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