Loading...
HomeMy WebLinkAboutResolution - 2023-R0421 - Contract 17508, Core And Main, LP - 09/12/2023Resolution No. 2023-R0421 Item No. 5.16 September 12, 2023 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Service Contract No. 17508 for water inventory items — annual pricing as per ITB 23-17361-SB, by and between the City of Lubbock and Core and Main, LP, of Lubbock, TX, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on S�tember 12, 2023 ATTEST: Courtney Paz, ity Sec tary APPROVED AS TO CONT�NT: oste ' h, Chief Fina 'al Officer APPROVED AS TO FORIVI: . elli Leisure, Senior Assistant City Attorney ccdocs/RES.ServiceContract 17508 Core and Main, LP 8.17.23 Resolution No. 2023-R0421 City of Lubbock Contract for ITB 23-17361-SB Water Inventory Items — Annual Pricing Contract 17508 THIS CONTRACT made and entered into this 12 day of Sentember . 2023, by and between the City of Lubbock ("City"), and Core and Main, LP, ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Water Inventory Items — Annual Pricing and bids were received and duly opened as required by law; and WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery of the said Water Inventory Items — Annual Pricing NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's specifications and Contractor's bid, copies of which are attached hereto and made part hereof, Contractor will deliver to the City, Water Inventory Items — Annual Pricing, and more specifically referred to in "Exhibit A" attached hereto. 2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms and conditions contained herein. 3. The contract shall be for a term of one (1) year, with the option of four (4), one year extensions, said date of term beginning upon formal approval. This Contract will renew automatically for the additional terms, unless either Party gives 90-day written notice to terminate the Contract. 4. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. 5. The Contractor must maintain the insurance coverage reyuired during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 6. A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI) or Product Price Index (PPI) as appropriate. B) Further, if the Contractor can provide documentation for actual charges for material, labor, etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide such documentation to the City, and at the City's sole discretion, the contractual rate may be further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate at the end of the current contract period. C) If an adjustment to pricing is granted under this section, the Contractor must provide the Director of Purchasing and Contract Management written, quarterly documentation to justify the ongoing adjustment. If no such documentation is timely received, the rate will automatically revert to the initial, awarded rate. 7. This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2) performance of services ordered, or (3) termination of by either party with a 30 day written notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. 8. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 9. Insurance Requirements SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall furnish and contain all required information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY. SECTION B. The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of �insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by the City, the 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 by companies approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s): Commercial General Liabilitv Requirements: $1M occurrence /$2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automobile Liability Requirements: $1 M/occurrence is needed Workers Compensation and Emalover Liabilitv Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license.. Employer Liability ($1M) is required with Workers Compensation. * The City of Lubbock (including its ofiicials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. * Carriers must meet an A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above. IMPORTANT: POLICY ENDORSEMENTS The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto and may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor. REQUIRED PROVISIONS The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions: a. Name the City of Lubbock and its offcers, employees, and elected representatives as additional insureds, (as the interest of each insured may appear) as to all applicable coverage; b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; c. Provide for notice to the City at the address shown below by registered mail; d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected representatives for injuries, including death, properiy damage, or any other loss to the extent same may be covered by the proceeds of insurance; e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. NOTICES The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE. All notices shall be given to the City at the following address: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1314 Avenue K, 9`h Floor Lubbock, Texas 79401 SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the Contractor from liability. 10. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 11. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 12. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within 30 days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 13. All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non-appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then-current fiscal year or when the appropriation made for the then-cunent year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time f�nds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on 30 days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 14. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the Subcontractor that complies with all contract Insurance requirements. 15. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 16. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 17. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 18. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 19. By entering into this Agreement, Contractor verif es that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verif es that, pursuant to Texas Government Code Chapter 2274, it 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 frearm entity or firearm trade association. Contractor represents and wanants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. 20. The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 21. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 22. This Contract consists of the following documents set forth herein; Invitation to Bid No. 23- 17361-SB, Specifcations, and the Bid Form. -----INTENTIONALLY LEFT BLANK----- IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year frst above written. Executed in triplicate. CITY OF LUB Tray Payne, A EST: � Courtney Paz, City Secretary APP OVED AS TO CONTENT: a lvarez, Director of Purchasing and ntract Management CONT TOR BY �• ��� Authorized Representative L�c�.vl !4. //�'ll�S'S�r�+�t' Pr tni Name �l�p' ,� CC�,.'12 0 0 Address �� bb��C �2� ��� City, State, Zip Code ED S TO FORM: K lli Leisure, enior Assistant City Attorney City of Lubbock, TX ITB 23-17361-SB Water Inventory Items — Annual Pricing Specifications 1. Introduction, Purpose and Intent: The intent of this Invitation for Bid (hereinafter referred to as ITB) is to solicit qualified vendors to enter a contract with the City of Lubbock (hereinafter referred to as the City) for water inventory items. The City is seeking a contract with one or more vendors. In order to secure sufficient coverage, the City may make multiple awards, selecting multiple vendors to provide the materials desired, if multiple awards are in the best interest of the City. A decision to make a multiple award of the bid, however, is an option reserved by the City, based on the needs. 2. Scope of Work Furnish and deliver water inventory items to the City. 3. Materials See Attachment A 4. Delivery Water inventory items shall be delivered to the following location: City of Lubbock Warehouse: 306 Municipal Drive, Lubbock, TX 79408 5. Term The contract shall be for a term of one (1) year, with the option of four (4), one year extensions, said date of term beginning upon formal approval. This Contract will renew automatically for the additional terms, unless either Party gives 90-day written notice to terminate the Contract. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on fle with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 6. Invoicing Invoices shall be as delivered to Department contact for each order: Paul Murillo, Warehouse Supervisor: PMurillo@mylubbock.us City of Lubbock, TX Purchasing and Contract Management Vendor Acknowledgement For� In compliance with the Invitatian to Bid, the undersigned Bidder having examined the Invitativn to Bid, instructians to bidders, General Conditians of �the Agreement, Specificafions, and being familiar with the conditians to be rnet, hezeby subrnits the foliowing bid for furnishing the material, equipment, labor and everything necessary far praviding the items listed and agre�s to de�iver said items ai the locations and for the prices set forth on the bid %rm and/or the bid table �ssociated with this bid. A bid will be subject to being considered irregular and rnay be rejected if it shows omissions, alterations of farm, conditional alternate bids, additions or aEternates in lieu af the items speci�ied, if the unit prices are obviously unbalanced (either in excess of or belew reasonably expected values}, or inegularities of any kind. The Invitatian to Bid is by reference incazpozated in this contract. Where applicable, p�ices are quoted as: F.Q.B. Destinati�an, Freight Pre-Paid arid A,1lowed Wk►ere applicable, detivery days are: Days After Receipt of Order (ARO) Untess otherwise specified hexein, the Citymay award the bid cither item-by—item ar on an all-or- noae basis for any item or group af items shown on th� bid. The City of Lubbock is seeking a contract far with one or more cantractors. In order ta assure adequate coverage, the City may make multipie awards, selecNng multiple vendors to provide tLe products desired, if mulbple awards are in the best interest of the City. A decision to make a mnl�ple award af this Bid, however, is an ophon reserved by fhe City, based an the needs of the City. PAYMENT TERMS .A.ND DISCOi7NTS - Biddex o�ft'ers a prompt payment discount of �%, net ��_ _ calendar days. Discounts wiil not be considered in, determining Iow bid. Unless otherwis� indieaied on the Bid Form, payment terms will be NET THIRTY DAYS. '�'he City wiI[ pay the successfiul bidder within thirty days after the receipt of a cortect invoice or after the date of aeeeptance, whichever event occurs later, Discounts for prompt gaynnent requiring payment by the City within a stipulated nurnber of days will be interpreted as applying within the stipulated number of calendaz days at'ter the date of receipi by the City of a correct invoice or after the date of acceptance that me�ts contract re.quirements, whichever event occurs iater. Discounts for payment in less than ten days will nat be considered. MOST FA�IORED PRICING: The Bidder certifies tbat the price quoted is not in excess of the lowest,price charged anyone else, including its most favored customer, for like quatity and quantity of the productslservices; dc�es not i�clude an element of profit on the sale in �xcess of that norrnally obtained by tlie Bidder on ihe sale of products/services of like quality and quantity;, and does not include any provision for discounts to selling agents. If at any iime during the contract period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar �ont�act products of Iike or better qualiTy, at a lower net pzice(s} thai� provided herein, supplier agrees io notify the City and seil same product(s) at the lower price(s) on all deliveries made during �the period in which such lower price(s) is effective. iNTERLOCAL PURCHASIl�G (ophonal): The City 'desires to make available to other local govemmental entities of the State of Texas, by mutual agreement with the successful bidder, and propezly authorized interiocal puxchasing agreements as pravided for by the Interlocal Caoperation Act (Cl�apter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate oze the Bid Form in the space provided below if he/she wiIl honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all ierms, conditions, specifica�ions, and pricing wouId ap�j.y7 City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form # Items #0-27 Blue magnetic identifying tape 3 inches wide. 1000 feet to a roll, as specified in Attachment A #0-28 Sewer line marking tape, as specified in Attachment A #0-35 2x1-1/2 brass bushing, as specified in Attachment A #0-42 4-5 x 7-1/2in. full circle repair clamp, as specified in Attachment A #0-46 12x15 full circle repair clamp, as specified in Attachment A #0-47 12in. x 12in. full circle repair clamp, as specified in Attachment A #0-48 12in x 20in full circle single band repair clamp, as specified in Attachment A #0-67 2" dresser coupling cast Flexible coupling, as specified in Attachment A #0-68 2%z flex coupling cast flexible coupling, as specified in Attachment A #0-69 3" dresser coupling cast flexible coupling, as specified in Attachment A #0-70 3' flexible coupling cast flexible coupling, as specified in Attachment A #0-71 4in cast flexible coupling for asbestos cement pipe, as specified in Attachment A #0-75 6" ci dresser coupling cast 8exible coupling for 6in. Class 150 cast iron pipe, as specified in Attachment A #0-76 8" ci dresser coupling cast flexible coupling for 8in. Class I50 cast iron pipe, as specified in Attachment A #0-77 12" ci dresser coupling cast coupling for 12 in. Class 150 cast iron pipe, as specified in Attachment A #0-81 16 in. Omni coupling for cast iron pipe, as specified in Attachment A #0-91 1 x close brass nipple, as specified in Attachment A #0-92 1 x 2 112 brass nipple, as specified in Attachment A #0-93 1 x 4 brass nipple, as specified in Attachment A #0-94 1-112 x close nipple,as specified in Attachment A #0-95 1 112 x 6 brass nipple, as specified in Attachment A Exhibit A Core And Main Total Cost: $131,985.06 Location Lubbock, TX Quantity Delivery Required Days Unit Total (+/-) UOM ARO Price Cost �.. � 12 EA 14 to 30 $21.96 $263.52 3 75 60 3 1 1 100 48 24 10 20 45 EA EA EA EA EA EA EA EA EA EA EA EA 14to30 14 to 30 14to30 14to30 14to30 14to30 14to30 14 to 30 14 to 30 14to30 14to30 14 to 30 $21.96 $10.93 $65.72 $280.70 $219.66 $360.16 $28.46 $46.48 $59.06 $59.06 $73.83 $94.70 $65.88 $819.75 $3,943.20 $842.10 $219.66 $360.16 $2,846.00 $2,231.04 $1,417.44 $590.60 $1,476.60 $4,261.50 30 EA 10 EA 6 6 8 12 12 24 EA EA EA EA EA EA 14 to 30 $128.55 $3,856.50 14 to 30 $215.13 $2,151.30 14 to 30 14to30 14 to 30 14to30 14to30 14to30 $585.06 $3.00 $431 $6.47 $5.88 $16.76 $3,510.36 $18.00 $34.48 $77.64 $70.56 $402.24 City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Core And Main Total Cost: $131,985.06 Location Lubbock, TX QuanNty Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost - �� .'� l - #0-96 2 in. x close brass nipple, as specified in 140 EA 14 to 30 $8.94 $1,251.60 Attachment A #0-97 2 x 5 brass nipple, as specified in Attachment I50 EA 14 to 30 $11.37 $1,705.50 A #0-98 2 x 6 brass nipple, as specified in Attachment 100 EA 14 to 30 $21.53 $2,153.00 A #0-99 2 x 8 brass nipple, as specified in Attachment 240 EA 14 to 30 $28.72 $6,892.80 A #0-103 5/8 x 314 in. meter resetter or relocation with 100 EA 140 to 210 $52.83 $5,283.00 valve, as specified in Attachment A #0-115 2 in. brass meter flange, as specified in 6 EA 14 to 30 $28.03 $168.18 Attachment A #0-118 1-112in x 2in brass nipple, as specified in 6 EA 14 to 30 $632 $37.92 Attachment A #0-121 4in pvc pipe plug, as specified in Attachment 20 EA 7 to 14 $4.98 $99.60 A #0-122 6in pvc pipe plug fittings, as specified in 3 EA 7 to 14 $7.66 $22.98 Attachment A #0-123 8in pvc pipe plug fittings, as specified in 1 EA 7 to 14 $27.15 $27.15 Attachment A #0-125 2" x 3" brass nipple, as specified in 72 EA 14 to 30 $11.14 $802.08 Attachment A #0-126 1 112" x 3" brass nipple, as specified in 16 EA 14 to 30 $8.70 $139.20 Attachment A #0-129 4" mechanical joint restraining gland, as 16 EA 7 to 14 $22.81 $364.96 specified in Attachment A #0-136 4" ips transition gasket for M.J. Newby, as 4 EA 7 to 14 $6.16 $24.64 specified in Attachment A #0-137 6" ips transition gasket for M.J. Newby, as 1 EA 7 to 14 $6.55 $6.55 specified in Attachment A #0-138 8" ips transition gasket for M.J. Newby, as 1 EA 7 to 14 $9.36 $936 specified in Attachment A #0-139 10" ips transition gasket for M.J. Ne���by, as 1 EA 7 to 14 $10.76 $]0.76 specified in Attachment A #0-140 l2" ips transition gasket for M.J. Newby, as 1 EA 7 to 14 $11.70 $ I 1.70 specified in Attachment A #0-145 6" sdr 26 pvc long radius, 90 degree bend 2 EA 7 to 14 $31.63 $63.26 gasket joint, as specified in Attachment A #0-175 Plastic meter box-East Jordan #msbcf-1324- 360 EA 60-120 $82.03 $29,530.80 18, as specified in Attachment A #0-197 32" sewer ring and lids 39 1/2" x 31 112" x 5" IS EA 90-160 $684.21 $]0,263.15 cover, as specified in Attachment A #0-201 4" sdr 35 adapter dwv spigot x sewer hub 360 EA 7 to 14 $5.76 $2,073.60 lasco dl 18-040, as specified in Attachment A City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Core And Main Total Cost: $131,985.06 Location Lubbock, TX QuanNty Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost •._ _._ ... _ � ... #0-210 3/4" stiffener, as specified in Attachment A 1 EA 7 to 14 $0.78 $0.78 #0-211 I" stiffener, as specified in Attachment A 1 EA 7 to 14 $0.89 $0.89 #0-212 2" stiffener, as specified in Attachment A I EA 7 to 14 $1.44 $1.44 #0-217 4" 11-1/4 degree cast iron water main bend, as 1 EA 7 to 14 $79.57 $79.57 specified in Attachment A #0-218 12" 1 I'/< bend, as specified in Attachment A 1 EA 7 to l4 $21 l. I l $21 I.11 #0-219 6" I 1-1/4 degree cast iron water main bend, as 1 EA 7 to 14 $115.62 $115.62 specified in Attachment A #0-220 8" I 1-1/4 degree cast iron water main bend, as 1 EA 7 to 14 $147.91 $147.91 specified in Attachment A #0-221 4" 22-1/2 degree cast iron water main bend, as 1 EA 7 to 14 $81.45 $81.45 specified in Attachment A #0-222 6" 22-I/2 degree cast iron water main bend, as 1 EA 7 to 14 $111.87 $111.87 specified in Attachment A #0-223 8" 22-1/2 degree cast iron water main bend, as 2 EA 7 to 14 $158.68 $31736 specified in Attachment A #0-224 l0" 22-1/2 degree cast iron water main bend, 1 EA 7 to 14 $227.96 $227.96 as specified in Attachment A #0-225 12" 22 %2 degree cast iron �vater main bend, as 1 EA 7 to 14 $283.19 $283.19 specified in Attachment A #0-226 12" 45 degree cast iron water main bend, as 2 EA 7 to 14 $315.43 $630.86 specified in Attachment A #0-230 10" 90 degree cast iron water main bend, as 1 EA 7 to 14 $287.40 $287.40 specified in Attachment A #0-231 12" ci 90 degree ell, as specified in 1 EA 7 to 14 $370.09 $370.09 Attachment A #0-235 4 x 6in. cast iron water main offset, as 2 EA 7 to 14 $133.40 $266.80 specified in Attachment A #0-237 6 x 18in. cast iron water main offset, as 2 EA 7 to 14 $337.12 $674.24 specified in Attachment A #0-239 6 x 6in. cast iron water main offset, as 2 EA 7 to 14 $204.55 $409.10 specified in Attachment A #0-240 12 x 6 cast iron water main offset, as specified 2 EA 7 to 14 $533.14 $1,066.28 in Attachment A #0-244 12 x 6 cast iron water main reducer, as 1 EA 7 to 14 $19238 $192.38 specified in Attachment A #0-245 12 x 8 cast iron wa[er main reducer, as 1 EA 7 to 14 $197.53 $197.53 specified in Attachment A #0-255 8 x 8in stainless steel tapping sleeve, as 1 EA 14-30 $728.06 $728.06 specified in Attachment A #0-256 10 x 4in stainless steel tapping sleeve, as 1 EA 14-30 $509.37 $50937 specified in Attachment A #0-257 ]0 x 6in stainless steel tapping sleeve, as 2 EA 14-30 $570.70 $1,141.40 specified in Attachment A City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Core And Main Total Cost: $131,985.06 Location Lubbock, TX Quantity Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost __.`�_ ._.. � .� #0-258 10 x 8in stainless steel tapping sleeve, as 2 EA 14-30 $773.73 $1,547.46 specified in Attachment A #0-260 12 x 6in stainless steel tapping sleeve, as 2 EA 14-30 $612.42 $1,224.84 specified in Attachment A #0-261 12 x 8in stainless steel tapping sleeve, as 1 EA 14-30 $804.85 $804.85 specified in Attachment A #0-264 8 x 4in stainless steel tapping sleeve, as 1 EA 14-30 $494.96 $494.96 specified in Attachment A #0-265 8in x 6in stainless steel tapping sleeve, as 6 EA 14-30 $583.83 $3,502.98 specified in Attachment A #0-266 8 x 8in stainless steel tapping sleeve, as 1 EA 14-30 $758.58 $758.58 specified in Attachment A #0-267 10 x 4in stainless steel tapping sleeve, as 1 EA 14-30 $567.66 $567.66 specified in Attachment A #0-268 10 x 6 in stainless steel tapping sleeve, as 2 EA 14-30 $651.51 $1,303.02 specified in Attachment A #0-269 10 x 8in stainless steel tapping sleeve, as 1 EA 14-30 $816.00 $816.00 specified in Attachment A #0-270 12 x 4in stainless steel tapping sleeve, as 1 EA 14-30 $567.67 $567.67 specified in Attachment A #0-271 12 x 6in stainless steel tapping sleeve, as 1 EA 14-30 $655.00 $655.00 specified in Attachment A #0-272 12 x 8in stainless steel tapping sleeve, as 1 EA 14-30 $840.00 $840.00 specified in Attachment A #0-273 4 x 4in stainless steel tapping sleeve, as 1 EA 14-30 $453.00 $453.00 specified in Attachment A #0-275 10 x 4in cast iron water main tee, as specified 1 EA 14-30 $241.10 $241.10 in Altachment A #0-276 12 x 6 in cast iron water main tee, as specified 1 EA 14-30 $341.23 $341.23 in Attachment A #0-277 6 x 4in cast iron water main tee, as specified 2 EA 14-30 $169.91 $339.82 in Attachment A #0-278 10 x 6in cast iron water main tee, as specified 1 EA 14-30 $278.98 $278.98 in Attachment A #0-279 6 x 6in cas[ iron water main tee, as specified 4 EA 14-30 $182.55 $730.20 in Attachment A #0-280 8 x 8in cast iron main tee, as specified in 4 EA 14-30 $256.31 $1,025.24 Attachment A #0-281 8 x 6in cast iron water main tee, as specified 4 EA 14-30 $219.53 $878.12 in Attachment A #0-282 4 x 4in cast iron water main tee, as specified 4 EA 14-30 $113.74 $454.96 in Attachment A #0-284 12 x 12 cast iron water main tee, as specified 1 EA 7 to 14 $490.55 $490.55 in Attachment A #0-285 4" mechanical join[ cast iron sleeve, as 3 EA 7 to 14 $71.61 $214.83 specified in Attachment A City of Lubbock ITB 23-17361-SB Water Inventory Items - Annual Pricing Bid Form Core And Main Total Cost: $131,985.06 Location Lubbock, TX Quantity Delivery Required Days Unit Total # Items (+/-) UOM ARO Price Cost --- . ,. --� •— � � A, #0-286 6" mechanical joint cast iron sleeve, as 6 EA 7 to 14 $129.19 $775.14 specified in Attachment A #0-287 8" mechanical joint cast iron sleeve, as 2 EA 7 to 14 $189.57 $379.14 specified in Attachment A #0-308 Standard valve box riser with lid, as specified 120 EA 7 to 14 $15.96 $1,915.20 in Attachment A #0-309 Standard valve box riser with lid, as specified 80 EA 7 to14 $20.48 $1,638.40 in Attachment A #0-315 2" bronze ball valve with rubber trim or seat, 2 EA 30-90 $45.33 $90.66 as specified in Attachment A #0-318 2" Fig. 67s M&H AWWA (i.b.b.m) screwed 4 EA 30-90 $35731 $1,429.24 end gate valves, as specified in Attachment A #0-320 Gate valve, 2 in., mechanical joint, as specified in Attachment A #0-331 12" mechanical joint tapping valve, as specified in Attachment A #0-332 4" standard valve box riser wl lid, as specified in Attachment A #0-339 Fire hydrant operating wrench, as specified in Attachment A 1 1 80 4 EA 30-90 $392.62 EA 30-90 $3,593.19 EA 30-90 $57.12 EA 7 to 14 $54.46 $392.62 $3,593.19 $4,569.60 $217.84 Other governmental entities that might have interests in ihis contract are Frenship Independent School Distri�t, Labbock Aousing Authority, Lubbock County, Lubback Couniy Hospital District, Lubbock Tndependent Schaol Distric� South Plains Assoceation of Governments, City of Texarkaaa, Texas Tech University, West Texas Municipal Power Agency, Lynn Coanty, and City of Wolfforth. � YES� NO Xf yau (the bidder) che�ked YES, the fallowing will apply: Governmental entities utilizing Ir�terlocal A.greements for Cooperative Ptiu-chasing with the City of Lubbock will be eligible, but noE obligated, to purc6ase rnateriais/services under the contract(s) awarded as a result of this solicitatior�. All purchases by govemmeri#al8nfities otlaer than the City of Lubbock rvill be billed directly to that gavemmental entity and paid by that govennmental entity. City of Lubbock will not be responsible foz attother governmental entifiy's debts. Each govemmental entity will order their own materials/service as needed. ADDENDA Bidder acknor�vledges receipt of addenda issued in regard ta this solicitation: Addenda No. Data Addenda No. Date Addenda Na. Date �ddenda No. Date INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements cantained in this bid docurnent have been zeviewed by zne and rny Insurance AgendBroker. If T am awarded this cantract by the City of Luhbock, I will lie able to, within ten (10} busim.ess days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meetin� alI of the requirements defined in this bid. If the time requirement specified above is nat met, the City has the right ta reject this proposal and award the. contract to another contractor. If you have any questions concerning these requirements, �lease contact the Director ofkwrchasing & Contract Management for the Ci�y of Lubbock at (806} 77�-2572. SUSPENSION AND DEBARMENT CE�tTIFICATION Federa! Law (A-102 Cornmon Rule amd OMB Circular A-110) prohibits non-Federal entities from contracting with or Fnaking sub-awards ur�der coverad transactions to parties that are suspended or debarred ar whose principa[s are suspended ar debarred. Cover.ed transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non-procurement fransactions (e.g., sub-awards to sub- recipients). Contractors receiving individual awards of $2�,OQ0 ar mbre and all sub-recipients must certify that their or.ganization and its principals are nat suspended or debarred by a Fedezal agenc.y. Before a�n award of $25,000 or more can be made to youi` firm, yau rnust certify thai your brganization and its pri.ncipals are not suspended or debarred by a Feder�I agency. I, the undersigned agent for the firm named below, certi�'y that neither this firm nor its pcin�cipals are suspended or debarred hy a Federa.l agency. TEXA.S GOVERNMENT CODE SECTI�N 22S2.1S2 The undersigned representative of the nndersigne.d company or business, being an adult over the age of eighteen (18) years of age, pursuan.t to Texas Government Code, Chapter �252, Section 2252_ 152, certify that the company named above is not listed an the websire of the Comptcoller of the 5tate of Texas concerning tkie listing af cornpan�es that are identified under Section �06.051, Section 807.451 or $ection 2253.153, I fur�her certify that should the .above-named company enter into a contract that is on said listing of companies on the website of ihe Camptroller pf the State of Texas, which da business with Tran, Sudan or any Foreign Terrorist Organization, I will irnmediaiely notify the City of Lubbock Purchasing and ConlractDepartment. TEXAS GOVERNMENT CODE SE�TIpN 2271.Q02 Company hereby certifies the following: 1. Cnmpany does not boycott Israel; and. 2. Company will not boycott Israel during the term of the contract. The fallowing definifions apply to �his state statute: (1 }"$aycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action Ehat is itntended to penalize, inflict economic harm on, or limit cammercial relatiorts specifically with Israel, or witYa a person or entity doing business in Tsrael or in an Israeli-controlled territory, but does not include an action made for ordmary business pEtrposes; and {2� ��Company�� rneans �ari 01'$'aY11ZatE0L1� a5SQC18L1021� �orporation, parinership, joint venture, limited paiEnership, limited Tiability partnership, or limited tiabi[ity company, including a whoily owzied subsidiary, majority-owned subsidiary, parent company, or affiliate of those enfities or business associations that exists to make a profit. Thfs CertiGcation is required from a Compaay if the Company has l.0 oc more full-time employees and the contract for goods or services (which includes contracts formed #hrough purchase orders) has a value of $1QQ,4Q0 or more that is to be paid wholly or partly from public fands of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1} it does not, and will not for the duration of the contract, have a practice, policy, guidance, or direcfirre that diseziminates against a fireazm entity or firearm trade association or (2) the vezitfication required by Section 2274A02 of the Texas Governmani Code does nat appiy to the contract. if Contractor is a company with 10 ar more fu11-time employees: and if this Agreement has a value of at least $IU0,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates againsf a firearm entity or firearm trade association; and rvill not discriminate during the terrn o�the contract against a freannt entity o� firearm trade association. Contractox represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy coznpanies or (2) the verification require� by Sechon 2274.UO2 of the Texas Gflvernment Code does not apply to the contract. if Contractor is a campany with 10 �r more full-time employees and ii this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Cade Chapter 2274, it does not boycott energy cornpariies; and wili not boycott energy coznganies during the term of the Agreement. This verif cation is not requixed for an agreement where a governmental entity determines that these requirements are inconsisten# wi�h the goveznznental entiiy's constituti.onal oz st�tutory duties related to the issuance, incurrence, ar management of debt obligations or the deposit, custody, management, bozrowingt or inveshnent of fiu►ds. FEDER.AL AND STATE SAFETY REGULATIONS Confiractor sha11 comply with all federal and state sa��ty cegularion including but not limited to Occupational, Safety and Health Administration (OSHA) and the Depart�x�ent of Worlcfocce De�Velopraent (DWD) regulations. This agreement includes incorporation of Federal Transit Administration (FTA) Terms. The preceding provisions include, in part, certain Standard Terms and Condirions re�uired by the Depariment of Transportation (DOT�, whether or not expressly set forth in the preceding contraet provisions. Artl contractual provisions zequired by DOT, as set forth in FTA Circular 4220.1F, are hereby incoxporated by reference. Anything to the contrary hezein notwithstanding, all FTA mandated terms shall be deerned ta cantral in the event of a conflict with other pravisions contain�d in this agreernent. The Conh�actor shall not perform any act, fail to peiform any act, or refuse to comply with any requests which would cause Bus to be in vio]atiQn o�f the FTA terms and conditions. All Bnvironmenial Protection Agency (E�'A) ruIes and tegulations must be followed by the Contractor. MASTER AGREEMENT For Fe.deral Transit Administration Agreements authorized by 49 U.S.C. chapter 53, Title 23, United St�tes Code (Hi�aways}, the Safe, Aecountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users, as amended by the SA.FETEA-r,U Technical Corrections Act of 2008, the Transportarion Equity Act for the 2l st Century, as amended, the National Capital Transportation Act of 1969, as amended, the Amexican Recove .ry andReinvestrnent Act of 2009, Pub. L. 1 l l-5, February 17, 2009, or other Federal laws that FTA administers. https:l.iww�v.transil.dot.gov/fundin�/�rantee-zesources/sample-fta-a�reenients/fta- ant-agreements The Mas#er Agreement can be found in its entirety ori the Cixy of Lubbock website vv��vw.ci.lubbock.tx.us INCOMPL�TE INFORMATiON Failwre to aamglete or provide any of the information requested in this Request for Proposal, including references, ancUor additional information as information as indicated, may results in disqualificatian by reasor� of "non-responsiveness". CONTRACTOR ACKNOWLEDGEMENT in compliance with this solicitation, the undersigned bidder, having examined the bid documents, instructions to bidde�s, documents associated with the invitation to bid, and being fa�aniliar with the condiHons ta be met has reveewed the above ire%rmahon regarding: • Insurance Requirements � Snspension and Aebarment Certif caiion • Texas Government Code Section 2252.152 • Texas Governnaent Code SeoNon 2�71.UO2 • Texas Government Cade �z74 • Federal and State Regalations • Master Agreement SUBNI�SSION INFORMATION An individuaf aufhorized to bind the connpany rnust sign the following sectian. Failure to execute this portion rnay result in bid rejection. THIS BID IS SUBMITTED BY W� �lr�r �U'� ►� L C L���f� . corporation arganized under the Iaws •of the State of or a parinetsh�p 6o�s�ist�.e� f'c��,�'t�_�, i� -��i�-�r� Ic� � ox individual trading as of the City of TaX ID No.: f�-�is5 a�5�� Address: ��� li C'��l ��C�.r �(� 5 �' City: �v�bOC.L( State: � Zip: �%�nLr. � M/WBE Firna:� � Woman : Bfack American Asian Pacifia American Please eomplete the inforxnation belovv. Authorized - must si�n by hand Native American Date: u� - 2 � � � 3 OfficerNameandTitle: A/a� �c;dd(� OPS Ma�.��e� Business Telephone Number �o b' 2�� y2 3U FAX: E-mait Address: a�a� • I�r, !� �r�a►. � a',, �' CERTIFICATE OF INTERESTED PARTIES FORM 1.295 lofl Complete Nos. i- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. i, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING i Name of business entity filing form, and the city, state and country of the business entiry's place Certificate Number: of business. 2023-1049963 Core & Main LP Lubbock, TX United States �ate Filed: 2 Name of governmental entity or state agency that is a party to the contract for w ich the form is 07/24/2023 being filed. Ciry of Lubbock Date Acknowledged: 08/03/2023 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 17508 Water Inventory Items Waterworks Materials 4 Nature of interest Name of Interested PaKy City, State, Country (place of business) (check applicable) Controlling Intermediary Core & Main LP Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is , and my date of birth is My address is , , , (street) (city) (state) ' (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Counry, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.bc.us Version V3.5.1.a18ea2ca CERTIFICATE OF INTERESTED PARTIES FORnn 1295 lofl Complete Nos. l- 4 and 6 if there are interested pauties. OFFICE USE ONLY Complete Nos. l, 2, 3, 5, and 6'rf there are no interested parties. CERTIFICATION OF FILING i Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number: of business. 2023-1049963 Core & Main LP Lubbock, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/24/2023 being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identiy the contract, and provide a description of the services, goods, or other properry to be provided under the contracL 17508 Water Inventory Items Waterworks Materials 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Core & Main LP Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is A��r r� 6 6 , and my date of birth is ru�y address is 2122 � S�'1� S-F. , L y bboc� , T� , 7q'y Z�� _, L�66K1 . (street) (dty) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is Vue and correct. Executed in I. a 66ec k Counry, state of 're�a S , on the �ikday of f 41 y , 20�_. (monfh) (year) u.�✓��Z:�I Signature of authorized agent of conVacting business entiry (Dedarant) Forms provided bY Texas Ethics Commission www.ethics.state.bc.us Version V3.5.i.a18ea2ca