Loading...
HomeMy WebLinkAboutC2019-626 - 11/19/2019 - Approved (11USC.41---- 3-PA I4' ;C,;:; ti a ;� SUPPLY AGREEMENT NO. 2579 Ure 4P Brass Service Fittings for Water Lines 1852 THIS Brass Service Fittings for Water Lines Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Ferguson Enterprises, LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Brass Service Fittings for Water Lines in response to Request for Bid No. 2579 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Brass Service Fittings for Water Lines in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. This Agreement is for three years. 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 by written amendment prior to the expiration of the original term or the then-current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Agreement is for an amount not to exceed $616,962.97, subject to approved extensions and changes. Payment will be made for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be mailed to the following address with a copy provided to the Contract Administrator: Supply Agreement Standard Form Page 1 of 7 Approved as to Legal Form July 11, 2019 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Robert Presnell Department: Contracts and Procurement Phone: 361-826-1750 Email: robertpr@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of products to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and products will remain with the Contractor until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Contractor within 30 days of receipt of City's invoice. Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form July 11, 2019 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such products in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator unless the subcontractors were named in the bid or in an attachment to this Agreement. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. Supply Agreement Standard Form Page 3 of 7 Approved as to Legal Form July 11, 2019 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Robert Presnell Stores Supervisor 5352 Ayers, Bldg 6, Corpus Christi, TX 78415 361-826-1750 Fax: 361-826-1690 IF TO CONTRACTOR: Ferguson Enterprises, LLC Attn: Bryan Steele Sales 221 Junior Beck Drive, Corpus Christi, TX 78405 361-289-1977 Fax 361-289-1968 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS Supply Agreement Standard Form Page 4 of 7 Approved as to Legal Form July 11, 2019 AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The Contract Administrator 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 Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. 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. 21. 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 Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form July 11, 2019 Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 22. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 23. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 24. 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. 25. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form July 11, 2019 CONTRACTOR Signature: Printed Name: , Title: 524 - Date:/O--/.‘'`7 CITY OF CORPUS CHRISTI Ly-Vv- g akcA__ Kim Baker Director of Contracts and Procurement Date: k • Z l . l( 11_•_ ' 4 ATTEST: R CGA HU£RTA CI SECRETARY Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements AUINUAIcA.� Incorporated by Reference Only: fY (ININCIL -J9 -2°1c1 lc1 Exhibit 1: RFB No. 2579 mg Exhibit 2: Contractor's Bid Response --�" 3ECTAP Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form July 11,2019 ATTACHMENT A: SCOPE OF WORK 1. General Requirements/Background Information The City uses and stocks brass fittings at the City Warehouse for use by Water Utilities Department for the main cut-off water to residential homes and businesses. 2. Scope of Work A. The Contractor shall provide brass fittings, as outlined on the bid/pricing schedule, stamped with the letters "NL" (lead free) and the materials shall comply with American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 60/61 which must be obtained from NSF, UL, or an agency recognized by the Texas Natural Resource and Conservation Commission (TNRCC). In lieu of certified parts, TNRCC's interim order, which would grant the purchase of a different type (that would serve the same purpose) may be acceptable only if no product in that category has been certified. This specification covers various fittings used by the City of Corpus Christi, Texas. The products listed in this specification will be used to restock the Warehouse Department. B. The Contractor shall cross reference the City's stock number listed on the Bid/Pricing schedule. The City agrees not to change the stock numbers assigned to each item for the duration of the contract. 3. Contractor Quality Control and Superintendence A. All brass fittings for water lines will be defect free, properly packed and shipped to ensure a safe delivery. B. Any fines or other costs imposed on the City by TNRCC, or any successor agency, for accepting no-certified products, will be passed on to and born by the Contractor. 4. Special Instructions A. Ordering and Delivery 1. City will place an order on as needed basis. 2. Contractor shall ship the materials within 2 weeks of received order to the City Warehouse, located at 5352 Ayers St. Building 6, Corpus Christi, Texas 78415. 3. All contract prices are F.O.B. destination, inside delivery to the City of Corpus Christi Facility, freight prepaid. 4. Contractor must send Technical data sheet along with the delivery of the material. City will not accept any products that do not conform to the specifications. Page 1 of 2 RFQ Revised 1.3.2018 5. If any items found defective, unusable or inoperable to the condition, Contractor shall arrange return shipment or shipping charge will be reimbursed from the invoice. 6. Contractor understands and agrees that the City may, at its discretion, cancel any backorders due to the Contractor's inability to deliver the product within the set time frame. 7. Cancellations shall be in writing and sent to Contractor by email, fax or mail. 8. No restocking fee or payment of any kind shall be owed for orders cancelled due to Contractor's inability to meet the deadline delivery date. B. Defective Goods Contractor shall pay for return shipment on any products that arrive in a defective, unusable or inoperable condition. Contractor must arrange for the return shipment of damaged products. Page 2 of 2 RFQ Revised 1.3.2018 ATTACHMENT B: BID/PRICING SCHEDULE AD-03.s a-itt CITY OF CORPUS CHRISTI ° = ' CONTRACTS AND PROCUREMENT Z41r a DEPARTMENT °22 BID FORM gi RFB No. 2579 Brass Fittings for Water Lines PAGE 1 OF 3 Date: 09-26-2019 Authorized ' _ .' Bidder: FERGUSON ENTERPRISES,LLC Signature: 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. 3 Year Unit Item City Description UNIT Total Price Stock# Qty Price CURB STOP 3/4" FIP X FIP 1 1003 FORD(B11-333-NL) OR EA 432 MUELLER(MB20283NF) 37.403 16158.10 CURB STOP 1" FIP X HP 2 1004 FORD(B11-444-NL) OR MUELLER EA 432 (MB20283NG) 58.118 25106.98 METER STOP 3/4" ANGLE F X MTR 3 1005 FORD(BA13-332W-NL) OR EA 576 MUELLER(MB24265NEFF) 47.836 27553.54 METER 3/4" ANGLE STOP FIPXMTR 4 1006 FORD(KV13-332W-NL) OR EA 432 MUELLER(MH1465NFEF) 20.847 9005.90 METER ANGLE STOP 1" X 1-3/4" 5 1008 FORD(BA43-342W-NL) OR EA 576 MUELLER(MP24258NEFG) 62.622 36070.27 Page 2 of 3 ANGLE METER STOP 1" HP X MTR 6 1009 Ford(BA 13-444W-N L) OR EA 240 MUELLER(MB24265NG1 72.034 17288.16 CURB STOP 3/4" FIP X CTS COMP 7 1010 FORD(B41-333-NL) OR EA 576 MUELLER(MP2172NF) 42.311 24371.14 CURB STOP 1" FIP X CTS COMP 8 1011 FORD(B41-444-NL) OR EA 240 MUELLER(MP25172330N) 64.922 15581.28 ANGLE MTR STOP 3/4" COM X MTR 9 1013 FORD(BA43-332W-NL) OR EA 648 MUELLER(MP2458NEFF) 55.201 35770.25 ANGLE MTR STOP 1" COMP X MTR 10 1014 FORD(BA43-444W-NL) OR EA 480 MUELLER(MP24258NG) 82.832 39759.36 METER STOP 3/4" CTS X MTR 11 1015 FORD(B43-444-W-NL) OR EA 576 MUELLER(MP24350NF) 50.142 28881.79 METER STOP 1" COMP X MTR 12 1016 FORD(B43-444W-NL) OR EA 360 MU ELLER(MP24350NG) 74.126 26685.36 COUPLING 1-1/2" CTS X CTS 13 1017 FORD(C44-66-NL) OR EA 216 MUELLER IMP15403NJ) 50.551 10919.02 COUPLING 2" CTS X CTS 14 1018 FORD(C44-77-NL) OR EA 216 MUELLER(MP 15403NK) 68.273 14746.97 COUPLING 3/4" MIP X MTR 15 1019 FORD(C38-23-2.5-NL) OR EA 3300 MUELLER(MH10890NF) 6.539 21578.70 COUPLING 1" MIP X MTR 16 1021 FORD(C38-44-2.625-NL) OR EA 960 MUELLER(MH10890NG) 10.055 9652.80 CORP STOP 3/4" MIP X CTS COMP 17 1026 FORD(F1100-3NL) OR EA 600 MUELLER(MP 15028NF) 23.524 14114.40 CORP STOP 1" MIP X CTS COMP 18 1027 FORD(F1100-4NL) OR EA 1200 MUELLER(MP15028NG) 35.627 42752.40 CORP STOP 1-1/2" MIP X CTS COM 19 1028 FORD(F1100-6NL) OR EA 240 MUELLER(MP25029NJ) 100.983 24235.92 CORP STOP 2" MIP X CTS COMP 20 1029 FORD(FB1100-7NL) OR EA 360 MUELLER(MP25028NK) 167.000 60120.00 Page 3 of 3 U BRANCH 1" X 3/4" X 7.5" 21 1033 FORD(U48-43-7-NL) OR EA 216 MUELLER(MP15363NGF712) 31.135 6725.16 U BRANCH 1" CX3/4" M X 14" 22 1034 FORD(U48-43-14-NL) OR EA 360 MUELLER(MP 1 5363NGF 1312) 56.851 20466.36 COUPLING 3A" COMP X COMP 23 1038 FORD(C44-33NL) OR EA 720 MUELLER(MP 1 5403NF) 13.142 9462.24 COUPLING 1" CTS COMP X COMP 24 1039 FORD(C44-44NL) OR EA 576 MUELLER(MP15403NG) 14.339 8259.26 COUPLING 3/4" MIPT X COMP 25 1044 FORD(C84-33-NL) OR EA 864 MUELLER(MP15428NF) 10.767 9302.69 26 1045 COUPLING 1" MIP X CTS COMP EA 720 FORD(C84-44-NL) OR MUELLER(n/a) 12.739 9172.08 COUPLING 1" X 1-1/4" MIPT X COMP 27 1046 FORD(C84-45-NL) OR EA 260 MUELLER(MP 15428NH) , 24.576 6389.76 COUPLING 1-1/2" MIP X CTS COMP 28 1047 FORD(C84-66-NL) OR EA 144 MUELLER(MP15428NJ) 35.192 5067.65 COUPLING 2" MIP X CTS COMP 29 1048 FORD(C84-77NL) OR EA 288 MUELLER(MP15428NK) _ 51.276 14767.49 RESETTER 5/8" X 3/4" X 7" 30 1858 FORD(V42-7W-NL) OR EA 144 MUELLER(MH14118NEFW) 63.882 9199.01 RESETTER 5/8" X 3/4" X 1/2" 31 1859 FORD(V42-12W-NL) OR EA 120 MUELLER(MH 14118NEF12) 69.187 8302.44 RESETTER 5/8" X 3/4" X 9" 32 1862 FORD(V42-9W-NL) OR EA 144 MUELLER(MH14118NEFY) 65.948 9496.51 • Grand j c ta! 400 Initial to approve % ..►� j $616,962.97 ------ ATTACHMENT C: INSURANCE REQUIREMENT Section 5. is null to this Service Agreement Page lof 1 RFQ Revised 1.3.2018 ATTACHMENT D: WARRANTY REQUIREMENTS The Supplier warrants that all products supplied under this Agreement are new, quality items that are free from defects when accepted by the City. Page lof 1 RFQ-Revised 1.3.2018