8788 Core and Main Executed Contract
Docusign City Council Transmittal Coversheet
File Name
Purchasing Contact
City Council Target Date
Piggy Back Option
Contract Expiration
Ordinance
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
RFP
Ginny Brummett
Water & Wastewater Inventory-Contract (Core & Main)
8788
No
07/22/2030
07/22/2025
25-1256
Confidential
CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND CORE AND MAIN LP (Contract #8788)
THIS CONTRACT is made and entered into this date , by and between Core & Main LP a Florida Limited Partnership whose address is 4333 Irving Blvd., Dallas, TX 75247, hereinafter referred to as “Contractor,” and the CITY OF DENTON, TEXAS,
a home rule municipal corporation, hereinafter referred to as “City,” to be effective upon approval
of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or their duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows:
SCOPE OF SERVICES
Contractor shall provide products in accordance with the City’s RFP #8788 Water & Wastewater Inventory, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the
following items which are attached hereto, or on file, and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 8788 (the “Solicitation”) (Exhibit “B” on file at the office of the Purchasing Agent);
(c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Certificate of Interested Parties Electronic Filing (Exhibit “D”); (e) Contractor’s Proposal (“Contractor’s Offer”) (Exhibit “E”); (f) Form CIQ – Conflict of Interest Questionnaire (Exhibit “F”)
These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.”
Prohibition on Contracts with Companies Boycotting Israel Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, City is prohibited from entering 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. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Contract, Contractor
certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Contract. Failure to meet or maintain the requirements under this provision will be considered a material breach.
Prohibition on Contracts with Companies Boycotting Certain Energy Companies Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains written verification from the company that it (1) does not boycott energy companies; and (2) will not boycott
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
07/22/2025
Confidential
energy companies during the term of the contract. The terms “boycott energy company” and “company” shall have the meanings ascribed to those terms in Section 809.001 of the Texas Government Code. By
signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the Contract. Failure to meet or maintain the requirements under this provision will be considered a material breach.
Prohibition on Contracts with Companies Boycotting Certain Firearm Entities and Firearm Trade Associations Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains written verification from the company that it (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate against a firearm entity or firearm trade association,” “firearm entity” and “firearm trade association” shall have the meanings ascribed to those terms in Chapter 2274 of the Texas Government Code. By signing this
Contract, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of this Contract
against a firearm entity or firearm trade association. Failure to meet or maintain the requirements under this provision will be considered a material breach.
Prohibition On Contracts with Companies Doing Business with Iran, Sudan, or a Foreign Terrorist
Organization
Section 2252 of the Texas Government Code restricts City from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this Contract, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor, pursuant to Chapter
2252, is not ineligible to enter into this Contract and will not become ineligible to receive payments under this Contract by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach.
Termination Right for Contracts with Companies Doing Business with Certain Foreign-Owned Companies
The City of Denton may terminate this Contract immediately without any further liability if the City of
Denton determines, in its sole judgment, that this Contract meets the requirements under Chapter 2275, and Contractor is, or will be in the future, (i) owned by or the majority of stock or other ownership interest of the company is held or controlled by individuals who are citizens of China, Iran, North Korea, Russia, or other designated country (ii) directly controlled by the Government of China, Iran, North Korea, Russia, or other designated country, or (iii) is headquartered in China, Iran, North Korea, Russia, or other designated
country.
The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes.
IN WITNESS WHEREOF, the parties of these presents have executed this Contract in the year and day first above written.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
CONTRACTOR
BY: ______________________________
AUTHORIZED SIGNATURE
Printed Name:________________________
Title: _______________________________
PHONE NUMBER
_________________________________
EMAIL ADDRESS
___________________________________
TEXAS ETHICS COMMISSION
CERTIFICATE NUMBER
THIS CONTRACT HAS BEEN
BOTH REVIEWED AND APPROVED
as to financial and operational obligations and
business terms.
_______________ ________________
SIGNATURE PRINTED NAME
__________________________________
TITLE
__________________________________
DEPARTMENT
CITY OF DENTON, TEXAS
BY: ____________________________
SARA HENSLEY
CITY MANAGER
ATTEST:
LAUREN THODEN, CITY SECRETARY
BY: _______________________________
APPROVED AS TO LEGAL FORM:
MACK REINWAND, CITY ATTORNEY
BY: _______________________________
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
2025-1308201
940-391-3900
John.thompson@coreandmain.com
Sales Manager
John Thompson
Chief Financial Officer
Finance
Jessica Williams
Confidential
Exhibit A
Special Terms and Conditions
1. The Quantities The quantities indicated on Exhibit E are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis.
2. Product Changes During Contract Term The Contractor shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the product must be approved in advance by the
City of Denton. Notice of a change shall be submitted in writing to purchasing@cityofdenton.com, with the above file number in the subject line, for review. Products found to have changed specifications without notification, and acceptance, will be returned at the contractor’s expense. Products that have been installed will be replaced at the contractor’s expense.
3. Authorized Distributor
The Contractor shall be the manufacturer or authorized distributor of the proposed products. The distributor shall be authorized to sell to the City of Denton and make available the manufacturer’s representative as needed by the City.
4. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Contractor shall have the option to renew this contract for an additional four (4) one-year periods.
The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council. The Contractor’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months. Prices in Contractor’s proposal are firm for one (1) year after
execution of the agreement. Thereafter, prices may be increased annually or otherwise based on manufacturer price increases. In the event of circumstances beyond the control of the Contractor, including but not limited to, government regulations, tariffs, and events of force majeure, the Contractor reserves the
right to adjust prices upon thirty (30) calendar days’ notice.
5. Price Escalation and De-escalation
On Contractor’s request in the form stated herein, the City will implement an escalation/de- escalation price adjustment annually based on the Contractor’s request for price increase as indicated in Paragraph 4 herein . The escalation may be determined annually at the renewal date. The price may be increased based upon the manufacturer’s price list. . The Contractor should provide documentation as percentage of each cost associated with the unit prices quoted
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
for consideration. Request must be submitted in writing with supporting evidence for need of such increase to the
Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must
also provide supporting documentation as justification for the request. If no request is made, then it will be assumed that the current contract price will be in effect. Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon
the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued.
Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation.
The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes.
6. Total Contract Amount The cumulative contract spend for all sections for primary and secondary contractors for
contract 8788 shall not exceed $12,000,000.00. Core & Main LP is awarded as the secondary contractor for A, B, C, D, E, F, G, H, I, J, K, L, M, N, and R of RFP 8788, which sections A, B, C, D, E, F, G, H, I, J, K, L, M, N, and R only is awarded by this contract for the supply of A-Ductile Iron, B- Brass Adapters And Fittings,
C- Adapters, Bends, Connectors, D - PVC Pipe; Water And Sewer, E-Water Meter Boxes, F - Manhole Lids, Rings, And Risers, G - Fire Hydrants, Extensions And Repair Kits, H-Bell Joint Leak Clamps, I-Repair Clamps, J-Flange, K – Brass Tapping Saddles, L-Stainless Steel Tapping Sleeves, M-Gate Valves, Ball Valves, Stops, N - Meter Resetters, and R-Miscellaneous Inventory. Pricing shall be per Exhibit E attached. The cumulative contract
spend for all sections for primary and secondary contractors for contract 8788 shall not exceed $12,000,000.00. Secondary contractor will be called if the Primary contractor fails to provide the supplies requested.
7. Delivery Lead Time Product or services shall be delivered to the City per the days/weeks noted in Exhibit E after
receipt of the order.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
Exhibit B City of Denton’s RFP #8788
On File at the Office of the Purchasing Agent
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
Exhibit C City of Denton Standard Purchase Terms and Conditions
These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to
contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer
and the Seller or respondent herein after referred to as Contractor. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Contractor. No Terms and Conditions contained in the seller’s proposal response, invoice, or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face
of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the Contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the Contract, Sections 3, 4, 5, 6, 7, 8, 20, and 21 shall apply only to a solicitation to purchase goods, and sections
9, 10, 11, and 22 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with
the terms, covenants, and conditions of the Contract and all applicable federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation or Exhibit A, this Contract shall be effective as of the date this Contract is signed by the City and shall continue in
effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the
Solicitation or Contractor’s Offer, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor’s name and address, (b) the City’s name, address, purchase order or purchase release number, and the price agreement number, if applicable, (c) container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably
packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City’s count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized
to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables.
5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
only when the materials requested hereunder is delivered to the site requested by the City.
6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be
shipped F.O.B. point of delivery unless otherwise specified in the Solicitation or Contractor’s Offer. Unless otherwise stated in the Contractor’s Offer, the Contractor’s price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that
set forth in the purchase order.
7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, to inspect the deliverables at delivery before accepting them, and to reject defective or non-conforming deliverables. If the City has the right to inspect the Contractor’s, or the Contractor’s
Subcontractor’s, facilities, or the deliverables at the Contractor’s, or the Contractor’s
Subcontractor’s, premises, the Contractor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of
deliverables must fully comply with all provisions of the Contract as to time of delivery, quality,
and quantity. Any non-complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract to perform but not afterward. If, instead
of requiring immediate correction or removal and replacement of defective or non-conforming
deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the
diminished value of the defective or non-conforming deliverables. If the acceptance occurs after
final payment, such amount will be refunded to the City by the Contractor. 9. PLACE AND CONDITION OF WORK: This paragraph only applies to the purchase of services to be primarily performed at the City’s premises or on City property/right-of-way. The
City shall provide the Contractor access to the sites where the Contractor is to perform the services
as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied itself as to the nature of the City’s service requirements and specifications, the location and essential characteristics of the work sites, the
quality and quantity of materials, equipment, labor and facilities necessary to perform the
services, and any other condition or state of fact which could in any way affect performance of the Contractor’s obligations under the Contract. The Contractor hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions.
The Contractor shall, at all times, exercise reasonable precautions for the safety of their employees, City Staff, participants and others on or near the City’s facilities.
10. WORKFORCE This paragraph only applies to the purchase of services to be primarily performed at the City’s premises or on City property/right-of-way.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract.
B. The Contractor, its employees, Subcontractors, and Subcontractor’s employees may not (1)
while engaged in, participating, or responding to a solicitation; or (2) while in the course and scope of delivering goods or services under a City of Denton contract; or (3) on the City’s property. i. use or possess a firearm, including a concealed handgun that is licensed under State law, except as required by the terms of the contract; or
ii. use or possess alcoholic or other intoxicating beverages, illegal drugs, or controlled
substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs. C. If the City or the City’s representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs, the Contractor shall
immediately remove such worker from Contract services, and may not employ such worker again
on Contract services without the City’s prior written consent. IMMIGRATION: THE CONTRACTOR REPRESENTS AND WARRANTS THAT IT SHALL COMPLY
WITH THE REQUIREMENTS OF THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 AND
1990 REGARDING EMPLOYMENT VERIFICATION AND RETENTION OF VERIFICATION FORMS FOR
ANY INDIVIDUALS HIRED ON OR AFTER NOVEMBER 6, 1986, WHO WILL PERFORM ANY LABOR
OR SERVICES UNDER THE CONTRACT AND THE ILLEGAL IMMIGRATION REFORM AND IMMIGRANT RESPONSIBILITY ACT OF 1996 (“IIRIRA) ENACTED ON SEPTEMBER 30, 1996,
AND SHALL INDEMNIFY AND HOLD THE CITY HARMLESS FROM ANY ACTION ARISING RELATED
THERETO.
11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: This paragraph only applies to the purchase of services to be primarily performed at the City’s premises or on City property/right-of-way. The Contractor, its
Subcontractors, and their respective employees, shall comply fully with all applicable federal,
state, and local health, safety, and environmental laws, ordinances, rules, and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. THE CONTRACTOR SHALL INDEMNIFY AND HOLD
THE CITY
HARMLESS FROM AND AGAINST ALL CLAIMS, DEMANDS, SUITS, ACTIONS, JUDGMENTS, FINES,
PENALTIES AND LIABILITY OF EVERY KIND ARISING FROM THE BREACH OF THE CONTRACTOR’S
OBLIGATIONS UNDER THIS PARAGRAPH.
Environmental Protection: The Contractor shall be in compliance with all applicable standards,
orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et
seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12. INVOICES:
A. The Contractor shall submit separate invoices on each purchase order or purchase
release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made.
B. Proper Invoices must include a unique invoice number, invoice date, the purchase order number, and the master agreement number if applicable, the Department’s Name, and the
name of the point of contact for the Department. Invoices shall be itemized and transportation
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Contractor’s name, remittance address and,
if applicable, the tax identification number on the invoice must exactly match the information in the
Vendor’s registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Contractor’s invoice. C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables
order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses at actual cost without markup.
E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13. PAYMENT: A. All proper invoices need to be sent to Accounts Payable –
accountspayable@cityofdenton.com. Approved invoices will be paid within thirty (30) calendar days of the invoice being received in Accounts Payable. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, including, but not limited to, those in Paragraph D , below, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches such shipment
or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due to the Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor; ii. third party claims, which are not covered by the insurance which the Contractor is
required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials, or equipment; iv. damage to the property of the City or the City’s agents, employees, or contractors, which is not covered by insurance required to be provided by the Contractor;
v. reasonable evidence that the Contractor’s obligations will not be completed within the time specified in the Contract; vi. failure of the Contractor to submit proper invoices with purchase order number, all required attachments, and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract
Documents. E. Notice is hereby given to any awarded firm who is in arrears to the City for delinquent taxes of any kind or otherwise indebted to the City that the City shall be entitled to counterclaim and/or offset against any such debt, claim, demand, or account owed to the City through payment withholding until the debt is paid in full, and no assignment of such debt, claim, demand, or
account after the said taxes or debt are due shall affect the right of the City to offset the said taxes or debt against same.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
F. Payment will be made by check unless the parties mutually agree to payment by credit card or
electronic transfer of funds. The Contractor agrees that there shall be no additional charges,
surcharges, or penalties to the City for payments made by credit card or electronic funds transfer.
G. The Contractor acknowledges and agrees that the awarding or continuation of this Contract is dependent upon the availability of funding. The City’s payment obligations are payable only and solely from funds appropriated and available for this Contract. The absence of appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are
not appropriated or available and any deliverables delivered but unpaid shall be returned to the
Contractor. The City will not incur a debt or obligation to pay Contractor any amounts the City does not have the current funds available to pay. The City shall provide the Contractor written notice of the failure of the City to make an adequate appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any appropriation to an amount insufficient
to permit the City to pay its obligations under the Contract. In the event of none or inadequate
appropriation of funds, there will be no penalty or liability to the City, nor removal fees, cancellation fees, or the like charged to the City. 14. TRAVEL EXPENSES: All travel, lodging, and per diem expenses in connection with the
Contract shall be paid by the Contractor, unless otherwise stated in the Contract Documents.
During the term of this Contract, the Contractor shall bill and the City shall reimburse Contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by the Contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise
negotiated.
15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE
Compliance Report to the Purchasing Manager no later than the fifteenth (15th) calendar day
after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have
been previously asserted in writing and not yet settled, (2) arising from defective work appearing
after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and
ii. a waiver of all claims by the Contractor against the City other than those previously
asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Contractor’s Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process
sheets related thereto shall become the property of the City and shall be identified by the Contractor as such.
17. RIGHT TO AUDIT:
A. The Contractor agrees that the City shall, until the expiration of five (5) years after final
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
payment under this Contract unless required to be retained for longer under applicable law, have
electronic access to and the right to examine all books, records, and computations pertaining to
this Contract. If necessary, the City shall have the right to audit and make copies of the books,
records, and computations pertaining to the Contract. The Contractor shall retain such books, records, documents, and other evidence pertaining to the Contract period and five (5) years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records,
documents, and other evidence shall be available, within ten (10) business days of written request.
All books and records will be made available within a fifty (50) mile radius of the City of Denton if the vendor is not able to provide electronic access. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor
which must be payable within five (5) business days of receipt of an invoice.
B. The Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the Subcontractor, material supplier, or other payee agrees that the City shall, until the expiration of five (5) years after final payment under the subcontract unless required to be retained for longer
under applicable law, have electronic access to and the right to examine all books, records, documents,
and other evidence of the Subcontractor, material supplier, or other payee involving transactions relating to the subcontract. If necessary, the City maintains the right to photocopy any physical books, documents, papers, and records of the subconsultant involving transactions relating to the subcontract. All books and records will be made available within a fifty (50) mile radius of the City of Denton.
The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or
greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice.
C. Failure to comply with the provisions of this section shall be a material breach of the Contract
and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents”, and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document.
18. SUBCONTRACTORS: A. If the Contractor-identified subcontractors (“Subcontractor”) in a DBE/MBE/WBE agreed-to plan (the “Plan”), the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any subcontractor except as provided in the Contractor’s
Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the
substitute has been accepted by the City in writing. No acceptance by the City of any subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the
Procurement Manager, no later than the tenth calendar day of each month.
B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract Documents, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict
accordance with the provisions, specifications and terms of the Contract;
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
ii. prohibit the Subcontractor from further subcontracting any portion of the Contract
without the prior written consent of the City and the Contractor. The City may require,
as a condition to such further subcontracting, that the Subcontractor post a payment bond
in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment
to the City in accordance with the terms of the Contract;
iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and
V. REQUIRE THAT THE SUBCONTRACTOR INDEMNIFY AND HOLD THE CITY HARMLESS
TO THE SAME EXTENT AS THE CONTRACTOR IS REQUIRED TO INDEMNIFY THE CITY.
C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor’s own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on
the part of the City to pay or to see to the payment of any moneys due any such Subcontractor
except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City.
19. WARRANTY-PRICE:
A. The Contractor certifies that the prices in the Contractor’s Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor.
20. WARRANTY – TITLE: THE CONTRACTOR WARRANTS THAT IT HAS GOOD AND
INDEFEASIBLE TITLE TO ALL DELIVERABLES FURNISHED UNDER THE CONTRACT, AND THAT
THE DELIVERABLES ARE FREE AND CLEAR OF ALL LIENS, CLAIMS, SECURITY INTERESTS, AND
ENCUMBRANCES. THE CONTRACTOR SHALL INDEMNIFY AND HOLD THE CITY HARMLESS FROM
AND AGAINST ALL ADVERSE TITLE CLAIMS TO THE DELIVERABLES.
21. WARRANTY – DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall conform in all material respects to the material specifications for the materials provided hereunder, drawings, and descriptions in the Contract Documents, to any samples furnished by the Contractor, to the terms, covenants, and conditions of the Contract, and to all applicable State, federal, or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the
Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. In addition, Contractor warrants that the goods sold to City shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA). In the event the product does not conform to OSHA standards, City may return the product for correction or replacement at the Contractor’s expense.
In the event Contractor fails to make the appropriate correction within a reasonable time, correction made by City will be at Contractor’s expense. Notwithstanding anything contained herein to the contrary, the manufacturer’s warranty only shall apply to all materials purchased by Buyer hereunder. Buyer acknowledges that Seller is a distributor of materials only and therefore offers no additional warranties. IN NO EVENT, WHETHER ARISING OUT OF WARRANTY, INDEMNITY, TORT, CONTRACT OR OTHERWISE, SHALL SELLER BE LIABLE FOR ANY INDIRECT, INCIDENTAL, SPECIAL, EXEMPLARY OR CONSEQUENTIAL DAMAGES OF ANY
KIND.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
SELLER SPECIFICALLY DISCLAIMS ALL OTHER WARRANTIES, WHETHER EXPRESS OR IMPLIED, INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENT, WHETHER ARISING OUT OF WARRANTY, INDEMNITY, TORT, CONTRACT OR OTHERWISE, SHALL SELLER BE LIABLE FOR ANY INDIRECT, INCIDENTAL, SPECIAL, EXEMPLARY OR CONSEQUENTIAL DAMAGES OF ANY KIND.
A. Recycled deliverables shall be clearly identified as such. B. Unless otherwise specified in the Contract or required by the Solicitation, the warranty period
shall be at least one (1) year from the date of acceptance of the deliverables or from the date of
acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the City’s option and at no additional cost to the City. All costs
incidental to such repair or replacement, including but not limited to, any packaging and shipping
costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City’s rights under this section. C. If the Contractor is unable or unwilling to repair or replace defective or non-conforming
deliverables as required by the City, then in addition to any other available remedy, the City may
reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source.
D. If the Contractor is not the manufacturer, and the deliverables are covered by a separate
manufacturer’s warranty, the Contractor shall transfer and assign such manufacturer’s warranty to the City. If for any reason the manufacturer’s warranty cannot be fully transferred to the City, the Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufacturer’s warranty for the benefit of the City.
22. WARRANTY – SERVICES: If applicable, the Contractor warrants and represents that all services to be provided to the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable federal, State,
and local laws, rules or regulations.
A. Unless otherwise specified in the Contract, the warranty period shall be at least one (1) year from the date of acceptance of the work. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs
incidental to such additional performance shall be borne by the Contractor. The City shall endeavor
to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach warranty, but failure to give timely notice shall not impair the City’s rights under this section.
B. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may
reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If,
instead of requiring immediate correction or removal and replacement of defective or non-
conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses, and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for
the diminished value of the defective or non-conforming deliverables. If the acceptance occurs
after final payment, such amount will be refunded to the City by the Contractor. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party’s intent to perform, demand may be made to the other party for written
assurance of the intent to perform. In the event that no assurance is given within the time specified
(being a minimum of 5 days) after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event
the Contractor is observed performing in a manner that is in violation of federal, State, or local
guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice.
26. DEFAULT: A. The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely, and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 25, (c) becomes insolvent or seeks relief
under the bankruptcy laws of the United States or (d) makes a material misrepresentation in
Contractor’s Offer, or in any report or deliverable required to be submitted by the Contractor to the City. B. In the event the City terminates the awarded contract for default or any other reason, the Contractor shall receive payment for the materials delivered through the date of termination,
materials not returnable to the manufacturer for credit and materials in the course of production.
27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such
ten (10) day period, cures such default, or provides evidence sufficient to prove to the City’s
reasonable satisfaction that such default does not, in fact, exist. Additionally, in the event of a default by the Contractor, the City may remove the Contractor from the City’s vendor list for three (3) years and/or any offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law. The requirements of Subchapter J, Chapter 552 of the Texas Government Code, may apply to this Contract and the Contractor agrees that the Contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter. Upon termination, Contractor shall receive payment for the materials delivered through the date of termination, materials not returnable to the manufacturer for credit and materials in the course of production.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause and/or for convenience any time upon thirty (30)
calendar days’ prior written notice. Upon receipt of a notice of termination, the Contractor shall
promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination plus amounts for special order materials,
materials not returnable to the manufacturer for credit and materials in the course of production,
manufacturer cancellation fees, as well as return freight charges and reasonable restocking fees in accordance with the terms hereof, provided such payment amount is not disputed by City. The City reserves all rights, causes of action, and remedies available under law or in equity with respect to any dispute under this Contract and a termination under this provision does not waive
such rights, causes of action, and remedies. 29. FRAUD: Fraudulent statements by the Contractor in any offer, Contract Document, or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract for cause by the City and may result in legal action.
30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs
incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in Paragraph 53. However, nothing in this provision
shall excuse the Contractor from delaying the delivery as notified.
B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such party. In the event of default or delay in Contract performance due to
any of the foregoing causes, then the time for completion of the services will be extended;
provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform.
31. TIME OF COMPLETION: Contractor agrees and acknowledges that completing the
services and/or delivering the goods described in this Contract in a timely manner is very important to the City. Contractor agrees to perform all obligations within the timeframes required unless events transpire that is out of its control. 32. INDEMNITY:
A. Definitions: i. “Indemnified Claims” shall include actual and direct claims, demands, suits, causes of action, judgments, and liability including all reasonable costs and expenses of litigation, mediation, or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but
not limited to the City, the Contractor, their respective agents, officers, employees; the
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
officers, agents, and; and third parties); and/or (2) death, bodily injury, illness, disease, worker’s compensation, loss of services, or loss of income or wages to any person
(including but not limited to the agents, officers and employees of the City, the
Contractor, the Contractor’s Subcontractors, and third parties), ii. “Fault” shall include the negligence, willful misconduct or a breach of any legally imposed strict liability standard.
B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM DIRECT AND ACTUAL CLAIMS FAULT OF THE CONTRACTOR, OR THE CONTRACTOR’S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE DELIVERY OF
MATERIALS PROVIDED HEREUNDER UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM.
33. LIMITATION OF LIABILITY: This Contract does not, and shall not be interpreted to, contain an artificial limitation of liability (e.g. liability limited to contract price or liability capped at an amount actually paid in previous 3 months, etc.) or an artificial statute of limitations (e.g. any lawsuit must be commenced within one year of the event).
34. INSURANCE: The Contractor shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton outlined in the Insurance Exhibit attached hereto, if applicable. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. The City of Denton reserves the right to add
insurance during the contract term.
B. Specific Coverage Requirements: Specific insurance requirements are contained in the Solicitation and the Insurance Exhibit.
35. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which
arises under or concerns the Contract, or which could have a material adverse effect on the
Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such
claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to
the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 36. NOTICES: Unless otherwise specified, all notices, requests, or other communications required
or appropriate to be given under the Contract shall be in writing and shall be deemed delivered
three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified
in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager.
37. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information
Act, Chapter 552, and Texas Government Code. The requirements of Subchapter J, Chapter 552
of the Texas Government Code, may apply to this Contract and the Contractor agrees that the Contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter.
38. INDEMNIFICATION AGAINST INFRINGEMENTS: This Paragraph shall only apply if the design or specifications are created by the Contractor, the Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the specifications in the Contract will not infringe, directly or
contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property
right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Contractor does not know of any valid basis for any such claims. Moreover, Contractor does not know of any valid basis for any such claims. THE CONTRACTOR
SHALL, AT ITS SOLE EXPENSE, DEFEND, INDEMNIFY, AND HOLD THE CITY HARMLESS FROM AND
AGAINST ALL LIABILITY, DAMAGES, AND COSTS (INCLUDING COURT COSTS AND REASONABLE
FEES OF ATTORNEYS AND OTHER PROFESSIONALS) ARISING OUT OF OR RESULTING FROM: (I)
ANY CLAIM THAT THE CITY’S EXERCISE THE RIGHTS ASSOCIATED WITH THE CITY’S’
OWNERSHIP, AND IF APPLICABLE, LICENSE RIGHTS, AND ITS USE OF THE DELIVERABLES
INFRINGES THE INTELLECTUAL PROPERTY RIGHTS OF ANY THIRD PARTY; OR (II) THE CONTRACTOR’S BREACH OF ANY OF CONTRACTOR’S REPRESENTATIONS OR WARRANTIES
STATED IN THIS CONTRACT. IN THE EVENT OF ANY SUCH CLAIM, THE CITY SHALL HAVE THE
RIGHT TO MONITOR SUCH CLAIM OR AT ITS OPTION ENGAGE ITS OWN SEPARATE COUNSEL TO
ACT AS CO-COUNSEL ON THE CITY’S BEHALF. THIS PARAGRAPH SHALL SURVIVE THE
TERMINATION OF THIS CONTRACT.
39. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require access to certain of the City’s and/or its licensors’ confidential information (including inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) (collectively, “Confidential Information”). Contractor acknowledges and agrees that the
Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or
otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Contract, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its
own business to protect its own most valuable information, which protective measures shall under
all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 40. OWNERSHIP AND USE OF DELIVERABLES: This Paragraph shall only apply if the
design or specifications are created by the Contractor, the City shall own all rights, titles, and
interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to
execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by
the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 41 shall negate the City’s sole or joint ownership of any such deliverables arising by virtue of the City’s sole or joint authorship of such deliverables. Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing
services to the City hereunder to execute, acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made- for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work-
made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon
delivery of such deliverables to the City or at such other time as the City may request.
C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or
protection, letters patent, or any similar rights in any and all countries and in order to assign and
convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to the deliverables. The Contractor’s obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 41 A., B., and C. shall continue after the termination of this Contract
with respect to such deliverables. In the event the City should not seek to obtain copyright
protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 40 above.
41. PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
42. ADVERTISING: The Contractor shall not advertise or publish, without the City’s prior consent, the fact that the City has entered into the Contract, except to the extent necessary to
comply with proper requests for information from an authorized representative of the federal,
State, or local government. 43. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding
for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona
fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission,
percentage, brokerage or contingent fee.
44. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with
a view toward securing the Contract or securing favorable treatment with respect to the awarding
or amending or the making of any determinations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities.
45. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: The Contractor agrees to comply with the conflict of interest provisions of the City of Denon Code of Ordinances and/or State law. No officer, employee, independent consultant, or elected official of the City who
is involved in the development, evaluation, or decision-making process of the performance of any
solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that
solicitation as defined in the City’s Ethic Ordinance codified at Chapter 2, Article XI and in the City Charter Section 14.04, as amended. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge,
expressed or implied, of the Contractor shall render the Contract voidable by the City. The
Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. The Contractor agrees to maintain current, updated disclosure of information on file with the Procurement Department throughout the term of this Contract.
46. NO SUBCONTRACTING BID AFTER AWARD: Following the award of the Contract,
no subcontracting except that specifically identified in the response to the Solicitation will be permitted without the express prior written consent of the City. 47. NO GIFT OF PUBLIC PROPERTY: The City will not agree to any terms or conditions that
cause the City to lend its credit or grant public money or anything of value to the selected Contractor. 48. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an
employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas
for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits,
worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or their designee under this Contract. The
Contractor is expressly free to advertise and perform services for other parties while performing
services for the City. 49. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and enure to the benefit of the City and the Contractor and their respective successors and assigns, provided
however, that no right or interest in the Contract shall be assigned and no obligation shall be
delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this Paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries
to the Contract.
The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal
documentation such as an updated W-9, documents filed with the state indicating such
change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments.
50. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole
or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either
the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a
similar or different character. No delay, failure, or waiver of either party’s exercise or partial
exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. 51. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by
both parties. No pre-printed or similar terms on any the Contractor invoice, order or other
document submitted to the City by Contractor shall have any force or effect to change the terms, covenants, and conditions of the Contract. 52. INTERPRETATION: The Contract is intended by the parties as a final, complete and
exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Acceptance or acquiescence in a course of performance rendered under this Contract shall not be relevant to determine the meaning of this agreement even though the
accepting or acquiescing party has knowledge of the performance and opportunity for objection.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions
more strictly against one party or the other.
53. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing
of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party
may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute, however any decision requiring approval of the City Council of the City will
be required to be submitted to the City Council and the senior level person shall have authority
to recommend approval of any resolution. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written
agreement signed by both parties, in which event the parties may proceed directly to mediation
as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to
qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of initiation of the mediation process, the mediator shall be selected by the Denton County
Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation
in good faith
for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator’s fees equally and the parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation.
C. The parties shall not be required to submit to binding arbitration.
54. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would
refer to and apply the substantive law of another state or jurisdiction. All issues arising from this
Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein.
55. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken
provision. The provisions of this section shall not prevent this entire Contract from being void
should a provision which is the essence of the Contract be determined to be void. 56. HOLIDAYS: The following holidays are observed by the City:
If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or their authorized designee. 57. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract
for fifteen (15) years.
58. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State,
or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its
firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton.
59. EQUAL OPPORTUNITY Contractor agrees that during the performance of its contract it will: A. Treat all applicants and employees without discrimination as to race, color, religion, sex, national origin, marital status, age, or handicap.
B. Identify itself as an “Equal Opportunity Employer” in all help wanted advertising or request.
The Contractor shall be advised of any complaints filed with the City alleging that Contractor is not an Equal Opportunity Employer. The City reserves the right to consider its reports from its human relations administrator in response to such complaints in determining whether or not to
terminate any portion of this contract for which purchase orders or authorities to deliver have not
New Year’s Day (observed) Martin Luther King, Jr. Day Memorial Day
Juneteenth
Independence Day Labor Day Veteran’s Day Thanksgiving Day
Friday After Thanksgiving
Christmas Eve (observed) Christmas Day (observed)
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
been included, however, the Contractor is specifically advised that no Equal Opportunity Employment complaint will be the basis for cancellation of this contract for which a purchase
order has been issued or authority to deliver granted.
C. Americans with Disabilities Act (ADA) Compliance: No Contractor, or Contractor’s agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA.
60. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph –
i. “Component” means an article, material, or supply incorporated directly into an end product.
ii. “Cost of components” means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued);
or
(2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product.
iii. “Domestic end product” means-
(1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency
determines are not mined, produced, or manufactured in sufficient and reasonably available
commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic.
iv. “End product” means those articles, materials, and supplies to be acquired under the contract for public use. v. “Foreign end product” means an end product other than a domestic end product.
vi. “United States” means the 50 States, the District of Columbia, and outlying areas.
B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles
are on a list approved by another Governmental Agency. The Contractor shall submit
documentation with their offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled “Buy American Act Certificate”.
61. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this Contract, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
62. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of
the respondent.
63. PREVAILING WAGE RATES: The Contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website
www.wdol.gov for Denton County, Texas (WD-2509).
64. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The Contractor or supplier shall comply with all State, federal, and local laws and requirements. The Contractor must comply with all applicable laws at all times, including, without limitation, the following:
(i)
§36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants; and (iii) Chapter 552 of the Texas Government Code, which outlines policy for public information. The Contractor shall give all notices and comply with all laws and regulations applicable to furnishing and performance
of the Contract.
65. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Contractor shall demonstrate on- site compliance with the provisions of federal law dealing with issuance of Form W-2’s to common law employees. Contractor is responsible for both federal and State unemployment insurance
coverage and standard Workers’ Compensation insurance coverage. Contractor shall ensure
compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Contractor or its employees for any Unemployment or Workers’ Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from
Contractor’s omission or breach of this Section.
66. ATTORNEY’S FEES; LEGAL COSTS: Contractor and City agree that the City will not be required to pay Contractor’s attorney’s fees or legal costs under any circumstances, unless expressly required by law.
67. DRUG FREE WORKPLACE: The Contractor shall comply with the applicable provisions
of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the Contractor shall comply
with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. 68. CONTRACTOR LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Contractor shall be liable for all damages to government-owned, leased, or occupied property and
equipment caused by the Contractor and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Contractor shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
69. FORCE MAJEURE: The City of Denton, any Customer, and the Contractor shall not be responsible for performance under the Contract should it be prevented from performance by an
act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the
fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Contractor will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Contractor continues to use commercially reasonable efforts to recommence performance or observance whenever and to
whatever extent possible without delay. The Contractor shall immediately notify the City of
Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance.
70. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party
under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed
as a waiver of any continuing or succeeding breach.
71. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law.
72. RECORDS RETENTION: The Contractor shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Contractor shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor’s Office is satisfied that all audit
and litigation matters are resolved, whichever period is longer. The Contractor shall grant
accessto all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. In the event the value of this Contract is One Million ($1,000,000) Dollars or greater: (i) all contracting information related to this contract will be preserved for the duration of the Contact; (ii) the Contractor shall provide any contracting information in its possession promptly upon request by the City; and (iii) at the expiration of this Contract, the Contractor will either provide all contracting information in its possession to the City or preserve same as required by the record retention requirements of the State of Texas.
73. PROCUREMENT LAWS: The City will not agree to any terms or conditions that cause
the City to violate any federal, State, or local procurement laws, including its own Charter or Procurement Policy and any such laws included in boilerplate terms, online terms or other terms provided by the Contractor are considered null and void.
74. AUTHORITY: Contractor represents and warrants to the other that (a) it has company
authority to execute and perform this Contract; (b) executing this Contract does not constitute a material conflict with, breach, or default under any applicable law, its respective organizational documents, or any documents, agreements, contracts or instruments which are binding upon it; and (c) this Contract creates valid, legal, and binding obligation enforceable against it, subject to
applicable insolvency and bankruptcy laws. Contractor recognizes and agrees that a violation of
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
this provision constitutes a material breach under this Contract.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
Exhibit D Certificate of Interested Parties Electronic Filing
In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission.
Contractor will be required to furnish a Certificate of Interest Parties before the Contract is awarded, in accordance with Government Code 2252.908.
The Contractor shall:
1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm 2. Register utilizing the tutorial provided by the State
3. Print a copy of the completed Form 1295
4. Enter the Certificate Number on page 2 of this contract. 5. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295)
The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days.
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
8788 Water & Wastewater Inventory
Exhibit E Core and
Main
Line # Description Mfgr Mfgno QTY UOM Unit
1 For all lines the preferred manufacturer is listed but some lines will allow for an alternate. The specifications in the scope of work has more
2 SECTION A: DUCTILE IRON - C110 FULL BODY DOMESTIC ONLY
3 BEND DUCTILE MJXMJ 8inch(s)X 11 1/4 DUCTILE C110,
FULL BODY, TYLER
Tyler Union
8-C110-MJ-11 1/4
5
EA
$503.00
4 BEND, DUCTILE 6inch(s) X 22 1/2 Tyler Union 6-C110-MJ-22 1/2 5 EA $339.00
5 BEND, DUCTILE 6inch(s) X 90 DEG MJ Tyler Union 6-C110-MJ-90 DEG MJ 15 EA $334.00
6 BEND, DUCTILE 6inch(s)X45 CAST IRON Tyler Union 6-C110-MJ-45 40 EA $288.00
7 BEND, DUCTILE 8inch(s) MJ 90 DEG C110 FULL BODY
DOMESTIC
Tyler Union
8-C110-MJ-90
10
EA
$650.00
8 BEND, DUCTILE 8inch(s)X22 1/2 C.I. Tyler Union 8-C110-MJ-22 1/2 10 EA $525.00
9 BEND, DUCTILE 8inch(s)X45 CAST IRON TYLER
DUCTILE 8X45
Tyler Union
8-C110-MJ-45
30
EA
$422.00
10 BEND, DUCTILE 90 12inch(s) MJ C110 FULL BODY
DOMESTIC
Tyler Union
12-C110-MJ-90
5
EA
$1,270.00
11 BEND DUCTILE 11 1/4 X 12inch(s)^ MJ DOMESTIC
C110
Tyler Union
12-C110-MJ-11 1/4
5
EA
$1,010.00
12 BEND,DUCTILE 12inch(s) X 22 1/2 C.I Tyler Union 12-C110-MJ-22 1/2 10 EA $1,010.00
13 BEND,DUCTILE 12inch(s)X45 CAST IRON Tyler Union 12-C110-MJ-45 15 EA $1,055.00
14 BLIND FLANGE 10inch(s) C110 USA P401 Tyler Union FLG-10-BLND 2 EA $722.00
15 BLIND FLANGE 16inch(s) C110 USA P401 Tyler Union FLG-16-BLND 2 EA $2,105.00
16 PIPE CAP MJ 12inch(s) Tyler Union CAP-12-MJ 10 EA $305.00
17 PIPE CAP MJ 8inch(s) Tyler Union CAP-8-MJ 20 EA $174.50
18 PIPE, CAP MJ 4inch(s) Tyler Union CAP-4-MJ 5 EA $82.00
19 PIPE, CAP MJ 6inch(s) Tyler Union CAP-6-MJ 35 EA $125.75
20 PLUG,PUSH IN FOR 8inch(s) DUCTILE Tyler Union PIP-8 5 EA $181.50
21 PLUG,PUSH IN FOR 12inch(s) DUCTILE + Tyler Union PIP-12 2 EA $338.00
22 PLUG,PUSH IN FOR 6inch(s) DUCTILE + Tyler Union PIP-6 5 EA $101.50
23 REDUCER, MJ DUCTILE 12inch(s)X8inch(s) DOMESTIC
C110
Tyler Union
12X8-RED-C110-MJ
2
EA
$863.00
24 REDUCER, MJXMJ 6inch(s)X4inch(s) TYLER, C-110
FULL BODY
Tyler Union
6X4-RED-C110-MJ
5
EA
$317.00
25 REDUCER, MJ DUCTILE 8inch(s) X 6 MJ X MJ, C110,
DOMESTIC
Tyler Union
8X6-RED-C110-MJ
15
EA
$469.00
26 SLEEVE, SOLID MJ 12inch(s) X 12inch(s) Tyler Union 12X12-SLV-C110-SOL 15 EA $753.00
27 SLEEVE, SOLID MJ 3inch(s) X 12inch(s) ^ DOMESTIC
C110
Tyler Union
3X12-SLV-C110-SOL
2
EA
$225.00
28 SLEEVE, SOLID MJ 4inch(s) X 12inch(s) Tyler Union 4X12-SLV-C110-SOL 10 EA $225.00
29 SLEEVE, SOLID MJ 6inch(s) X 12inch(s) Tyler Union 6X12-SLV-C110-SOL 30 EA $250.00
30 SLEEVE, SOLID MJ 8inch(s) X 12inch(s) Tyler Union 8X12-SLV-C110-SOL 30 EA $325.00
31 TEE 8inch(s)X8inch(s)X8inch(s) MJXFLXMJ TYLER, C-
110 DOMESTIC
Tyler Union
8X8-TEE-C110-MJXFL
10
EA
$921.00
32 TEE, 12X12X12 ( MJXFLXMJ) Tyler Union 12X12-TEE-C110-MJXFL 5 EA $2,020.00
33 TEE, 12X12X8 (MJXMJXFL) DI DOMESTIC C110 Tyler Union 12X8-TEE-C110-MJXFL 10 EA $1,766.00
34 TEE, 12X6X12 ( MJXFLXMJ) Tyler Union 12X6-TEE-C110-MJXFL 30 EA $1,753.00
35 TEE, 6 x 6 x 6 (MJ X FL X MJ) Tyler Union 6X6-TEE-C110-MJXFL 5 EA $581.50
36 TEE, 8X6X8 ( MJXFLXMJ) Tyler Union 8X6-TEE-C110-MJXFL 25 EA $811.00
37 TEE, 12X12X12 ( MJXMJXMJ) ^ DOMESTIC C110 Tyler Union 12X12-TEE-C110-MJXMJ 2 EA $2,133.00
38 TEE, 16x16x16 (MJxFLxMJ) DI ^ DOMESTIC C110 Tyler Union 16X16-TEE-C110-MJXFL 2 EA $3,821.00
39 TEE, FLANGE 12inch(s)X12inch(s)X4inch(s) ^
DOMESTIC C110, FULL BODY
Tyler Union
12X4-TEE-C110-MJXFL
2
EA
$1,687.00
40 VALVE PLUG M.J. 4inch(s) Tyler Union MJ-4-PLG 5 EA $68.50
41 VALVE PLUG MJ 6inch(s) Tyler Union MJ-6-PLG 10 EA $101.50
42 VALVE PLUG MJ 8inch(s) Tyler Union MJ-8-PLG 5 EA $181.50
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
43 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
44 SECTION B: BRASS ADAPTERS AND FITTINGS ; Brass fittings for water service shall conform to AWWA C800 standards. ; Potable water only.
Irrigation brass is not acceptable. Ford, Mueller, Merit Brass Acceptable
45 ADAPTER, METER 3/4inch(s) X 1 Mueller H-10879-254N 1100 PR $27.49
46 ANGLE BALL VALVE 2inch(s), FLNG-IP Ford BFA13-777W 5 EA $270.35
47 CONNECTOR ELL, 2inch(s) 90DEG PJXPJ+ Ford L44-77-NL 10 EA $197.48
48 CONNECTOR WATER 1 1/2inch(s) MIP-PJ Ford C84-66-NL 20 EA $48.74
49 CONNECTOR WATER 1 1/2inch(s) PJ-PJ Ford C44-66-NL 15 EA $69.99
50 CONNECTOR WATER 1inch(s) MIP-PJ Ford C84-44-NL 110 EA $17.65
51 CONNECTOR WATER 1inch(s) PJ-PJ Ford C44-44-NL 70 EA $19.85
52 CONNECTOR WATER 2inch(s) MIP-PJ Ford C84-77-NL 150 EA $71.05
53 CONNECTOR WATER 2inch(s) PJ-PJ Ford C44-77-NL 25 EA $94.59
54 CONNECTOR WATER 3/4inch(s) IP-PJ Ford C84-33NL 150 EA $14.93
55 CONNECTOR WATER 3/4inch(s) PJ-PJ Ford C44-33-NL 80 EA $18.19
56 COUPLING BRASS,1 1/2inch(s) FEMALE Merit Brass NL111-24 15 EA $38.39
57 COUPLING BRASS,2inch(s) FEMALE Merit Brass NL111-32 20 EA $63.50
58 COUPLING METER 2 BOLT 1 1/2inch(s) Smith Blair 926000002500000 100 EA $53.80
59 COUPLING METER 2 BOLT 2inch(s) Smith Blair 926000001900000 150 EA $65.20
60 COUPLING METER EXPANSION 3/4inch(s) Mueller H-14234-250N 25 EA $19.30
61 COUPLING, BRASS, 1inch(s) FIP-FIP Merit Brass NL111-16 35 EA $17.64
62 COUPLING, BRASS, 3/4inch(s) FEMALE Merit Brass NL111-12 80 EA $10.35
63 ELBOW, BRASS 3/4inch(s) X 90 Merit Brass NL101-12 25 EA $11.79
64 ELBOW,BRASS 2inch(s) X 45 Merrit Brass NL101-32 15 EA $67.49
65 ELBOW,BRASS, 1inch(s) X 90 F-F Merit Brass NL101-16 30 EA $19.19
66 ELBOW,BRASS, 1.5inch(s) X 90 Merit Brass NL101-24 10 EA $45.25
67 ELBOW,BRASS, 2inch(s) X 90 Merit Brass NL101-32 40 EA $67.50
68 FLANGE ADAPTER METER 1.5inch(s) BRAS Mueller H-10129-H-500N 5 EA $44.69
69 FLANGE ADAPTER, METER 2inch(s) BRASS Mueller H-10129-H-550N 30 EA $58.34
70 KEY, WATER METER BOX , BRASS Bass & Hays BKEY52 100 EA $14.69
71 KEY, WATER METER BOX LONG BRASS + Bass & Hays BKEY16 100 EA $47.30
72 NIPPLE METER,BRASS, 1X2.5inch(s) Ford C38-44-2-625-NL 100 EA $10.64
73 NIPPLE METER,BRASS, 1X3inch(s) Ford C38-44-3.5-NL 40 EA $38.66
74 NIPPLE METER,BRASS, 1X8.5inch(s) Ford C38-44-3-5-NL 50 EA $32.54
75 NIPPLE METER,BRASS, 3/4inch(s)X2.5inch(s) Ford C38-44-8-5-NL 60 EA $6.48
76 NIPPLE METER,BRASS, 3/4X3inch(s) Ford C38-23-3-NL 55 EA $6.84
77 NIPPLE METER,BRASS, 3/4X8.5inch(s) Ford C38-23-8-5-NL 950 EA $26.54
78 NIPPLE, BRASS, 1inch(s) ALL THREAD Merit Brass 2016-001 40 EA $3.73
79 NIPPLE, BRASS 1inch(s) X 4inch(s) Merit Brass 2016-400 30 EA $7.94
80 NIPPLE, BRASS 3/4inch(s) X 2inch(s) Merit Brass 2012-200 30 EA $3.19
81 NIPPLE, BRASS,2inch(s)X2inch(s) ALLTHREAD Merit Brass 2132-001 50 EA $10.99
82 NIPPLE,BRASS, 1 1/2inch(s)X6inch(s) Merit Brass 2124-600 25 EA $19.19
83 NIPPLE,BRASS, 1inch(s) X 2inch(s) Merit Brass 2016-200 25 EA $4.75
84 NIPPLE,BRASS, 1inch(s)X 6inch(s) Merit Brass 2016-600 15 EA $11.69
85 NIPPLE,BRASS, 1.5inch(s) X 2inch(s) Merit Brass 2024-200 15 EA $7.75
86 NIPPLE,BRASS, 1.5inch(s) X 4inch(s) Merit Brass 2024-400 20 EA $12.99
87 NIPPLE,BRASS, 2inch(s)X4inch(s) Merit Brass 2132-400 40 EA $16.69
88 NIPPLE,BRASS, 2inch(s)X6inch(s) Merit Brass 2132-600 60 EA $24.69
89 NIPPLE,BRASS, 3/4inch(s) ALLTHREAD 3/4 XCL STD
BRASS NIPPLE
Merit Brass
2112-001
15
EA
$2.54
90 NIPPLE,BRASS, 3/4inch(s) X 4inch(s) Merit Brass 2112-400 20 EA $5.49
91 NIPPLE,BRASS, 3/4inch(s) X 6inch(s) Merit Brass 2112-600 10 EA $7.99
92 NUT & GASKET ASSY, 1inch(s) PJ Ford NG-FF4 40 EA $8.59
93 PLUG BRASS 1inch(s) Merit Brass NL117-16 10 EA $11.81
94 PLUG BRASS 2inch(s) Merit Brass NL117-32 5 EA $33.93
95 PLUG BRASS 3/4inch(s) Merit Brass NL117-12 10 EA $7.39
96 PLUG BRASS 1 1/2inch(s) + Merit Brass NL117-24 5 EA $20.69
97 PLUG BRASS 3inch(s) Merit Brass NL117-48 10 EA $91.49
98 PLUG BRASS 4inch(s) Merit Brass NL117-64 10 EA $171.29
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
99 PLUNGER, METER BOX LID Bass & Hays PLUNGER51 75 EA $13.46
100 REDUCER BELL BRASS 1inch(s)X3/4inch(s) Merit Brass NL112-1612 25 EA $19.99
101 REDUCER BUSHING,BRASS, 2inch(s)X1inch(s) Merit Brass NL114-3216 50 EA $32.29
102 REDUCER BUSHING,BRASS,1inch(s)X3/4inch(s)
FEMALE TO MALE
Merit Brass
NL114-1612
25
EA
$10.79
103 REDUCER BUSHING,BRASS,2inch(s)X1.5inch(s) Merit Brass NL114-3224 10 EA $32.35
104 REDUCER BUSHNG BRASS 3/4X1/2inch(s) Merit Brass NL114-1208 5 EA $9.45
105 REDUCER BUSHNG,BRASS 1.5X3/4inch(s) Merit Brass NL114-2412 5 EA $26.19
106 REDUCER BUSHNG,BRASS, 1.5inch(s)X1inch(s) Merit Brass NL114-2416 5 EA $26.19
107 REDUCER BUSHNG,BRASS, 2inch(s)X3/4inch(s) Merit Brass NL114-3212 10 EA $32.35
108 TEE, BRASS, 1inch(s) Merit Brass NL106-16 15 EA $30.69
109 TEE, BRASS, 2inch(s) Merit Brass NL106-32 25 EA $85.69
110 TEE, BRASS, 3/4inch(s) Merit Brass NL106-12 5 EA $14.69
111 UNION, BRASS, 2inch(s) Merit Brass NL187-32 2 EA $131.69
112 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
113 SECTION C: PVC, ADAPTERS, BENDS, CONNECTORS
114 ADAPTER 10inch(s)SDR-10inch(s)SDR35 GPK 156-ON10PK 5 EA $91.69
115 ADAPTER 4inch(s)SDR 35 - 4inch(s)SDR35 GPK 156ON4PK 450 EA $28.23
116 ADAPTER 6inch(s)SDR35-6inch(s)SDR35 GPK 156-ON6PK 70 EA $84.99
117 ADAPTER 8inch(s)SDR35-8inch(s) SDR35 GPK 156-ON8PK 40 EA $79.79
118 ADAPTER BUSHING, 4inch(s) DWV X SDR Charlotte Pipe PVC 118 30 EA $5.97
119 ADAPTER ECC. 10inch(s)C-10inch(s) SDR35 GPK 102-ON10PK 25 EA $82.68
120 ADAPTER ECC. 12inch(s)C-12inch(s) SDR35 GPK 102-ON12PK 5 EA $127.09
121 ADAPTER ECC. 4inch(s)C-4inch(s) SDR35 GPK 102-ON4PK 300 EA $31.31
122 ADAPTER ECC. 6inch(s)C-6inch(s)SDR35 GPK 102-ON6PK 200 EA $45.65
123 ADAPTER ECC. 8inch(s)C-8inch(s)SDR35 GPK 102-ON8PK 45 EA $62.81
124 ADAPTER, PVC FEMALE 3inch(s) SCH 40 Spears SPEARS 435-030 10 EA $3.52
125 ADAPTER, PVC FEMALE 4inch(s) SCH 40 Spears SPEARS 435-040 10 EA $5.82
126 BEND, 4inch(s) x 45 DEGREE BXB SDR 35 GPK 121-0004 35 EA $12.46
127 BEND, PVC 90 X 6inch(s) B X S GPK 124-0006 5 EA $30.44
128 BEND, PVC 90 X 8inch(s) B x S GPK 124-0008 5 EA $82.23
129 BEND, PVC, 22 1/2 X 4inch(s) BXB GPK 117-0004 70 EA $12.42
130 BEND, PVC, 22 1/2 X 6inch(s) BXB + GPK 117-0006 5 EA $24.49
131 BEND, PVC, 22 1/2 X 4inch(s) BXS GPK 118-0004 175 EA $11.83
132 BEND, PVC, 22 1/2 X 6inch(s) BXS GPK 118-0006 20 EA $23.25
133 BEND, PVC, 22 1/2 X 8inch(s) BXS GPK 118-0008 5 EA $74.53
134 BEND, PVC, 45 X 4inch(s) BXS GPK 122-0004 550 EA $11.19
135 BEND, PVC, 45 X 6inch(s) BXS GPK 122-0006 80 EA $22.39
136 BEND, PVC, 45 X 8inch(s) BXS GPK 122-0008 15 EA $67.54
137 CLEANOUT ADAPTER 4inch(s) FIPT X DWV(H SCH40
GPK327-0004
GPK
327-0004
110
EA
$10.84
138 CLEANOUT ADAPTER 4inch(s) SDR35 GPK 227-0004 375 EA $5.97
139 CLEANOUT ADAPTER 6inch(s) GPK 227-0006 20 EA $28.19
140 CLEANOUT PLUG 3 GPK 228-0003 40 EA $3.54
141 CLEANOUT PLUG 4inch(s) GPK 228-0004 600 EA $3.64
142 CLEANOUT PLUG 6inch(s) GPK 228-0006 35 EA $18.24
143 COUPLING, PVC, SEWER, 4inch(s) BXB + GPK 306-0004 30 EA $15.39
144 INCREASER-REDUCER, 4X3 PVC DWV Charlotte Pipe PVC 102 25 EA $14.04
145 INSERTA TEE 4inch(s) SDR35 - 8inch(s)DR19 InsertaTee FatBoy 4P26FB8PE19 5 EA $115.85
146 INSERTA TEE 4inch(s) SDR35 - 8inch(s)DR21 InsertaTee FatBoy 4P26FB8PE21 5 EA $115.85
147 INSERTA TEE 6inch(s) SDR35 - 8inch(s)DR19 InsertaTee FatBoy 6P26FB8PE19 2 EA $133.25
148 INSERTA TEE 6inch(s) SDR35 - 8inch(s)DR21 InsertaTee FatBoy 6P26FB8PE21 2 EA $133.25
149 PIPE POLY TUBING 1 1/2inch(s) X100feet DRISCOPIPE 5100 POLYETHYLENE 10 RL $94.00
150 PIPE, POLY TUBING 2inch(s) X 100feet SDR 9, 200 PSI,
CTS OD
SDR 9, 200 PSI, CTS OD
35
RL
$148.00
151 PIPE, POLY TUBING 2inch(s), SDR9 300feet/500feet
ROLL 200 PSI, CTS OD
200 PSI, CTS OD
275
FT
$444.00
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
152 PIPE,POLY TRACEABLE 1inch(s) (100feet) 1inch(s) CTS
ENDOTRACE 100feet COIL
1inch(s) CTS ENDOTRACE
80
EA
$46.00
153 PIPE,POLY TRACEABLE 2inch(s) (100feet) 2inch(s) CTS
ENDOTRACE 100feet COIL
2inch(s) CTS ENDOTRACE
20
EA
$300.00
154 PIPE,POLY TRACEABLE 1inch(s)X200feet ^ 1inch(s)
CTS ENDOTRACE 200feet COIL
1inch(s) CTS ENDOTRACE
20
EA
$224.00
155 PIPE,POLY TRACEABLE 2inch(s)X200feet ^ 2inch(s)
CTS ENDOTRACE 200feet COIL
2inch(s) CTS ENDOTRACE
20
EA
$600.00
156 REDUCER, 6inch(s)X4inch(s) B X B ECCENTRIC GPK GPK 109-0046EEC 15 EA $48.99
157 REDUCER, 6inch(s)X4inch(s) BXS ECCENTRIC GPK GPK 110-0064EEC 25 EA $23.50
158 REDUCER, 8inch(s)X6inch(s) B X B ECCENTRIC GPK GPK 109-0068EEC 10 EA $76.74
159 REDUCER, 8inch(s)X6inch(s) BXS ECCENTRIC GPK GPK 110-0086EEC 20 EA $71.85
160 WYE PVC 10inch(s) X 4inch(s) BXBXB SDR35 PTI G3010-4 10 EA $197.49
161
WYE PVC 10inch(s)X10inch(s)X4inch(s) BXBXB SDR 26
PTI
H3010-4
5
EA
$251.59
162
WYE PVC 10inch(s)X10inch(s)X6inch(s) BXBXB SDR 26
PTI
H3010-6
5
EA
$255.69
163 WYE PVC 45 4X4X4 BXBXB PTI G304 225 EA $21.46
164 WYE PVC 45 4X4X4 BXBXS PTI G324 5 EA $27.81
165 WYE PVC 45 6X6X4 BXBXB PTI G306-4 50 EA $43.49
166 WYE PVC 45 6X6X4 BXBXS PTI G326-4 5 EA $43.49
167 WYE PVC 45 6X6X6 BXBXS PTI G326 5 EA $52.79
168 WYE PVC 45 8X8X4 BXBXB PTI G308-4 150 EA $64.94
169 WYE PVC 45 8X8X4 BXBXS PTI G328-4 5 EA $64.69
170 WYE PVC 45 8X8X6 BXBXB PTI G308-6 20 EA $77.43
171 WYE PVC 45 8X8X6 BXBXS PTI G328-6 5 EA $77.42
172 WYE PVC 45 8X8X8 BXBXB PTI G308 15 EA $134.94
173 WYE PVC 8X8X4inch(s) BXBXB SDR 26 PTI G308-4 15 EA $99.44
174 WYE, PVC, 45 6inch(s)x6inch(s)x6inch(s) BxBxB PTI G628 ONLY 15 EA $49.26
175 WYE PVC 12inch(s)X12inch(s)X4inch(s) BXBXB ^
SDR35
PTI
G3012-4
15
EA
$284.00
176 WYE PVC 12inch(s)X12inch(s)X6inch(s) BXBXB ^
SDR35
PTI
G3012-6
5
EA
$293.00
177 WYE PVC 45 8X8X8 BXBXS + PTI G328 5 EA $205.00
178 WYE PVC 8X8X6 BXBXB^ SDR 26 PTI G308-6 5 EA $114.29
179 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
180
SECTION D: PVC PIPE - ALL PIPE MUST HAVE: 1) DATE OF MANUFACTURER CLEARLY STAMPED ON PRODUCT, AND A CODE FOR A DATE IS
NOT ACCEPTABLE 2) THE DATE MUST NOT BE MORE THAN ONE YEAR OLD 3) NO DISCOLORATION OR SUN DAMAGE ACCEPTABLE
BRANDS:JM EAGLE, PIPE LIFE, JET LIFE, NORTHERN PIPE & DIAMOND ONLYPlease explain in supplier note how each line is priced. City
prefers block pricing.
181 PIPE, PVC WATER,12inch(s)X20feet DR-14 PVC D14 PC
C900 305PSE
Diamond
DR14 C900
400
JT
$868.80
182 PIPE, PVC, SEWER, 10inch(s)X14feet Diamond SDR26 25 JT $221.90
183 PIPE, PVC, SEWER, 4inch(s)X14feet Diamond SDR26 5 JT $35.42
184 PIPE, PVC, SEWER, 6inch(s)X14feet Diamond SDR26 10 JT $78.68
185 PIPE, PVC, SEWER, 8inch(s)X14feet Diamond SDR26 115 JT $142.38
186 PIPE, PVC, WATER,4inch(s)X20feet DR-14 PVC D14 PC
C900 305PSE
Diamond
DR14 C900
10
JT
$116.60
187 PIPE, PVC,WATER, 6inch(s)X20feet DR-14 PVC D14 PC
C900 305PSE
Diamond
DR14 C900
115
JT
$234.20
188 PIPE, PVC,WATER, 8inch(s)X20feet DR-14 PVC D14 PC
C900 305PSE
Diamond
DR14 C900
400
JT
$403.20
189 PIPE, SEWER 8inch(s) DR21 IPS GRAY HDPE GREEN
STRIPE PE^
Diamond
DR21 IPS
30
JT
$264.00
190 PIPE, SEWER 8inch(s)X40feet DR19 IPS GRAY HDPE
GREEN STRIPE PE^
Diamond
DR19 IPS
10
JT
$264.00
191
PIPE, WATER 12inch(s)X40feet DR11 IPS GRAY HDPE
Diamond
DR11 IPS
5
JT
$836.00
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
192 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
193 SECTION E: WATER METER BOXES, SEWER BOXES ; Meter boxes shall be furnished with the lid included.
194 BOX WATER METER 34-A SHORT 18inch(s) WIDE X
14inch(s) DEEP
BASS&HAYS
34A
500
EA
$168.39
195 BOX, VALVE BASE Tyler Union 6850-15B 200 EA $103.19
196 BOX, WATER METER 34-B LONG BASS&HAYS 34B 85 EA $182.44
197 BOX, WATER METER 55A BASS&HAYS 55A 80 EA $467.49
198 BOX,METER PLASTIC inch(s)SEWERinch(s) MARKED
SEWER
BASS&HAYS
P34-P14D
375
EA
$183.69
199 BOX,VALVE,TOP SECTION 16inch(s) Tyler Union T-16 10 EA $204.51
200 BOX,WTRMETER 548A 18inch(s) HIGH THESE METER
BOXES NEED TO BE 18inch(s) HIGH ONLY
BASS&HAYS
548A
65
EA
$461.06
201 SPRING, METER BOX LID BASS&HAYS BSPRING50 50 EA $5.83
202 BOX, METER PLASTIC ROUND 34-A BASS&HAYS P34P18D w/ LID 3LIDP-1 600 EA $170.69
203 BOX, METER PLASTIC ROUND 548A BASS&HAYS P548P18D w/ LID 5LIDP-1 250 EA $356.69
204 BOX, METER PLASTIC ROUND 55-A BASS&HAYS P55P18D w/ LID 5LIDP-1 100 EA $370.69
205 BOX, B1324 CHRISTY CONCRETE + TFC RATED H20
CONC W/ STL FRM
Old Castle
B1324
5
EA
$840.99
206 BOX, B1730 CHRISTY CONCRETE + TFC RATED H20
CONC W/ STL FRM
Old Castle
B1730
5
EA
$1,359.99
207 EXTENSION, 12inch(s) B1324 CHRISTY+ 12inch(s)
CONCRETE EXT FOR B1324 BOX
Old Castle
B1324-EXT
5
EA
$206.00
208 EXTENSION, 12inch(s) B1730 CHRISTY+ 12inch(s)
CONCRETE EXT FOR B1730 BOX
Old Castle
B1730-EXT
5
EA
$343.00
209 LID, B1324 CHRISTY W/ READER + TRAFFIC RATED H20
DMND PLT
Old Castle
B1324-LID-R
5
EA
$448.99
210 LID, B1730 CHRISTY W/ READER + TRAFFIC RATED H20
DMND PLT
Old Castle
B1730-LID-R
5
EA
$881.69
211 BOX, LID SEWER PLASTCLID ONLY BASS & HAYS 3-LID2-1 5 EA $58.44
212 BOX, WATER METER LID 34A/B+LID ONLY BASS & HAYS 3-LIDP-1 5 EA $34.40
213 BOX, WATER METER LID 55A&548A+LID ONLY BASS & HAYS 5-LIDP-1 5 EA $84.59
214 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
215 SECTION F: MANHOLE LIDS, RINGS, AND RISERS ; Steel adjustment risers shall be furnished with set screws included.
216 MANHOLE, LID 30inch(s) B&H # 1480 A
(SANITARY SEWER)
BASS&HAYS
1480A
65
EA
$335.00
217
MANHOLE RING 30inch(s) B&H # V1420 RG
BASS&HAYS
V1420
65
EA
$289.00
218 MANHOLE, LID 300-24 B&H SANITARY SEWER
COV. 300-24
BASS&HAYS
300-24SAN
10
EA
$290.00
219
MANHOLE, LID SAN SWR 400-24 B&H# 40024C10 LID
BASS&HAYS
400-24SAN
25
EA
$358.00
220 MANHOLE, RISER 300X24 2inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
300-24 2X
5
EA
$508.00
221 MANHOLE, RISER 300X24 4inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
300-24 4X
5
EA
$823.00
222 MANHOLE, RISER 300X24 6inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
300-24 6X
5
EA
$923.00
223 MANHOLE, RISER 400X24 1 1/2 BASS&HAYS TYPE 1
W/SET SCREWS
BASS&HAYS
400-24 1.5X
5
EA
$651.00
224 MANHOLE, RISER 400X24 1inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
400-24 1X
15
EA
$651.00
225 MANHOLE, RISER 400X24 2inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
400-24 2X
5
EA
$682.00
226 MANHOLE, RISER 400X24 2 3/4inch(s) + BASS&HAYS
TYPE 1 W/SET SCREWS
BASS&HAYS
400-24 2.75X
5
EA
$721.00
227 MANHOLE, RISER 300X24 2 1/2inch(s) + BASS&HAYS
TYPE 1 W/SET SCREWS
BASS&HAYS
300-24 2.5X
5
EA
$556.00
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
228 MANHOLE, RISER 400X24 3inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
400-24 3X
5
EA
$682.00
229 MANHOLE, RISER 400X24 4inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
400-24 4X
5
EA
$814.00
230 MANHOLE, RISER 400X24 6inch(s) BASS&HAYS TYPE
1 W/SET SCREWS
BASS&HAYS
400-24 6X
20
EA
$896.00
231 MANHOLE, RISER 300X24 1 1/2inch(s) BASS&HAYS
TYPE 1 W/SET SCREWS
BASS&HAYS
300-24 1.5X
5
EA
$508.00
232
MANHOLE, RING 400-24 BASS&HAYS# 40024RO
BASS&HAYS
BH400-24 RING
20
EA
$356.00
233 MANHOLE, 1inch(s) RISER 30 W/SET SCREWS, BASS &
HAYS
BASS&HAYS
VRM-30 1X
10
EA
$655.00
234 MANHOLE, 1.5inch(s) RISER 30inch(s) W/SET
SCREWS, BASS & HAYS
BASS&HAYS
VRM-30 1.5X
10
EA
$655.00
235 MANHOLE, 2inch(s) RISER 30 W/SET SCREWS, BASS &
HAYS
BASS&HAYS
VRM-30 2X
10
EA
$697.00
236 MANHOLE, 3inch(s) RISER 30inch(s) W/SET SCREWS,
BASS & HAYS
BASS&HAYS
VRM-30 3X
5
EA
$697.00
237 MANHOLE, 4inch(s) RISER 30 W/SET SCREWS, BASS &
HAYS
BASS&HAYS
VRM-30 4X
5
EA
$790.00
238 MANHOLE, 6inch(s)RISER 30 W/SET SCREWS, BASS &
HAYS
BASS&HAYS
VRM-30 6X
5
EA
$919.00
239 MANHOLE, LID COMPOSITE 30inch(s) LOCKING CAP-
ONE-30
Cap One
CAP-ONE-30
5
EA
$1,953.00
240 MANHOLE, LID COMPOSITE 24inch(s) BOLT DOWN
CAP-ONE-24
Cap One
CAP-ONE-24
5
EA
$1,312.00
241 HAMMER, MANHOLE LID EXTRACTORMARY A#
5865425
BASS&HAYS
Mary A 5865425
10
EA
$290.69
242 MANHOLE ADAPTER, 10inch(s) CONCRETE MANHOLE
GASKET
5
EA
$18.20
243 MANHOLE ADAPTER, 12inch(s) CONCRETE MANHOLE
GASKET
5
EA
$20.64
244 MANHOLE ADAPTER, 6inch(s) CONCRETE MANHOLE
GASKET
5
EA
$11.09
245 MANHOLE ADAPTER, 8inch(s) CONCRETE MANHOLE
GASKET
5
EA
$14.69
246 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
247 SECTION G: FIRE HYDRANTS, EXTENSIONS AND REPAIR KITS
248 HYDRANT, COLLISION REPAIR KITFOR U.S. PIPE M-94,
OEM ONLY
Mueller
M-94 TRK
5
EA
$386.21
249 HYDRANT MAIN VALVE KIT - OLD MUELLER #280367 -
OEM ONLY
Mueller
280367
5
EA
$1,008.33
250 HYDRANT MAIN VALVE KIT > 1997 MUELLER 280359,
OEM ONLY
Mueller
280359
10
EA
$967.36
251 HYDRANT,MAIN VALVE KIT,WTROUS WATEROUS# WB-
67-250, OEM ONLY
Waterous
K-537-A
5
EA
$447.89
252 HYDRANT,MAIN VALVE KIT, US P FOR US PIPE M-94,
OEM ONLY
Mueller
M-94 MVK
5
EA
$1,141.24
253 EXTENSION, HYDRANT 24inch(s) - NEW MUELLER
(OEM ONLY) A320-020
Mueller
A320-020
5
EA
$595.00
254 HYDRANT 2inch(s) 3feetBURY 2.5 NOZZLE MUELLER
MA411LAOLM ONLY
Mueller
MA411LAOL
5
EA
$2,015.00
255 HYDRANT EXTENSION 12inch(s)OEM ONLY MUELLER
A320-010, HRP37/A423
Mueller
A320-010
10
EA
$455.00
256 HYDRANT EXTENSION 6inch(s)NEW STYLE MUELLER
#A-320-006, OEM ONLY
Mueller
A320-006
5
EA
$395.00
257 HYDRANT HOSE NOZZLE GASKET Mueller 290272 5 EA $3.06
258 HYDRANT PUMPER NOZZLE GASKET Mueller 192345 5 EA $11.06
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
259 HYDRANT REPAIR KIT NEW >1975 MUL#A301-01HYD
REP PT#HRPI-301
Mueller
A301-01
15
EA
$215.00
260 HYDRANT REPAIR KIT-BREAK FLNG WATEROUS #K528,
OEM ONLY
Waterous
K-528
10
EA
$195.00
261 STEM UPPER STEEL (feet95+ HYD) + MUELLER A-
11(KIT) -MA11OL
Mueller
A-11 KIT
5
EA
$255.00
262 HYDRANT, FIRE 3.5feet BURY MUELLER
MA423LAOLNDEN
Mueller
A423
5
EA
$2,580.00
263 HYDRANT, FIRE 4feet BURY Mueller A423 5 EA $2,640.00
264 HYDRANT, FIRE 5feet BURY Mueller A423 40 EA $2,765.00
265 HYDRANT,REPAIR KIT - PRE 1974 MUELLER-HRPI-301-
00, OEM ONLY
Mueller
A301-00
5
EA
$215.00
266 WRENCH, FIRE HYDRANT Reed HWB-02283 30 EA $25.00
267 HYD MAIN VALVE REPAIR KIT M&H+ M&H Style 129 10 EA $145.00
268 HYD TRAFFIC REPAIR KIT M&H + M&H Style 129 10 EA $385.00
269 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
270 SECTION H: BELL JOINT LEAK CLAMPS FORD BRAND ONLY
271 CLAMP, 6inch(s) BELL JOINT LEAK FORD FBC-710 5 EA $230.76
272 CLAMP, 8inch(s) BELL JOINT LEAK FORD FBC-930 5 EA $319.20
273 CLAMP, 10inch(s) BELL JOINT LEAK FORD FBC-1140 5 EA $400.16
274 CLAMP, 12inch(s) BELL JOINT LEAK FORD FBC-1350 5 EA $434.08
275 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
276 SECTION I: REPAIR CLAMPS ETC.
277 CLAMP FULL CIRCLE 10inch(s) X 16inch(s) WITH
ALLOY BOLTS
PowerSeal
3121W-16
5
EA
$274.00
278 CLAMP FULL CIRCLE 10inch(s) X 7.5inch(s) PowerSeal 3121W-75 5 EA $140.00
279 CLAMP FULL CIRCLE 8.5-15inch(s) W/WW Ford F1-894-15 20 EA $207.00
280 CLAMP, FULL CIRCLE 1.5inch(s)X7.5 Ford F1-215-75 5 EA $68.00
281 CLAMP FULL CIRCLE 1.5inch(s)X 15inch(s) Ford F1-215-15 5 EA $102.00
282 CLAMP FULL CIRCLE 12inch(s) X 7.5inch(s) Ford F1-1350-75 10 EA $158.00
283 CLAMP, FULL CIRCLE 12inch(s)X20inch(s) Ford F1-1350-15 15 EA $418.00
284 CLAMP FULL CIRCLE 16inch(s)X12inch(s) PowerSeal 312216C120AA-SB 5 EA $510.00
285 CLAMP, FULL CIRCLE 16inch(s)X20 PowerSeal 312216C200AA-LB 5 EA $819.00
286 CLAMP FULL CIRCLE 2inch(s) X 15inch(s) Ford F1-263-15 20 EA $119.00
287 CLAMP FULL CIRCLE 2inch(s) X 7.5inch(s) Ford F1-263-75 25 EA $58.00
288 CLAMP FULL CIRCLE 4inch(s) X 15inch(s) Ford F1-514-15 20 EA $152.00
289 CLAMP FULL CIRCLE 4inch(s) X 7.5inch(s) Ford F1-514-75 15 EA $77.00
290 CLAMP FULL CIRCLE 6inch(s) X 15inch(s) Ford F1-696-15 85 EA $173.00
291 CLAMP FULL CIRCLE 6inch(s) X 7.5inch(s) Ford F1-724-75 60 EA $91.00
292 CLAMP FULL CIRCLE 8inch(s) X 7.5inch(s) Ford F1-939-75 35 EA $106.00
293 CLAMP FULL CIRCLE 8inch(s)x15inch(s)8inch(s) cast
iron pipes=OD of 9.05inch(s)
Ford
F1-939-15
50
EA
$207.00
294 CLAMP,FULL CIRCLE RPR ,12inch(s)X15 ROMAX OD
14.00-14.40
Romac
171-145015000
5
EA
$316.00
295 CLAMP FULL CIRCLE RPR 12inch(s)X12inch(s)^
ROMAC CL1-1450-12
Romac
171-145012000
5
EA
$254.00
296 CLAMP FULL CIRCLE RPR 12inch(s)X12inch(s)^ W/
1inch(s) CC OUTLET
Romac
171-145012410
5
EA
$290.00
297 CLAMP, 14inch(s) TRANS, RPR LONG + FORD F2-1700-
72 20inch(s) L
Ford
F2-1700-20
15
EA
$819.50
298 CLAMP, 14inch(s) TRANS, RPR SHORT + FORD F2-
1700-32 10inch(s) L
Ford
F2-1700-10
15
EA
$495.00
299 CLAMP, 18inch(s) TRANSITE, REPAIR + FORD F2-2145-
75 20inch(s) L
Ford
F2-2145-20
15
EA
$901.07
300 CLAMP, LEAK 2inch(s) X 6inch(s) Smithblair 229-00023807-000 1 EA $122.00
301 CLAMP,REPAIR,1 1/2inch(s) Smith Blair 245-000-19003-000 5 EA $47.00
302 CLAMP, REPAIR,1/2inch(s) Smith Blair 245-0008406-000 5 EA $89.00
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
303 CLAMP,REPAIR,1inch(s) PowerSeal 3151W 15 EA $45.00
304 CLAMP,REPAIR,2inch(s) PowerSeal 3151W 5 EA $52.00
305 CLAMP,REPAIR,3/4inch(s) PowerSeal 3151W 10 EA $43.00
306 CLAMP, TAP 2inch(s)X1inch(s) TAP PowerSeal 3131020080AD 5 EA $90.82
307 CLAMP, TAP S.S.6inch(s)X1inch(s) TAP Smith Blair 239-00069007-009 5 EA $127.00
308 CLAMP, TAP S.S.8inch(s)X1inch(s) TAP Smith Blair 239-00090507009 5 EA $143.00
309 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
310
SECTION J: FLANGE PKS/MJ GLAND PKS, MEG-A-LUG GLAND PACKS ; Flange hardware sets shall be hex bolts conforming to ANSI/AWWA
C111/A21.11-7 standards. ; Mechanical Joint hardware sets shall be T-bolts conforming to ANSI/AWWA C111/A21.11-7 standards.
311 BOLT/GASKET SET-12inch(s) FLANGE PK White Rhino BNGFP-12 10 EA $26.96
312 BOLT/GASKET SET-4inch(s) FLANGE PK White Rhino BNGFP-4 10 EA $9.95
313 BOLT/GASKET SET-6inch(s) FLANGE PK White Rhino BNGFP-6 70 EA $13.66
314 BOLT/GASKET SET-8inch(s) FLANGE PK White Rhino BNGFP-8 35 EA $15.70
315 GASKET FULLFACE RED RUB 4 White Rhino 5 EA $1.88
316 GASKET FULLFACE RED RUB 8 White Rhino 5 EA $3.21
317 GASKET, METER 1.5inch(s) X 1/8inch(s) OVAL BLK
RUBBER 2-BOLT, WHITE RHINO
White Rhino
85
EA
$1.19
318 GASKET, METER 2inch(s) X 1/8inch(s) OVAL BLK
RUBBER 2-BOLT, WHITE RHINO
White Rhino
275
EA
$1.60
319 GLAND KIT M.J. 12inch(s) Tyler/STAR MJ-12 5 EA $107.80
320 GLAND KIT M.J. 10inch(s) Tyler/STAR MJ-10 5 EA $83.41
321 GLAND KIT M.J. 3inch(s) Tyler/STAR MJ-3 10 EA $24.40
322 GLAND KIT M.J. 4inch(s) Tyler/STAR MJ-4 10 EA $34.62
323 GLAND KIT M.J. 6inch(s) Tyler/STAR MJ-6 30 EA $51.93
324 GLAND KIT M.J. 8inch(s) Tyler/STAR MJ-8 30 EA $69.24
325
GLAND LESS KIT M.J. 12inch(s) REG ACC SET L/GLAND
Tyler/STAR
BLT-GSK-12
5
EA
$48.79
326
GLAND LESS KIT M.J. 6inch(s) REG ACC SET L/GLAND
Tyler/STAR
BLT-GSK-6
20
EA
$31.48
327
GLAND LESS KIT M.J. 8inch(s) REG ACC SET L/GLAND
Tyler/STAR
BLT-GSK-8
10
EA
$35.42
328 MACRO COUPLING, XL, DI, 12 ROMAC OR EQUAL,
13.15-14.40
Romac
260-1440851
5
EA
$717.17
329 HYMAX GRIP COUPLING 10inch(s) Hymax 890-56-10270-16 20 EA $615.43
330 HYMAX GRIP COUPLING 12inch(s) Hymax 890-56-12322-16 20 EA $724.55
331 HYMAX GRIP COUPLING 6inch(s) Hymax 890-56-06165-16 20 EA $375.39
332 HYMAX GRIP COUPLING 8inch(s) Hymax 890-56-08216-16 20 EA $484.83
333 MACRO COUPLING, XL, DI, 10inch(s) ROMAC ,
11.00inch(s)-11.65inch(s)
Romac
260-1220851
20
EA
$544.74
334 MACRO COUPLING, XL, DI, 4inch(s) Romac 260-0560851 20 EA $263.56
335 MACRO COUPLING, XL, DI, 6inch(s) ROMAC , 6.62-
7.40
Romac
260-0760851
20
EA
$347.81
336
MACRO COUPLING, XL, DI, 8inch(s) ROMAC, 8.63-9.57
Romac
260-0975851
20
EA
$393.86
337 MEG-A-LUG GLAND KIT 10inch(s) DOUBLE DUTY DI
PIPE & C900
Tyler Union
TufGrip-TDW-10
10
EA
$126.56
338 MEG-A-LUG GLAND KIT 12inch(s) 2012PV/STARGRIP
4000,C-900
Tyler Union
TufGrip-TDW-12
225
EA
$182.14
339 MEG-A-LUG GLAND KIT 16inch(s) DI EBBA, CL52 Tyler Union TufGrip-TDW-16 20 EA $283.01
340 MEG-A-LUG GLAND KIT 4inch(s) C-900 2004PV /
200VPEC / E2004PEC
Tyler Union
TufGrip-TDW-4
45
EA
$59.78
341 MEG-A-LUG GLAND KIT 6inch(s) C-900 HUGHES #
2006PEC/STARGRIP 4000
Tyler Union
TufGrip-TDW-6
410
EA
$76.13
342 MEG-A-LUG GLAND KIT 8inch(s) C-900
IND#E2008PTC/STARGRIP 4000
Tyler Union
TufGrip-TDW-8
325
EA
$102.28
343 MEGA FLANGE, REST ADAPT 3inch(s) EBBA 2103 10 EA $72.74
344 MEGA FLANGE, REST ADAPT 4inch(s) EBBA 2104 10 EA $93.11
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
345 MEGA FLANGE, REST ADAPT 6inch(s) EBBA 2106 10 EA $136.72
346 O-RING, VITON 1 Spears V-215 10 EA $24.71
347 O-RING, VITON 2 Spears V-330 10 EA $16.21
348 PLUG, GRIPPER MECH 3 Cherne 270-237 30 EA $5.67
349 PLUG, GRIPPER MECH 4 Cherne 270-296 100 EA $6.96
350 PLUG, GRIPPER MECH 6 Cherne 270-261 30 EA $18.82
351 PLUG, GRIPPER MECH 8inch(s) Cherne 270-288 20 EA $32.76
352 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
353 SECTION K: BRASS TAPPING SADDLES All water service saddles shall conform to ANSI/AWWA C800 standards. Unless otherwise noted in the
354 SADDLE TAP,BRAS,6inch(s)X1inch(s) FORD 202B-750-CC4 40 EA $107.72
355 SADDLE TAP,BRASS,4inch(s)X1inch(s) FORD 202B-540-CC4 5 EA $91.47
356 SADDLE TAP,BRASS,4inch(s)X2inch(s) FORD 202B-540-CC7 5 EA $116.18
357 SADDLE TAP,BRASS,8inch(s)X1inch(s) FORD 202B-962-CC4 185 EA $133.37
358 SADDLE,TAP,10inch(s)X1inch(s) BRASS FORD 202B-1212-CC4 5 EA $165.22
359 SADDLE,TAP,12inch(s)X1inch(s) BRASS FORD 202B-1438-CC4 60 EA $193.40
360 SADDLE,TAP,12inch(s)X2inch(s) BRASS FORD 202B-1438-CC7 45 EA $222.12
361 SADDLE,TAP,16inch(s)X2inch(s) BRASS FORD 202B-1840-CC7 5 EA $572.13
362 SADDLE,TAP,8inch(s)X2inch(s) BRASS FORD 202B-962-CC7 15 EA $153.01
363 SADDLETAP,BRASS,6inch(s)X2inch(s) FORD 202B-750-CC7 15 EA $135.41
364 SADDLE,TAP,16inch(s)X1inch(s) BRASS + FORD 202B-1840-CC4 2 EA $490.41
365 SADDLE,TAP,20inch(s)X1inch(s) BRASS + FORD 202B-2220-CC4 2 EA $652.97
366 SADDLE,TAP,20inch(s)X2inch(s) BRASS + FORD 202B-2220-CC7 2 EA $652.97
367 SADDLE,TAP,10inch(s)X2inch(s) BRASS FORD 202B-1212-CC7 1 EA $194.93
368 SADDLE, TAP, BRASS, 18inch(s)X2 FORD 202B-2050-IP7 1 EA $634.70
369 SADDLE, TAP, BRASS, 24inch(s)X1inch(s) FORD 202B-2650-CC4 1 EA $765.92
370 SADDLE,TAP,16inch(s)X1inch(s) CONC CYLWITH
16inch(s)X 24inch(s) DIAPER
Smith Blair
36200198809000
1
EA
$168.80
371 SADDLE,TAP,16inch(s)X2inch(s) CONC CYLWITH
16inch(s)X 24inch(s) DIAPER
Smith Blair
362001198815000
1
EA
$168.80
372 SADDLE,TAP 20inch(s)X1inch(s) CONCRTE CYLWITH
16inch(s)X 24inch(s) DIAPER
Smith Blair
36224309000
1
EA
$192.68
373 SADDLE,TAP 20inch(s)X2inch(s) CONCRTE CYLWITH
16inch(s)X 24inch(s) DIAPER
Smith Blair
362243815000
1
EA
$192.68
374 SADDLE, WYE FLEXIBLE 4inch(s) Fernco TSW-4 125 EA $49.97
375 SADDLE, WYE FLEXIBLE 6inch(s) Fernco TSW-6 25 EA $64.14
376 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
377 SECTION L: STAINLESS STEEL TAPPING SLEEVES Romac, Smith Blair, and Power Seal Brands Only - NO FORD
378 SLEEVE, TAPPING 4inch(s)X4inch(s) SS FL Romac SSTIII-5.00 X 4-SS FLG 10 EA $827.00
379 SLEEVE, TAPPING 6X6 SS FLG Romac SSTIII-7.30 X 6-SS FLG 10 EA $852.00
380 SLEEVE, TAPPING 8inch(s)X4inch(s) SS FL Romac SSTIII-9.45 X 4-SS FLG 10 EA $847.00
381 SLEEVE, TAPPING 8inch(s)X6inch(s) SS FL Romac SSTIII-9.45 X 6-SS FLG 15 EA $917.00
382 SLEEVE, TAPPING 8inch(s)X 8inch(s) SS FL Romac SSTIII-9.45 X 8-SS FLG 10 EA $1,121.00
383 SLEEVE, TAPPING 10inch(s)X6inch(s) SS FL Romac SSTIII-11.45 X 6-SS FLG 5 EA $985.00
384 SLEEVE, TAPPING 10inch(s)X8inch(s) SS FL Romac SSTIII-11.45 X 8-SS FLG 10 EA $1,292.00
385 SLEEVE, TAPPING 10inch(s)X10inch(s) SS FL Romac SSTIII-11.45 X 10-SS FLG 5 EA $1,891.00
386 SLEEVE, TAPPING 12inch(s)X4inch(s) SS FL Romac SSTIII-13.56 X 4-SS FLG 5 EA $1,093.00
387 SLEEVE, TAPPING 12inch(s)X6inch(s) SS FL Romac SSTIII-13.56 X 6-SS FLG 10 EA $1,210.00
388 SLEEVE, TAPPING 12inch(s)X8inch(s) SS FL Romac SSTIII-13.56 X 8-SS FLG 10 EA $1,476.00
389 SLEEVE TAPPING 12inch(s)X12inch(s) SS FL Romac SSTIII-13.56 X 12-SS FLG 5 EA $2,141.00
390 SLEEVE, TAPPING 16inch(s)X6inch(s) SS FL Romac SSTIII-17.80 X 6-SS FLG 5 EA $1,752.00
391 TAPPING SLEEVE, 16inch(s)X8inch(s) SS FL Romac SSTIII-17.80 X 8-SS FLG 5 EA $1,904.00
392 SLEEVE, TAPPING 16inch(s)X12inch(s) SS FL Romac SSTIII-17.80 X 12-SS FLG 5 EA $2,611.00
393 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
394
SECTION M: GATE VALVES, BALL VALVES, STOPS ; Acceptable water service valve manufacturers are: Mueller, Ford, MacDonald, Jones.
395 ANGLE BALL VALVE 2inch(s), FLNG-PJ Mueller P24276-550N 40 EA $237.49
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
396 STOP, ANGLE METER 1inch(s) I.P. Mueller H14265-330N 20 EA $44.28
397 STOP, ANGLE METER 1inch(s) P.J. Ford BA43-44W-NL 300 EA $114.80
398 STOP, ANGLE METER 3/4inch(s) I.P Mueller H14265-215N 35 EA $28.90
399 STOP, ANGLE METER 3/4inch(s) P.J. Mueller H14258-215N 30 EA $38.77
400 STOP, ANGLE METER 3/4inch(s)X1inch(s) P.J Ford KV43-332W 15 EA $38.77
401 STOP, CORP. 1inch(s)PJ W/LOCKNUT Ford F1000-4-NL 350 EA $49.38
402 STOP, CORP. 2inch(s) (CC x FIP) Ford F1600-7-NL 50 EA $218.94
403 STOP, CORP. 2inch(s) (CC x CTS PJ) Ford FB1000-7-NL 30 EA $231.45
404 STOP, CORP. 3/4inch(s) CC-PJ Mueller P15008-250N 15 EA $32.60
405 STOP, CURB 1inch(s) I-I Mueller B20200-330N 20 EA $82.74
406 STOP, CURB 1inch(s) PJ-IP Mueller P25170-330N 145 EA $92.13
407 STOP, CURB 3/4inch(s) I-I Mueller B20200-250N 25 EA $54.02
408 STOP, CURB. 3/4inch(s) PJ-I Ford B41-333W 100 EA $60.78
409 VALVE FL-MJ 12inch(s) NON THREADED Mueller A2361-19-12 OL 5 EA $2,272.59
410 VALVE FL-MJ 6inch(s) Mueller A2361-19-6 OL 60 EA $758.00
411 VALVE FL-MJ 8inch(s) Mueller A2361-19-8 OL 20 EA $1,184.49
412 VALVE GATE FL 4inch(s) W/NUT Mueller A2361-6-4 OL 3 EA $588.84
413 VALVE GATE FL 4inch(s) W/WHEEL Mueller A2361-6-4 HW OL 3 EA $588.84
414 VALVE GATE FL 8inch(s) W/O ACCESS Mueller A2361-6-8 OL 20 EA $1,230.07
415 VALVE GATE FL X MJ 16inch(s) Mueller A2361-19-16 OL 2 EA $7,983.83
416 VALVE GATE FL X MJ 4inch(s) L/ACC Mueller A2361-19-4 OL 3 EA $567.02
417 VALVE GATE 2inch(s)W/NUT I-I,THREAD Mueller A2362-8-2 OL 5 EA $362.77
418 VALVE GATE 1 1/2inch(s) Nibco T113-1-1/2 20 EA $166.57
419 VALVE GATE 2inch(s)-BRASS NIBCO Nibco T113-2 15 EA $200.34
420 VALVE GATE FL. 3inch(s) W/WHEEL Mueller A2361-19-3 OL 5 EA $526.94
421 VALVE GATE MJ 16inch(s) W/O ACCESS Mueller A2361-23-16 OL 10 EA $7,983.83
422 VALVE GATE MJ 12inch(s) W/O ACCESS Mueller A2361-23-12 OL 20 EA $2,381.84
423 VALVE GATE MJ 4inch(s) W/O ACCESS Mueller A2361-23-4 OL 10 EA $594.28
424 VALVE GATE MJ 6inch(s) W/O ACCESS Mueller A2361-23-6 OL 45 EA $758.00
425 VALVE GATE MJ 8inch(s) W/O ACCESS. Mueller A2361-23-8 OL 35 EA $1,207.25
426 VALVE, BALL 1 1/2inch(s) FIP-FIP Mueller B20200-500N 10 EA $168.60
427 VALVE, BALL 2inch(s) FIP-FIP Mueller B20200-550N 60 EA $245.48
428 VALVE, BALL 3/4-3/4 FL-IP Mueller B25166-250N 5 EA $63.44
429 VALVE, BALL METER 1.5inch(s) Mueller P24276-500N 10 EA $239.41
430 VALVE, BALL METER 2inch(s) Mueller P24335-550N 15 EA $313.42
431 VALVE TAPPING 12inch(s) W/O ACCESS. Mueller T2361-19-12 OL 5 EA $3,579.12
432 VALVE TAPPING 4inch(s) W/O ACCESS. Mueller T2361-19-4 OL 3 EA $749.72
433 VALVE TAPPING 6inch(s) W/O ACCESS. Mueller T2361-19-6 OL 5 EA $1,058.53
434 VALVE TAPPING 8inch(s) W/O ACCESS. Mueller T2361-19-8 OL 5 EA $1,571.18
435 VALVE, CHECK DOUBLE 2inch(s) Watts 2-LF-007-M1-QT 20 EA $517.62
436 BACKFLOW PREVENTER, RPZ 2inch(s) Zurn 975XL3 20 EA $725.00
437 REPAIR KIT, 2inch(s) RPZ BACKFLOW + Zurn WRK114-975XLC 20 EA $150.00
438 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
439 SECTION N: METER RESETTERS Acceptable water service resetter manufacturers are: Mueller, Ford, Jones.
440 RESETTER COPPER 3/4inch(s) Ford V42-7W 500 EA $112.67
441 RESETTER COPPER 5/8inch(s)X 3/4 Mueller 234H-1404 5 EA $100.67
442 RESETTER,COPPER, 1inch(s)X10inch(s) Ford V44-10W 10 EA $219.03
443 RESETTER,COPPER, 1-1/2inch(s) X 13Flanged Key
valve on inlet, flanged Ell on outlet
Ford
V46-13
10
EA
$1,398.95
444 RESETTER, COPPER, 1 1/2 X 18inch(s) Ford V46-18 1 EA $1,398.95
445 RESETTER,COPPER, 2inch(s) X 12Flanged Key valve on
inlet, flanged Ell on outlet
Ford
V47-12
10
EA
$1,544.88
446 RESETTER,COPPER, 2 X 18inch(s) Mueller 106B2424N 2 EA $1,544.88
447 RESETTER, COPPER 12inch(s) Ford V42-12W 10 EA $122.03
448 RESETTER, COPPER 15inch(s) Ford V42-15W 5 EA $127.84
449 CORP, 1500 5/8inch(s)X3/4inch(s) SAMPLE STATION
WATER PLUS
WaterPlus Corp
1500 5/8inch(s) x 3/4inch(s)
15
EA
$778.95
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
450 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
476 SECTION R: MISCELLANEOUS INVENTORY
477 CHLORINE, GRANULAR, 100 LBS Dryrtec 72304 115 DR $377.78
478 CLAMP, SNAP, 51inch(s) STANLEY ROBERTS #SC-
248/SC-258
Stanley Roberts
SC-258
550
EA
$5.66
479 DEODORANT LIQUID LONG-GON TEXAS NTL# S5086Q
/ AC6440-12
Fresh Products
BioConqueror 105
45
EA
$400.00
480 ENCASEMENT POLY 29 X 200feet 29DW1WP /
D29200PWF812
White Rhino
15
RL
$121.16
481 ENCASEMENT,POLY 52inch(s)X200feet HDPE 4 MIL,
HDPE
White Rhino
5
EA
$205.56
482 ENCASEMENT,POLY 52inch(s)X200feet LDPE 8 MIL,
LDPE
White Rhino
5
EA
$205.56
483 GASKET, RAM NEK FLEXIBLE 42inch(s)
1.5inch(s)X42inch(s), RM 101 (20/CA)
RamNek
RM-101
130
EA
$83.34
484
GASKET, 1/8inch(s) T, 48inch(s) ROLL F# DRRRG48A
3
RL
$853.34
485
GASKET, BLK EPDM 4feet x 50feet ROLL F# EGWH9855
3
RL
$1,348.89
486
HACH IRON REAGENT POWDERPILLOW 5ML (100 PK)
Hach
92799
20
EA
$28.86
487 HACH PDP POWDER PILLOWS DPD4 (TOTAL)10ML
1000/PACK
Hach
2105628
20
EA
$249.38
488 HOSE, SEWER FLUSH 3/4inch(s) X 600feet BARCO
PIRANHA HP-12 (BLUE)
Piranha
HPB-12
5
EA
$2,237.08
489 INFLOW DEFENDER, HDPE 24 POLYETHYLENE PRIME
HDPE 250
85
EA
$61.12
490 INFLOW DFNDR MAX, 30inch(s) POLYCARB INFLOW
DEFENDER
20
EA
$77.78
491 INSERT STIFFENER 1inch(s) STAINLESS S WHITE
RHINO
Proselect
PSISCG
1
$0.95
492 INSERT STIFFENER 1 1/2inch(s) JONES J2808,
2.562inch(s),528706J
Jones
J2805
40
EA
$1.74
493 INSERT STIFFENER 2inch(s) JONES J2808,
2.562inch(s),528707J
Jones
J2808
300
EA
$1.79
494 LUBE, PIPEinch(s)EASE-ONinch(s) 8 LB, BK ONLY Ease-On 8LB BK 200 BK $41.06
495 MARKER UTILITY (SEWER MANHOLE) CARSONITE 6884-
CSM
Carsonite
6884-CSM
50
EA
$21.39
496 MARKER UTILITY (WATER VALVE) ITEM#CTFM062008-
CWV116
Carsonite
CWV116
10
EA
$21.39
497
MARKER WATER PIPELINE ITEM#CTFM062008-CW112
Carsonite
CW112
20
EA
$21.39
498
MARKER, FLAG PURPLE 4inch(s)X 5inch(s)X18inch(s)
NO SCREEN PRINT, 100/BUNDLE
P4518PP
20
BN
$10.00
499 MARKER, FLAG BLUE (100/BN) P451-SCREENED W/
WHITE inch(s)W
P4521BE3035
70
BN
$10.00
500 MARKER, FLAG GREEN 4inch(s)X 5inch(s)X 21 P451-
GREEN, 100/BN
P4521G
40
BN
$10.00
501 OCTOCRETE/RS PATCH CEMENT 50LB ICM
SYSTEMS/RAPID SETTNG PATCH
Octocrete
RS Patch
250
DR
$250.00
502 PAINT ALUMINUM - HYDRANT FLYNT 1 GALLON Flynt Aluminum 15 EA $56.48
503 PAINT, SAFETY BLUE -HYDRANT FLYNT 1 GALLON Flynt Blue 15 EA $61.18
504
PAINT, WHITE PRIMER - HYDRANT FLYNT 1 GALLON
Flynt
White Primer
15
EA
$55.30
505 PIPE COMPOUND SEAL RECTORSEAL#5
SLOWDRY,SOFTSET
Rectorseal
#5
20
QT
No Bid
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
506 PUMP UTILITY W/6feet HOSE BECKSON MODEL
#136PF6
Beckson
136PF6
40
EA
$50.67
507 PUMP, 2/3 HP SUBMERSIBLE TSURUMI LB-480-62
ONLY
Tsurumi
LB-480-62
30
EA
$404.58
508 PUMP, SUMP & EFFLUENT 1 HP ZOELLER 140-0002
N140
Zoeller
140-0002
10
EA
$1,137.15
509 ROOT KILLER - ROOTX ROOTX ONLY, 2 LB JAR Rootx 2lb Jar 30 EA $140.00
510 SEALANT, SEALGUARD II 12A-12B TUBES, SGRE12
12/CA
Sealguard
SealGuardII
12
EA
$650.00
511
SEALER MANHOLE MITSUBISHI ADEKA P201 (24/CA)
Adeka
P201A
50
EA
$86.32
512 SEALER, inch(s)FOAMinch(s) RISER 28OZ/24CA M-1
ADHESIVE, CRETEX#98050
ChemLink
M-1 Adhesive
10
EA
$26.67
513
SLEEVE, QUICK LOCK 10inch(s) STRAIGHT QL HG 6472
Quick Lock
HG 6472
10
EA
No Bid
514
SLEEVE, QUICK LOCK 12inch(s) STRAIGHT QL HG 6473
Quick Lock
HG 6473
5
EA
No Bid
515 SLEEVE, QUICK LOCK 6 STRAIGHT QL HG 6470 Quick Lock HG 6470 20 EA No Bid
516 SLEEVE, QUICK LOCK 8 STRAIGHT QL HG 6471 Quick Lock HG 6471 20 EA No Bid
517 TIGER TAIL 3feet, W/ ROPE CLAMP AND CUFFS TigerTail A123030003A 10 EA $247.00
518
TUBE, SIGHT 2inch(s) X 24inch(s) CLEAR READER #240
Clear Reader
240
15
EA
$41.99
519 VITA-D-CHLOR TABLETS 140/BK INTEGRA CHEMICAL
CO
Integra Chem
Vita-D-Chlor-Tablets
10
BK
$634.95
520 VITA-D-CHLOR GRANULAR 25KG PLASTIC PAIL,
INTEGRA CHE CO
Integra Chem
Vita-D-Chlor-Granular
10
BK
$879.95
521 WASHER, METER 3/4inch(s)X1/16inch(s)(100)^ BLK
FIBER RND, WESTERMN(100/B)
White Rhino
20
BC
$0.12
522 WASHER METER 3/4inch(s)X1/8inch(s)(100/BG) BLK
RUBBER, ROUND, WHITE RHINO
White Rhino
45
BC
$0.08
523 WASHER, METER 1inch(s)X1/8inch(s) (100/BG) BLK
RUBBER, ROUND, WHITE RHINO
White Rhino
20
BC
$0.10
524 WIRE, TRACEABLE, 10AWG ENDOTRACE WIRE Endotrace 10AWG 8 EA $80.00
525 Discount off List Price for Special Order Items in this
category not mentioned above.
10.0%
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
EXHIBIT F-CIQ
CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a) and by City of Denton Ethics Code, Ordinance 18-757. By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
Core & Main LP
2 Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relations hip with the local government officer. This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4 I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Confidential
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B): (A) Alocal government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during
the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or moregifts that have an aggregate valueof more than $100 in the 12-month period preceding the date the officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, ora family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or
(B) submitsto the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. City of Denton Ethics Code Ordinance Number 18-757
Definitions:
Relative: a family member related to a City Official within the third 3rd degree of affinity (marriage) or consanguinity (blood or adoption)
City Official: for purpose of this article, the term consists of the Council Members, Department Heads, or member of the Board of Ethics, Planning and zoning Commission Members, Board of Adjustment, Historic Landmark Commission, or Public Utilities Board
Vendor: a person who provides or seeks to provide goods, services, and/or real property to the City in exchange for compensation. This definition does not include those property owners from whom the City acquires public right-of-way or other real property interests for public use.
Per the City of Denton Ethics Code, Section 2-273. – Prohibitions
(3) It shall be a violation of this Article for a Vendor to offer or give a Gift to City Official exceeding fifty dollars ($50.00) per gift, or multiple gifts
cumulatively valued at more than two hundred dollars ($200.00) per a single fiscal year.
Per the City of Denton Ethics Code, Section 2-282. – Disposition (b), (5) Ineligibility
If the Board of Ethics finds that a Vendor has violated this Article, the Board may recommend to the City Manager that the Vendor be deemed
ineligible to enter into a City contract or other arrangement for goods, services, or real property, for a period of one (1) year.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Docusign Envelope ID: CE5CA080-B562-4965-B8A6-1249FF1CD720
Certificate Of Completion
Envelope Id: CE5CA080-B562-4965-B8A6-1249FF1CD720 Status: Completed
Subject: Please DocuSign: City Council Contract 8788 Water & Wastewater Inventory-Contract (Core & Main)
Source Envelope:
Document Pages: 43 Signatures: 5 Envelope Originator:
Certificate Pages: 6 Initials: 1 Ginny Brummett
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
901B Texas Street
Denton, TX 76209
Ginny.Brummett@cityofdenton.com
IP Address: 198.49.140.10
Record Tracking
Status: Original
6/30/2025 10:16:39 AM
Holder: Ginny Brummett
Ginny.Brummett@cityofdenton.com
Location: DocuSign
Signer Events Signature Timestamp
Ginny Brummett
ginny.brummett@cityofdenton.com
Buyer
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 6/30/2025 10:27:33 AM
Viewed: 6/30/2025 10:27:42 AM
Signed: 6/30/2025 10:27:57 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Lori Hewell
lori.hewell@cityofdenton.com
Purchasing Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 6/30/2025 10:27:59 AM
Viewed: 6/30/2025 12:00:48 PM
Signed: 6/30/2025 12:02:44 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Marcella Lunn
marcella.lunn@cityofdenton.com
Senior Deputy City Attorney
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 6/30/2025 12:02:46 PM
Viewed: 6/30/2025 12:03:09 PM
Signed: 6/30/2025 12:04:41 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
John Thompson
John.Thompson@coreandmain.com
Sales Manager
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 2600:387:15:1a12::1
Signed using mobile
Sent: 6/30/2025 12:04:43 PM
Viewed: 6/30/2025 5:47:43 PM
Signed: 6/30/2025 5:48:35 PM
Electronic Record and Signature Disclosure:
Accepted: 6/5/2020 1:23:27 PM
ID: e95ebc40-0193-47a7-8159-eea6a5b7bf52
Signer Events Signature Timestamp
Jessica Williams
Jessica.jWilliams@cityofdenton.com
Chief Financial Officer
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 208.115.85.156
Signed using mobile
Sent: 6/30/2025 5:48:39 PM
Viewed: 7/1/2025 9:27:28 AM
Signed: 7/1/2025 9:27:41 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Lori Hewell
lori.hewell@cityofdenton.com
Purchasing Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 7/1/2025 9:27:44 AM
Resent: 7/18/2025 2:24:18 PM
Viewed: 7/23/2025 8:36:53 AM
Signed: 7/23/2025 8:37:10 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Sara Hensley
sara.hensley@cityofdenton.com
City Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 47.37.67.34
Signed using mobile
Sent: 7/23/2025 8:37:13 AM
Viewed: 7/23/2025 8:59:36 AM
Signed: 7/23/2025 8:59:42 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Lauren Thoden
lauren.thoden@cityofdenton.com
City Secretary
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 7/23/2025 8:59:46 AM
Viewed: 7/23/2025 9:34:59 AM
Signed: 7/23/2025 9:35:13 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Procurement Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 6/30/2025 10:27:59 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Carbon Copy Events Status Timestamp
Gretna Jones
gretna.jones@cityofdenton.com
Legal Secretary
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 7/1/2025 9:27:44 AM
Viewed: 7/1/2025 10:10:26 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
City Secretary Office
citysecretary@cityofdenton.com
Security Level: Email, Account Authentication
(None)
Sent: 7/23/2025 9:35:15 AM
Viewed: 7/23/2025 10:24:50 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Keith Kading
Keith.Kading@cityofdenton.com
Security Level: Email, Account Authentication
(None)
Sent: 7/23/2025 9:35:16 AM
Electronic Record and Signature Disclosure:
Accepted: 6/27/2025 5:01:21 PM
ID: 1160e000-86d1-4e3b-8bfb-d946e1f160ba
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 6/30/2025 10:27:33 AM
Envelope Updated Security Checked 7/18/2025 2:24:18 PM
Envelope Updated Security Checked 7/18/2025 2:24:18 PM
Envelope Updated Security Checked 7/18/2025 2:24:18 PM
Certified Delivered Security Checked 7/23/2025 9:34:59 AM
Signing Complete Security Checked 7/23/2025 9:35:13 AM
Completed Security Checked 7/23/2025 9:35:16 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Denton (we, us or Company) may be required by law to provide to
you certain written notices or disclosures. Described below are the terms and conditions for
providing to you such notices and disclosures electronically through your DocuSign, Inc.
(DocuSign) Express user account. Please read the information below carefully and thoroughly,
and if you can access this information electronically to your satisfaction and agree to these terms
and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of
this document.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. For such copies, as long as you are an authorized user of the
DocuSign system you will have the ability to download and print any documents we send to you
through your DocuSign user account for a limited period of time (usually 30 days) after such
documents are first sent to you. After such time, if you wish for us to send you paper copies of
any such documents from our office to you, you will be charged a $0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. To indicate to us that you are changing your mind, you must
withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your
DocuSign account. This will indicate to us that you have withdrawn your consent to receive
required notices and disclosures electronically from us and you will no longer be able to use your
DocuSign Express user account to receive required notices and consents electronically from us
or to sign electronically documents from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through your DocuSign user account all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or
made available to you during the course of our relationship with you. To reduce the chance of
you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM
Parties agreed to: John Thompson, Keith Kading
How to contact City of Denton:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: purchasing@cityofdenton.com
To advise City of Denton of your new e-mail address
To let us know of a change in your e-mail address where we should send notices and disclosures
electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com
and in the body of such request you must state: your previous e-mail address, your new e-mail
address. We do not require any other information from you to change your email address..
In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected
in your DocuSign account by following the process for changing e-mail in DocuSign.
To request paper copies from City of Denton
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in
the body of such request you must state your e-mail address, full name, US Postal address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Denton
To inform us that you no longer want to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your DocuSign account, and on the subsequent
page, select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you
must state your e-mail, full name, IS Postal Address, telephone number, and account
number. We do not need any other information from you to withdraw consent.. The
consequences of your withdrawing consent for online documents will be that transactions
may take a longer time to process..
Required hardware and software
Operating Systems: Windows2000? or WindowsXP?
Browsers (for SENDERS): Internet Explorer 6.0? or above
Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,
NetScape 7.2 (or above)
Email: Access to a valid email account
Screen Resolution: 800 x 600 minimum
Enabled Security Settings:
•Allow per session cookies
•Users accessing the internet behind a Proxy
Server must enable HTTP 1.1 settings via
proxy connection
** These minimum requirements are subject to change. If these requirements change, we will
provide you with an email message at the email address we have on file for you at that time
providing you with the revised hardware and software requirements, at which time you will
have the right to withdraw your consent.
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
• Until or unless I notify City of Denton as described above, I consent to receive from
exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to me by City of Denton during the course of my relationship with you.