attn: 2001 Theurer Blvd. Winona, MN 55987 14.Taxes. Licensee agrees to pay and discharge all taxes, general and specific assessments, and other charges of any kind levied on or assessed on the Licensed Area, the Shipping Container, and/or Licensee's property during the License term, whether the responsibility to pay and discharge all such taxes, general and specific assessments, and other charges belongs to the City or Licensee. 15.Use of Licensed Area at Licensee's sole risk. The City makes no representations nor warranties that the Licensed Area is safe or suitable for Licensee's use. Licensee assumes all risks regarding use of the Licensed Area. Licensee has relied upon Licensee's own examination of the Licensed Area. 16.Laws Affecting Operation of Licensed Area and Performance. A. Licensee shall ensure that its use of the Licensed Area is in accordance with all applicable Federal, State and local laws, ordinances, rules and regulations. B. Licensee shall bear the expense and responsibility of meeting all requirements for acquiring all applicable licenses and permits. Furthermore, Licensee shall comply with any other Federal, State and local laws, ordinances, rules and regulations applicable to Licensee's performance under this License. 17.lnspection. Any officer or authorized employee of the City may enter upon the Licensed Area, at all reasonable times and without notice, to determine whether Licensee is in compliance with this License Agreement or for any other purpose incidental to City's retained rights of and in the Licensed Area. 18.Indemnity. LICENSEE COVENANTS TO FULLY INDEMNIFY, SAVE AND HOLD HARMLESS THE CITY OF CORPUS CHRISTI, ITS OFFICERS, EMPLOYEES, AND AGENTS, ("INDEMNITEES") AGAINST ANY AND ALL LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS AND ACTIONS OF ANY NATURE WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING, WITHOUT LIMITATION ON THE FOREGOING, WORKERS' COMPENSATION AND DEATH CLAIMS), OR PROPERTY LOSS OR DAMAGE OF ANY KIND WHATSOEVER, WHICH ARISE OUT OF OR ARE IN ANY MANNER CONNECTED WITH, OR ARE CLAIMED TO ARISE OUT OF OR BE IN ANY MANNER CONNECTED WITH THE USE OF THE LICENSED AREA OR PERFORMANCE PURSUANT TO THIS AGREEMENT, INCLUDING ANY INJURY, LOSS OR DAMAGE CAUSED BY THE CONTRIBUTORY NEGLIGENCE OF THE INDEMNITEES OR ANY OF THEM. LICENSEES MUST, AT THEIR OWN EXPENSE, INVESTIGATE ALL THOSE CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED ON ANY CLAIMS OR DEMANDS, WITH COUNSEL SATISFACTORY TO INDEMNITEES, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COST AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, OR ACTIONS. LICENSEE'S COVENANT TO INDEMNIFY INDEMNITEES SHALL SURVIVE THE TERM AND TERMINATION OF THIS AGREEMENT. 19.Alterations. A. Licensee shall not make any alterations, additions or improvements to, in, on or about said Licensed Area without the prior written consent of the Director of Water Systems. Licensee must also obtain clearance from the Risk Manager. B. All approved alterations, improvements and additions made by Licensee upon said Licensed Area, although at Licensee's own expense, shall, if not removed by Licensee at any termination or cancellation hereof, become the property of the City in fee simple without any other action or process of law. Licensee agrees to be contractually and financially responsible for repairing any and all damage caused by such removal. If items are installed in such a manner as to become fixtures, such fixtures shall not be removed by Licensee upon termination and shall become property of the City. 20.Signs. A. Licensee shall not exhibit, inscribe, paint, erect or affix any signs, advertisements, notices or other lettering ("Signs") at, on or about the Licensed Area or any part thereof without the prior written approval of the Director of Water Systems. B. The Director of Water Systems may require Licensee to remove, repaint or repair any signs allowed. If Licensee does not remove, repaint or repair the signs within 10 days of City's written demand, City may do or cause the work to be done and Licensee will pay City's cost within 30 days of receipt of City invoice. If payment is not timely made, the City may terminate this License upon 10 days written notice to Licensee. 21.Surrender. Licensee acknowledges and understands that the License of the Licensed Area to Licensee is expressly conditioned on the understanding that the Licensed Area must be surrendered, upon the expiration, termination or cancellation of this License, in as good a condition as received, reasonable use and wear, acts of God, fire and flood damage or destruction where Licensee is without fault, excepted. Any reasonable costs incurred for repairs or corrections for which Licensee is responsible under this License are payable by Licensee to City within 10 days written demand. 22. Utilities. Licensee is responsible for payment of all utilities at the Licensed Area. 23.Enforcement Costs. In the event any legal action or proceeding is undertaken by the City to repossess the Licensed Area, collect the license payment(s) due hereunder, collect for any damages with regard to this License, to the Licensed Area, or to in any way enforce the provisions of the License, and in the event the City prevails in such action, Licensee agrees to pay all court costs and expenses and such sum as a court of competent jurisdiction may adjudge reasonable as attorney's fees in said action or proceeding, or in the event of an appeal as allowed by an appellate court. 24.Binding Agreement. All signatories signing this Agreement warrant and guarantee that they have the authority to act on behalf of the entity represented and make this Agreement binding and enforceable by their signatures. This instrument, including exhibits, constitutes the entire agreement between the City and the Licensee, and no prior written, oral, or contemporaneous promises, warranties or representations shall be binding upon any parties. This Agreement may only be amended by written instrument signed by authorized representatives of the City and Licensee and approved as required by City law. 25.Venue. This Agreement shall be construed under and in accordance with the laws of the State of Texas, and all obligations of the parties created pursuant to this Agreement are performable in Nueces County, Texas. All actions arising from, out of, or related to this Agreement must be filed, tried, remain and resolved in and cannot be removed from Nueces County, Texas. 26.Exhibits. The Exhibits to this Agreement are: Exhibit A Licensed Area Exhibit B Insurance AGREED TO BY: CITY OF CORPUS CHRISTI senalo V'Walla Sergio Vi asana(Jul 16,202516:40 CDT) By: Name: Sergio Villasana Title: Director of Finance&Procurement Date: 07/16/2025 Approved as to legal form: Lisa AaLilar 07/16/2025 Lisa Aguilar(JuH6,2025 15:50 CDT) Assistant City Attorney (Date) -6 7 AGREED TO BY: FASTENAL COMPANY Name:Scott Bailey Title:Senior Vice President of Sales Date:4/28/2025 4269207_1.docx Page 7 of 11 8 M1. 1 _ 6�F �y it It SANTA UCIA ST 1 AB [!NIA !I n it to, �. V O k iM11 ri Y ('v. fit, r: + [. m rw mob . Osm rz r l� f YC. F 40 FT oft 8 FT Iq lip molldF f 1 d .i• �r �:.,.61 rlrc:t t r�� fm CW Fastenal Vending Exhibit 1:lllt ! 0 40 80 180 240 32r, F e[ 1IN:80FT r Y.'I :.IEfAS C '.`ill CLV,, 4269207_1.docx Page 8 of 11 Exhibit B Insurance Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability $1 ,000,000 Per Occurrence Including: 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 3. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Pagel of 3 B. ADDITIONAL REQUIREMENTS 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Page 2 of 3 Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. 8. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2024 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services - Services Performed Onsite 05/10/2024 Risk Management - Legal Dept. Page 3 of 3 Attachment D: Warranty Requirements Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier's dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity. Page 1 of 1 Attachment E: Government Agreement FA,ST Solutions@ FMI TECHNOLOGY TEMPLATE: Government Agreement for FASTVend.FASTVend Lease.FASTBin and FASTStock POD Customer Name("Customer"): Physical Address of FMIT Equipment(US): Terms and conditions of this Agreement shall be applicable to the Fastenal's FAST Solutions FMI Technology("FMIT equipment") ordered and installed at this location only. This Agreement is made by and between the Customer and Fastenal Company("Fastenal"). This Agreement will replace and supersede any prior agreements applicable to FMIT equipment(formerly FAST equipment)utilized by the Customer. Customer hereby grants exclusively to Fastenal the right to install FMIT equipment within Customer's facility pursuant to an Order Form. FMIT equipment can be ordered at any time with an Order Form unless the Agreement has been terminated before the order date.Fastenal agrees to be responsible for all standard maintenance and repair of the FMIT equipment, excluding damage or destruction caused by Customer negligence(however, Customer's liability shall not exceed the Fair Market Value (FMV)per unit listed in Exhibit A). The FMV represents the value of equipment and technology that Fastenal is investing in the Customer's business. Fastenal will provide insurance to cover its liability for personal injury or property damage it causes in connection with the installation,removal, and operation of the FMIT equipment. 1. Term: This Agreement will be effective on the date signed below and will continue until sixty (60) days advance written notice of termination is received by either party. In the event of termination, Customer shall allow Fastenal reasonable access to the Customer's premises for FMIT equipment removal. 2. Ownership and Default: Fastenal will maintain full and exclusive ownership of all FMIT equipment and Customer accepts the FMIT equipment as a bailment. Failure of Customer to comply with the terms of this Agreement or timely pay invoices will be considered a default and Fastenal has the right to terininate and remove the FMIT equipment from Customer site,at Fastenal's discretion,with not less than five(5)business days'written notice provided to the Customer of the default. 3. Equipment: Customer shall provide the physical space required for the FMIT equipment requested via the Order Form. All FMIT equipment will be stocked with Fastenal distributed products only,unless otherwise approved by Fastenal in writing. Customer acknowledges that most FMIT equipment is not intended to manage product returned to the machine unless being utilized to track assets. See Section 8 for additional information. The FMIT equipment is not NFPA rated and Customer waives any claims against Fastenal pertaining to Customer's decision to stock hazardous materials in the FMIT equipment. 4. Connectivity: Customer shall timely provide all electrical and internet connections (ethernet, wireless bridge or customer supplied aircard)required for operation at no cost to Fastenal. Only if these options have been exhausted, a Fastenal supplied Aircard can be used to establish an internet connection for the FMIT equipment. If a Fastenal Aircard is used, the Customer will be subject to the Cellular Connection Fee referenced in Exhibit A. Customer agrees that Fastenal will not be responsible or liable for any delays, interruptions, defaults or outages with the Aircard internet connection.The Aircard connection must be utilized only in connection with the FMIT equipment and Fastenal will not be responsible or liable for any unauthorized use of the Aircard connection by Customer. 5. Assignment: Customer may not assign,remove or attempt to sell or transfer any FMIT equipment to another party or property,without Fastenal's written permission. 6. Asset Investment: Fastenal agrees to place FMIT equipment within the Customer's facility up to, but not exceeding, the volume of Customer's overall purchases of products from Fastenal at the location of the FMIT equipment. After 6 months of installation, if any applicable Monthly Target Volume (MTV) is not met, Fastenal reserves the right to remove FMIT equipment or to realign the FMIT equipment value with the current sales volume of the location with the FMIT equipment. The MTV represents the ideal transaction volume associated with the capacity of the device and asset investment made. Also reflected in Exhibit A is the Monthly Program Value(MPV). The MPV is the value USA GOV 24.01 Pagel of 3 Fastenal believes we are removing from the Customer's working capital expense by removing their need to commit to a multi-year investment acquiring,mainta-ining, and modifying hardware. 7. F1VI1T Program Fees: Customer will pay Fastenal the fees listed in Exhibit A for each piece of FMIT equipment installed at the customer if applicable. These Fees are applicable to any current or future FMIT equipment installed at the Customer pursuant to an Order Forrn, unless the Agreement has been terminated. Any applicable fees referenced within this Agreement and Exhibits will be invoiced on the first day of the month following the FMIT equipment installation and monthly thereafter. All FMIT Program Fees will be invoiced in local currency and are non-refundable. 8. Locker Lease: Select FMIT equipment(lockers)have the ability for Customer to track assets through a check in/out system. If utilized in this manner, a Locker Lease Order Form must be completed, and these lockers will be assessed a Locker Lease Fee as shown in Exhibit A and on the Locker Lease Order Form. The control board that operates these lockers is subject to the Software Fee as referenced in Exhibit A. FMIT equipment identified as Sensor Lockers are dispense only, check in/out system is not an option on these units. 9. Products Terms: All Fastenal distributed products within the FMTT equipment will be non-consigned and will be subject to Fastenal's "Terms of Purchase" that are posted on its website at www.fastenal.com, unless otherwise agreed to by the parties. Product pricing will be in accordance with the applicable Government contract for the Customer. 10. Customer will be subject to the terms of the `End-User License Agreement' when using the FMIT equipment. Fastenal will not be responsible or liable for any loss, damage, expense or claim incurred by Customer arising out of the Customer's use of the FMIT equipment. Fastenal's maximum liability and Customer's sole remedy will be the refund of the Fees paid by Customer during any prior twelve month period under this agreement. This agreement shall be binding upon the parties hereto, their heirs,personal representatives, administrators, successors and assigns. This agreement will be governed and interpreted under the laws of the State of Minnesota. Parties certify authority to enter into this agreement. Customer Signature Fastenal Signature Printed Name Printed Name Title Title Date Date Fastenal Servicing Branch All 3 pages of this Agreement must be submitted to fastsolutionsagreements(a�fastenal.com in order for the Agreement to be valid. USA GOV 24.01 Page 2 of 3 EXHIBIT A for Customer Name("Customer"): Branch Code All fees are listed as monthly below. See Section 7 of the Agreement for the billing frequency. Monthlv Fair Month lv Month lv Month lv One-Time Locker Market Target Program Month lv Cellular Installation Lease Value Volume Value Software Connection Fee/ea Fee FMIT Equipment Type USD USD USD Fee USD Fee USD USD USD FAST 3000 $6,250 $1,000 $240 GOVWaived $10 FAST 5000 $8,000 $2,000 $300 GOVWaived $10 Stand Alone Controller $1,000 $75 $40 GOVWaived $10 2 Door Vertical Locker $6,250 $1,500 $240 $240 2 Door Horizontal Locker $6,250 $1,500 $240 $240 4 Door Locker $7,500 $1,500 $290 $290 18 Door Locker $5,750 $1,500 $225 $225 27 Door Locker $7,500 $1,800 S300 $300 36 Door Locker $9,500 $2,100 $375 $375 FAST 10000 Single Door Cabinet $15,000 $2,500 S600 GOVWaived $10 FAST 10000 Drawer Only(7 Drawer) $17,500 $3,000 $700 GOVWaived $10 FAST 10000 9 Drawer $23,500 $4,200 $900 GOVWaived $10 18 Door Sensor Locker $14,500 $2,500 $550 GOVWaived $10 24 Door Sensor Locker $17,000 $2,700 $650 GOVWaived $10 27 Door Sensor Locker $18,500 $3,000 $700 GOVWaived $10 Outdoor Locker 7 Door $8,600 $750 $325 GOVWaived $10 5K Chill $8,800 $1,800 $330 GOVWaived $10 FASTBin Controller GOVWaived $10 FASTBin RFID $3,800 $2,000 $150 $3 FASTBin IR $75 $40 $3 $3 FASTBin Click $35 $20 $2 $3 FASTPOD 20-Basic $7,000 $1,500 $250 FASTPOD 20-Deluxe $20,000 $5,000 $750 FASTPOD 40-Basic $8,500 $2,000 $300 FASTPOD 40-Deluxe $30,000 $7,500 $1,000 Product Locator $750 $0 $75 This reflects the current FMIT equipment as of the Agreement date. In the event new FMIT Equipment is offered by Fastenal, an updated Exhibit must be signed for the customer to request the new FMIT Equipment via an Order Form. Acknowledgement that this Exhibit has been reviewed and is acceptable.Initial below. Customer Date Fastenal Date USA 24.01 Page 3 of 3 Attachment E1: Vending Order Form FAST Solutions® FAST SOLUTIONS VENDING ORDER FORM - GOVERNMENT The terms and conditions of the FAST Solutions Agreement (including any applicable fees) shall be applicable to the FAST equipment ordered herein. Installation of the FAST equipment is required within 90 days from the Order Form date or this order will be subject to cancellation. *See Product Linecard for available configurations. Good Faith Good Faith FAST Equipment Type Y NISI per unit FAST Equipment Type Qty NISI per unit FAST 5000 $2,000 FAST 10000 Single Door Cabinet $2,500 FAST 3000 $1,000 FAST 10000 Drawer Unit $3,000 Stand Alone Controller N/A FAST 10000 9 Drawer Unit $4,200 2 Door Vertical Locker $1,500 18 Door Sensor Locker $2,500 2 Door Horizontal Locker $1,500 24 Door Sensor Locker $2,700 4 Door Locker $1,500 27 Door Sensor Locker $3,000 18 Door Locker $1,500 Outdoor Locker 7 Door $750 27 Door Locker $1,800 Product Locator—Surface Mount N/A 36 Door Locker $2,100 Product Locator—Pedestal Mount N/A 5K Chill $1,800 Customer Information: All information below is required before the machines requested above can be ordered. Existing Customer Account: Vending Account: Customer Name: Physical Address of FAST Equipment: City State Zip Customer Contact Name Customer Contact Email Phone Fastenal Project Champion Name: Customer Fastenal DM Signature(X) Signature(X) Name Name Date Date Submit completed copy to fastsolutionsa�zreements(p�,fastenal.com USA 24.01 Page 4 of 3