Loading...
HomeMy WebLinkAboutC2023-159 - 8/8/2023 - Approved DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 US C Q SERVICE AGREEMENT NO. 139390 Wastewater Lift Station SCADA System Replacement /N�, fiPy}R M M1 E9 THIS Wastewater Lift Station SCADA System Replacement Agreement (''Agreement'') is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and D. Reynolds Company, LLC dba The Reynolds Company ("Contractor''), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Wastewater Lift Station SCADA System Replacement in response to Request for Bid/Proposal No. SS ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Wastewater Lift Station SCADA System Replacement ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. (A) The Term of this Agreement is two years beginning on the date provided in the Notice to Proceed from the Contract Administrator or the City's Procurement Division. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. Service Agreement Standard Form Page 1 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 3. Compensation and Payment. This Agreement is for an amount not to exceed $2,394,750.06, subject to approved extensions and changes. Payment will be made for Services performed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: David Lopez IT Department Phone: 361-826-1935 Email: DavidL4Ccctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the Service Agreement Standard Form Page 2 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. Service Agreement Standard Form Page 3 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: David Lopez SCADA Manager 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361-826-1935 Fax: n/a IF TO CONTRACTOR: D. Reynolds Company, LLC dba The Reynolds Company Attn: Frank Bettencourt Senior Account Manager 2680 Sylvania Cross Drive, Ft. Worth, TX 76137 Service Agreement Standard Form Page 4 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 Phone: 361-882-2585 Fax: n/a 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS C'INDEMNITEES') FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. CONTRACTORS OBLIGATIONS DESCRIBED IN THIS SECTION 17 ARE LIMITED TO THE PERCENTAGE EXTENT THAT ANY SUCH CLAIMS WERE CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OF CONTRACTOR. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a Service Agreement Standard Form Page 5 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the either party be liable for incidental, consequential or special damages suffered by the other party. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1 ,000,000 or that result in the expenditure of at least $1 ,000,000 by the City. The requirements of Subchapter J, Service Agreement Standard Form Page 6 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 7 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 CONTRACTOR Sa nature: .. , Printed Name, Cate;2 .� , t .. Res. 033124 Authorized By Council 8/8/2023 mTDQFryUIS CHlRIST� ce E S Assistant Director of Finance -- Procurement (Date. 8/17/2023 Attached and Incorporated by Reference: ATTEST: Attachment A; Scope of Work Qacusienea by: Ai-t aci~invent B: Bid/Pricing Schedule Attachment C: Insurance and Band Requirements,uirements Rebecca Huerta Attachment D: Warranty Requirements City Secretary Incorporated by Reference Only: Exhibit t: RFI /i FP No. SS Exhibit ; Contr'actor's Bud/Proposal Response Page I at a DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 Attachment A: Scope of Work The proposal outlined below covers Updating and Standardizing the SCADA controls and modernizing 77 lift station RTU control panels from Schneider Modicon PLC's to Rockwell CompactLogix platform. All upgrades will be consistent with I.T. Department standards, designs, and integration best practices. Scope of Work: A. Individual Site Walk Through 1 . Site inspection to verify site need, i.e. pump control panel components, for proper diagnostics and feedback to SCADA. 2. Determine additional instrumentation hardware requirements. 3. Catalog each site's field terminations to the cabinet, for site specific drawing package. 4. Engineer hourly rates apply. B. Control Cabinet fabrication 1 . Procurement of all RTU hardware for panel fabrication. Cradlepoint cellular modems will be supplied by the City of Corpus Christi. 2. Offsite assembly of 77 control panels, using Rockwell CompactLogix PLC 3. Installation of Cradlepoint for all panels. Cradlepoint configuration and antenna installation not included in SOW. C. Control Cabinet Installation 1 . Proper wire labeling to allow for removal of existing panel. Installation of new panel and re-termination of all incoming field cables to the cabinet. 2. Electrical foreman and electrical journeyman will be provided for the task. D. PLC/HMI/SCADA System Software Development, Integration and Programming: 1 . PLC programming will be written in accordance with I.T. Department standards, and guarantee functionality. 2. Graphic development for the Lift Station SCADA server located at City Hall will be created for each Lift Station site. E. Factory and Site Acceptance Testing 1 . A checklist will be developed and submitted to the city, for the FAT and SAT procedures. 2. Full point to point and program validation witnessed and approved by IT Department representative, performed at our location. F. Panel As- Built and Project Documentation for both PLC Control Panels. 1 . Full panel design and CAD drawing package available for every panel. DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 2. Access to PLC program granted for in house maintenance and back-ups. 3. Instrument Index will be provided, where applicable. 4. Bill of material will be provided per Lift Station. G. One Year of Rockwell Hardware and Software Support. (Rockwell support is available Mon thru Fri, 8AM - 5PM CST). 1 . Call in and online Support included with every Rockwell software package is included and will commence upon commissioning of site. H. Warranty Services for all electrical, panel work and programming will be for 180 days from date of completion. I. Includes Eaton UPS 5P750 with NIC card and 120VAC receptacle. J. Includes MOXA brand ENET switches (62) sites with 5 port copper and (15) sites with fiber converter. K. PROCEDURES PER LIFT STATION: 1 . Have W.W. Operations drain the Lift Station If needed to have the down time necessary to replace the SCADA Panel. 2. Shut Off 120Vac supply breaker to SCADA Panel, disconnect and secure wires. 3. Disconnect and remove existing UPS 4. Disconnect the radio system, cabling, and antenna. 5. Disconnect input and output sensor wires from terminal blocks. 6. Remove the Old SCADA Back Panel and replace with the new SCADA Back Panel. 7. Terminate signal wires and power wires to designated terminals. 8. Install and Connect UPS, connect 120Vac and energize breaker, 9. Check Communication: Ping the site IP Address from the Oso Wastewater Plant. 10. Perform Instrument Loop Checks using a Multimeter, and SCADA's HMI located at the 1 1 .Oso Wastewater Plant to validate communication and instrument site tags. 12. Perform SAT 13. Hand over Wastewater Lift Station to Wastewater Operations once Loop Checks, and Site Acceptance testing is complete. NOT COVERED: A. Troubleshooting, configuration, or maintenance of the cellular communication system or hardware to be used for networking local WW or Lift Station Controls. B. SCADA software cost per WWTP. The City can purchase directly and free issue. DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 Ayrucnmeni o: Bid/Pricing Schedule 1101111, 1 �IIi1�1JJ��l)ISL; ,�,n„�Il»�IlI1ulJ),JIII,II II II, , ..III, E PRODUCT DESCRIPTION UNIT LIST MSRP Net Price SAVINGS 1 HOFFA36H3612GQRLP Enclosure 36.25x36.25x12 Fiber lass 36.25x36.25x1 EA 3062 2709.87 1959.68 23.00 2 HOFFA36P36 Panel 33.00x33.00 Steel fits 36x36 EA 288 1 237.20 156.15 17.00 3 HOFFA36H3012GQRLP Enclosure 36.2Sx30.2Sx12.Fiberglass 36.25x30.2Sx12 EA 2780 2460.30 1779.20 23.00 4 HOFFA36P30AL Panel 33.00x27.00 fits 3 each 419 345.06 208.60 17.00 S HOFFA30H2410GQRLP Enclosure 30.2Sx24.2Sx10 Fiberglass 30.25x24.2Sx1 EA 1883 1550.71 1016.80 23.00 6 HOFFA30P24AL Panel 27.00x21.00 fits 3 EA 291 239.65 144.90 17.00 7 ALBR2711PT7C22D9P PanelView Plus 7 Graphic Terminal EA 2804.15 2691.98 2467.65 10.00 8 AL8R2711PT10C22D9P PanelView Plus 7 Graphic Terminal EA 5123.24 4918.31 4508.45 10.00 9 ALBR2711PT1SC22D9P PanelView Plus 7 Graphic Terminal EA 7683 7375.68 6761.04 10.00 10 ALBR2711PT9W22D9P PanelView Plus 7 Graphic Terminal EA 4609.81 4425.42 4056.63 10.00 11 ALBR2711PT12W22D9P PanelView Plus 7 Graphic Terminal EA 6403.12 6147.00 5634.75 10.00 12 ALBR50691.306ER Cam actLo ix 60OKB Enet Controller EA 1651.09 1568.54 1490.11 5.00 13 ALBRS0691.310ER CampactLogix SMB Enet Controller EA 3372.58 3203.95 3043.75 5.00 14 ALBR50691.320ER CampactLogix 2MB Enet Controller EA 4707.36 4471.99 4248.39 5.00 15 AL8R5069AENTR CamPact 5000 EtherNet/IP Adapter EA ....109246 104259 990.46 SAO 16 ALBR50691A16 Compact 5000 AC Input Module EA 468.75 445.31 423.05 5.00 17 ALBR50691816 Compact 5000 DC Input Module EA 326.14 309.83 294.34 5.00 18 ALBR50690A16 Compact 5000 AC Output Module EA 844.49 802.27 762.15 5.00 19 ALBR50690816 Compact 5000 DC Output Module EA 421.63 400.55 380.52 5.00 20 ALERS0690B8 Compact 5000 DC Output Module EA 389.51 370.03 351.53 5.00 21 ALBR50691Y4 Compact 5000 UniversalAnalog InputMad EA 639.88 607.89 577.49 5.00 22 ALBR50691F8 Compact 5000 Analog Input Module EA 1075.15 1021.39 970.32 5.00 23 ALBR50690F4 Compact 5000 Analog Output Module EA 1021.82 970.73 922.19 5.00 24 ALERS0690F8 Compact 5000 Analog Output Module EA 1884.91 1790.66 1701.13 5.00 25 ALBR50690W16 Compact 5000 Relay Output Module EA 868.05 824.65 783.42 5.00 26 ALBR5069RT864SCREW Compact 5000 Screw RTB EA 41.92 39.82 37.83 5.00 27 ALERS069RT818SCREW Compact 500018 Screw RTB EA 76.63 72.80 69.16 5.00 28 ALBR5069ECR CompactLogix 5380 End Cap each 30.S 28.98 27.53 5.00 29 PLX31-EIP-MBS ETHERNET/IP TO MODBUS GATEWAY each 1056.50 1056.5 1056.50 30 ALBR1606XL8120E XLB 5 Amp Power Supply EA 187.98 140.99 125.48 11.00 31 ALBR1606XL8240E XLB 10 Amp Power Supply EA 283.12 212.34 188.98 11.00 32 ALBR1783LMSS Stratix2500 SPort Lightly Managed Switch EA 513.36 487.70 463.31 5.00 33 ALBR1783LMS8 Stratix2500 BPort Lightly Managed Switch EA 824.78 783.55 744.36 5.00 34 ALBR17631.155T Stratix 2000 5T Port Unmana ed Switch EA 188.63 179.20 163.07 9.00 3S ALER1793USST Stratix 2000 BT Port Unmanaged Switch EA 258.59 245.67 223.55 9.00 36 ALBR1793US672F Stratix 2000 6T+2F Port Unmanaged Switch EA 678.33 644.42 586.42 9.00 37 ALBR931NC121 Analog Signal Converter each 360.18 306.16 287.78 6.00 38 ALER931SP491 Programmable Signal Converter each 520.34 442.29 415.75 6.00 39 ALER4983DD24 4983 Surge and Filter Protection,Din Rail Mount EA 149.46 127.05 119.42 9.50 40 ALBR199DR2 DIN Rail 35 x 7.5 mm DIN RAIL EA 28.64 18.63 17.51 10.00 41 ALER149213 2.5 square mm Standard Terminal Black EA 1.58 1.03 0.96 15.00 42 ALER149214 4 square mm Feed-Through Terminal BI EA 1.74 1.14 1.07 16.00 43 ALER149216 6 square mm Feed-Through Terminal BI EA 2.44 1.58 1.49 13.00 44 ALBR1492EB13 IEC End Barrier 1.5 x 33.35 x 60mm EA 1.13 0.74 0.70 11.50 45 ALER14921D3 2.5 mm Double Level Terminal Block EA 5.2 3.38 3.18 13.00 Page 1 of 7 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 46 ALBR1492JDG3 IEC 2-Ckt Feed-Through Grd Blk 2.5mm EA 7.86 5.12 4.81 4.50 47 ALBR1492EBJD3 IEC End Barrier 1.5 x 54.5 x 69mm EA 1.92 1.25 1.17 20.50 48 ALBR1492JD3FB 2.5 square mm Double Level Fuse Block EA 15.43 10.03 9.43 43.00 49 ALBR1492JD3FB24 Double Level Fuse LED Terminal Block EA 31.81 1 20.68 19.44 33.00 50 ALBR1492JD3FB250 Double Level Fuse LED Terminal Block EA 31.81 20.68 19.44 33.00 51 ALBR1492EBJD3FB IEC End Barrier 1.5 x 40.5 x 73.7mm EA 1.74 1.14 1.07 27.50 52 ALBR1492JDG3FB Two Level Fuse LED Terminal Block with Grd EA 20.2 13.13 12.34 26.00 53 ALBR1492JDG3FB24 Two Level Fuse LED Terminal Block with Grd EA 35.52 23.09 21.71 40.00 54 ALBR1492GM35 IEC Term Blck Group Marker Carrier EA 5.73 3.73 3.50 10.00 55 ALBR1492JG3 2.5 square mm Ground Terminal Block EA 7.93 5.16 4.85 11.50 56 ALBR1492JG4 Terminal Block GRD BLK EA 8.17 5.31 4.99 11.00 57 ALBR1492JG6 6 square mm Ground Terminal Block EA 8.81 5.73 5.39 11.00 58 ALBR1492EAJ35 IEC End Anchor 8 x 56 x 47mm EA 3.04 1.98 1.86 24.00 59 ALBR1492SPMlCO20 MCB Supplementary Protector 2 A EA 63.99 32.00 30.08 32.00 60 ALBR1492SPMlCO50 MCB Supplementary Protector 5 A EA 63.99 32.00 30.08 32.00 61 ALBR1492SPMIC100 MCB Supplementary Protector 10 A EA 61.32 30.66 28.82 32.00 62 ALBR70OHLTIZ24 24V DC GP Terminal Block Relay EA 28.31 22.65 21.29 11.00 63 ALBR700HLT1U1 110/125 V AC/DC GP Terminal Block Relay EA 33.91 27.12 25.50 11.00 64 ALBR700HA32A1 GP Tube Base Relay base rela EA 30.28 19.68 18.50 15.00 65 ALBR700HA32A14 GP Tube Base Relay base rela EA 39.73 25.83 24.28 15.00 66 ALBR700HA32Z24 GP Tube Base Relay base rela EA 28.41 18.47 17.36 67 ALBR700HA32Z244 GP Tube Base Relay base rela EA 37.87 24.62 23.15 15.00 68 ALBR70OHN100 501in Guarded Tube Based Relay Socket EA 11.83 7.69 7.23 14.00 69 ALBR70OHN125 8 Pin Open StyleTube Based Relay Socket EA 11.83 7.69 7.23 14.00 70 ALBR700HA33A1 GP Tube Base Relay base rela EA 32.14 20.90 19.64 15.00 71 ALBR700HA33A14 GP Tube Base Relay base rela EA 41.6 27.03 25.41 15.00 72 ALBR700HA33Z24 GP Tube Base Relay base rela EA 30.28 19.68 18.50 73 ALBR700HA33Z244 GP Tube Base Relay base rela EA 39.73 25.83 24.28 15.00 74 ALBR70OHN101 11 Pin Tube Based Relay Socket Pack EA 14.02 9.12 8.57 14.00 75 ALBR70OHN126 11-Pin Tube Style Relay Socket EA 17.97 11.69 10.99 14.00 76 ALBR1492FBIC30 1 Pole Fuse Holder pole EA 19.26 15.72 14.78 28.00 77 ALBR1492FB2C30 2 Pole Fuse Holder pole EA 39.94 32.60 30.65 28.00 78 ALBR1492FB3C30 3 Pole Fuse Holder pole EA 61.3 50.05 47.04 28.00 79 5P750 Eaton 750VA Transformer EA. 475.00 80 M2 Eaton NIC Card EA. 482.00 81 EDS-250A-T MOXA Unmanaged 5 port switch EA. 180.00 MOXA Unmanaged switch 4 x 10/100base 1 x single mode 82 EDS-250A-S-SC-T fiber EA. 424.15 83 1492-REC15 Din Rail Receptacle EA. 18.34 Page 2 of 7 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 LIN % E PRODUCT DESCRIPTION UNIT LIST MSRP Net Price SAVINGS 1 ALBR9324MRLDT21 ESD-Studio SOOO Standard Perpetual with B-S,M-F Support EA $4,737.96 4737.96 $4,501.06 5 FactoryTalk View Studio for FactoryTalk View Enterprise- Perpetual.Configuration software for developing and testing both FactoryTalk View SE and FactoryTalk View ME HMI 2 ALBR9701MVWSSPT31 applications.Includes 8x5 support,EDS EA $3,818.53 3818.53 $3,627.60 S FactoryTalk View Studio for Machine Edition-Perpetual. Configuration software for machine level HMI applications running on Panel View Plus 6/7 or FactoryTalk View ME 3 ALBR9701MVWSTNMRTII Station.Includes 8x5 support,EDS EA $1,218.88 1218.88 $1,157.94 5 FactoryTalk View SE Small Bundle:Unlimited Display Server with 5 Clients Perpetual with FactoryTalk View SE Small ALBR9701MVWSVBDLOST3 Bundle:Unlimited Display Server with S Clients Perpetual BxS $16,509.1 $16,509.1 $15,683.6 4 1 support,ESD EA 1 1 5 8- FactoryTalk View SE Medium Bundle:Unlimited Display Server with 10 Clients Perpetual with FactoryTalk View SE ALBR9701MVWIVBDLlOT2 Medium Bundle:Unlimited Display Server with 10 Clients $19,800.8 $19,800.8 $18,810.8 I Perpetual 8xS support,ESD EA 4 4 0 5 FactoryTalk View SE Server 100 Display-Perpetual.View SE Server for distributed HMI applications.View SE Clients are 6 ALBR9701MVWSDT31 purchased separately.Incudes 8x5 support,EDS EA $9,879.73 9879.73 $9,385.74 5 FactoryTalk View SE Server 250 Display-Perpetual.View SE Server for distributed HMI applications.View SE Clients are $13,893.3 $13,198.7 7 ALBR9701MVWSDT21 purchased separately.Incudes 8x5 support,EDS EA 8 13893.38 1 5 FactoryTalk View SE Redundant Server Unlimited Display Perpetual with FactoryTalk View SE Redundant Server 8 ALBR9701VWRSVRT31 Unlimited Display Perpetual 8x5 support,ESD EA $5,297.04 $5,297.04 $5,032.19 5 FactoryTalk View SE Station 100 Display-Perpetual.Local HMI(single station)applications with 100 displays where all client and server components run on one computer.Includes 9 ALBR9701MVWSTNST31 W support,EDS EA $5,595.95 5595.95 $5,316.15 5 FactoryTalk View SE Station 250 Display-Perpetual.Local HMI(single station)applications with 250 displays where all client and server components run on one computer.Includes 10 ALBR9701MVWSTNST21 W support,EDS EA $7,075.33 7075.33 $6,721.56 5 FactoryTalk View SE Station UNL Display-Perpetual.Local HMI(single station)applications with unlimited displays where all client and server components run on one computer. 11 ALBR9701MVWSTNST11 Includes 8x5 support,EDS EA $9,776.82 9776.82 $9,287.98 5 FactoryTalk View SE Client-Perpetual.Use with View SE Server distributed HMI applications.Includes W support, 12 ALBR9701MVWSDRTII EDS EA $3,130.30 3130.30 $2,973.79 5 13 ALBR954IMTMFTII ThinManagerFTAIVFLX8x5ESDS/W.Quantity=I through 5 EA $2,661.13 2661.13 $2,528.07 5 EA> 14 ALBR954IMTMFT11 I ThinManagerFTAIVFLX8x5ESDS/W.Quantity=5 or more 5 $7,318.00 7318.00 $6,952.10 5 15 ALBR954IMTMUT11 ThinManager FTA I VFLX Red ESD S/W Quanthy=1 through S EA $1,109.80 1109.80 $1,054.31 5 EA> 16 ALBR954IMTMUT11 ThinManager FTA I VFLX Red ESD S/W Quantity=S or more 5 $610.39 610.39 $579.87 5 FactoryTalk Historian SE Standard-1,000 tags-Perpetual. Includes Historian SE Server with 1,000 tags.Does NOT $17,903.7 $17,189.6 17 ALBR9518MHSETIO include VantagePoint Sever.Includes Self support,ESD EA 8 17903.78 3 5 Page 3 of 7 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 FactoryTalk Historian SE Standard-1,000 tags-Perpetual. Includes Historian SE Server with 1,000 tags.Does NOT $18,955.8 $18,199.6 18 ALBR9518MHSET11 include VantagePoint Sever.Includes 8x5 support,ESD EA 3 18955.83 0 5 Historian SE 1,000 Tag Add On Perpetual with Historian SE $17,903.7 $17,189.6 19 ALBR9518MHSERTIO STD 1,000 Tag Perpetual Self support EA 8 17903.78 3 5 Historian SE 1K Tag Add On-Perpetual.Add tags to the Historian SE Server in increments of 1,000.Volume discount $18,955.8 $18,199.6 20 ALBR9518MHSERT11 applies.Activation Only.Includes 8x5 support,ESD EA 3 18955.83 0 5 Historian SE,500 Tag Add On Perpetual with Historian SE, $11,084.9 $10,643.5 21 ALBR9518MHSERT20 500 Tag Add On Perpetual Self support EA 0 11084.90 0 5 Historian SE,500 Tag Add On-Perpetual.Add 500 tag to an existing server.Can also be used as a new 500 tag Historian $11,736.5 $11,269.0 22 ALBR9518MHSERT21 SE Server.Includes 8x5 support,ESD EA 2 11736.52 6 5 Historian SE,OPC Data Access-Perpetual.Provides OPC DA/HDA data access to the Historian server for 3rd party client applications. Historian CALs sold separately.Includes 23 ALBR9518MHSTRT181 8x5 support,ESD EA $4,208.20 4208.20 $4,041.87 5 24 ALBR9301MKSET11 Kepware Manufacturing Suite EA $3,407.00 3407.00 2895.5 5 25 SPYSWIN911/STANDARD Alarm notification software includes 1 way sms EA 2300 26 SPYSWIN911/FT Factory Talk Alarm&Event Client EA 300 27 CUSTOMER CARE SUBS Annual support subscription EA 425 IM� ENGINEERING&FABRICATION LIN E Description UNIT COST 1 Programmer Hourly Rate EA 165 2 Fiber Specialist Hourly Rate EA 135 3 Terminator Hourly Rate EA 90 4 Project Manager Hourly Rate EA 165 5 Senior Engineer Hourly Rate EA 165 6 Junior Engineer Hourly Rate EA 155 7 Senior ME Tech Hourly Rate EA 135 8 Junior 1&E Tech Hourly Rate EA 115 9 Design Draftsman Hourly Rate EA 165 10 Document Controls Hourly Rate EA 95 11 Panel Shop Hourly Rate EA 95 12 Clerical Hourly Rate EA 75 13 Testing&Calibration Equipment Hourly Rate EA 75 ELECTRICAL CONSTRUCTION LIN E Description UNIT COST 1 Electrical Supervisor Hourly Rate EA 95 2 Electrical General Foreman Hourly Rate EA 90 3 Electrical Foreman Hourly Rate EA 85 4 Electrical Journeyman Hourly Rate EA 8o 5 Electrical Helper Hourly Rate EA 70 6 Truck&Tools Daily Rate EA 275 7 Electrical Equipment Trailer(Regular)Daily Rate EA 125 8 Electrical Equipment Trailer(Large)Daily Rate EA 175 Page 4 of 7 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 TOTAL PROJECT PRICING I MasterSCADA Integration-VM Development HMI/Historian $30,000.00 $30,000.00 62 5069 Lift Station Panels(MOXA Copper) - Fabrication and Engineering $28,334.90 $1,756,763.80 15 5069 Lift Station Panels(MOXA Fiber) - Fabrication and Engineering $28,629.70 $429,445.50 LOT SPARES $36,310.44 ITotal Sum $2,252,519.74 MILESTONE BILLING Milestone Payment Schedule 1 10% Upon Placement of PO 2 25% Upon Receipt of Major Materials 3 15% Upon Deployment of First Lift Station Site and SCADA Integration 4 NET AMOUNT Prorated Per Unit Price upon Deployment of each Additional Site 76Total -$14,819.21 SPARE PARTS RECOMMENDATION SPARE PARTS RECOMMENDATION 10% 1 8 5069-L306E R 2 8 5069-1 F8 3 8 5069-O F4 4 8 5069-I B16 51 1 81 5069-OW16 61 1 51 1606-XLB120E TOTAL I $36,310.44 Page 5 of 7 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 ��� ���� Attachment B: Bid/Pricing Schedules QUOTE ELECTRIC ,SUPPLY An Affiliate of The Reynolds Company 4541 AGNES ST Entered Date Customer PO# Customer# Order# CORPUS CHRISTI,Tx 78405-3323 3/10/23 LIFT STATION 600000289 23275899-00 (361)882-2585 Placed By Sales Rep In Sales Rep Out CARLOS GONZALEZ FRANK BETTENCOURT Taken By Requested Ship Date Printed Date and Time MCAZ 3/10/23 5/16/23 4:49 PM Bill To Ship To CITY OF CORPUS CITY OF CORPUS PO BOX 9277 WAREHOUSE@STEVENS FILTER PLANT 13101 LEOPARD ST CORPUS CHRISTI,TX 78469-9277 CORPUS CHRISTI,TX 78410-4524 WE ARE PLEASED TO PROVIDE THE FOLLOWING QUOTE FOR YOUR REVIEW QUOTES ARE VALID FOR 30 DAYS WITH THE EXCEPTION OF COMMODITIES OR WHERE OTHERWISE NOTED Instructions Reference Ship Point Ship Via Terms MCE-CORPUS CHRISTI OUR TRUCK NET30 Nates Line Product and Description Quote Qty Net Avai I Estimated Unit Price Price UM Net Amount Ship Date 1 ALBR9541MTMFT11 10.00 0.000.00 3/13/23 1,390.44 E 13,904.40 A-B 9541 M-TMFT11 THINMAN AGER V-FLEX 1 PERPETUAL 2 ALBR9541MTMUT11 10.00 0.00 3/13/23 579.87 EA 5,798.70 A-B 9541 M-TMUT11 THINMANAGER V-FLEX 3 ALBR9701MVWSVBDL10T21 1.00 0.00 3/13/23 18,810.80 EA 18,810.80 A-B 9701 M-VWSVBDL1 OT21 FACTORYTALK VIEW SE MED 4 ALBR9701MVWRSVRT31 1.00 0.00 3/13/23 5,032.19 EA 5,032.19 A-B 9701 M-VWRSVRT31 FACTORYTALK VIEW SE 5 ALBR9518MHSTT11 3.00 0.00 3/13/23 12,131.75 EA 36,395.25 A-B 9518M-HSTT11 HISTORIAN SE STANDARD 6 ALBR9518MHSTRT181 1.00 0.00 3/13/23 4,041.87 EA 4,041.87 A-B 9518M-HSTRT181 HISTORIAN SE OPC DATA 7 ALBR9324MRLDT21 1.00 0.000.00 3/13/23 4,501.06 E 4,501.06 A-B 9324M-RLDT21 ESD STUDIO 5000 STANDARD W/ 8 ALBR9701MVWSTDENTT61 1.00 0.00 3/13/23 2,995.35 EA 2,995.35 A-B 9701 M-VWSTDENTT61 FA CTORYTALK STUDIO ENTERPR 9 SPYSWIN91 1/STANDARD 1.00 0.00 3/13/23 2,300.00 EA 2,300.00 SPY WIN-911/STANDARD SOFTWARE 10 SPYSWIN911/FT 1.00 0.00 3/13/23 300.00 EA 300.00 SPY WIN-911/FT FACTORY TALK A&E CLIENT 11 ALBR6200TKB 10.00 0.00 3/13/23 1,315.07 E 13,150.70 A-B 620OT-KB VERSAVIEW 5200 DUAL 4K THIN CLIENT 13 SCADA IT INTEGRATION 1.00 0.00 3/13/23 35,000.00 EACH 35,000.00 SERVICE THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller is subject to Seller's general terms and conditions of sale("Seller's Terms")as attached to this document or as otherwise posted on Seller's website.Seller objects to and rejects any terms or conditions that may appear on or are referenced in Customer's purchase order or other documents that are in addition to or otherwise inconsistent with Seller's Terms. Customer's receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Seller's Terms. Page 1 of 2 Page 6 of 7 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 MID- O.Fsr QUOTE ELECTRIC ,SUPPLY An Affiliate of The Reynolds Company 4541 AGNES ST Entered Date Customer PO# Customer# Order# CORPUS CHRISTI,TX 78405-3323 (361)882-2585 3/10/23 LIFT STATION 600000289 23275899-00 Placed By Sales Rep In Sales Rep Out CARLOS GONZALEZ FRANK BETTENCOURT Taken By Requested Ship Date Printed Date and Time MCAZ 3/10/23 5/16/23 4:49 PM Bill To Ship To CITY OF CORPUS CITY OF CORPUS PO BOX 9277 WAREHOUSE@STEVENS FILTER PLANT 13101 LEOPARD ST CORPUS CHRISTI,TX 78469-9277 CORPUS CHRISTI,TX 78410-4524 12 Lines Total Total Qty Quoted 41.00 Subtotal 142,230.32 Taxes 0.00 Total 142,230.32 Page 7 of 7 THE ESTIMATED SHIP DATE IS ONLY ACCURATE FOR IMMEDIATE ORDERS AND IS BASED ON AVAILABILITY AT THE TIME OF ORDER. The sale of products and services by Seller is subject to Seller's general terms and conditions of sale('Sellers Terms")as attached to this document or as otherwise posted on Seller's website.Seller objects to and rejects any terms or conditions that may appear on or are referenced in Customer's purchase order or other documents that are in addition to or otherwise inconsistent with Seller's Terms. Customer's receipt or acceptance of delivery of any ordered item above will constitute its acceptance of Seller's Terms. Page 2 of 2 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 Attachment C: Insurance and Bond Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability $1 ,000,000 Per Occurrence Including: 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 3. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. B. ADDITIONAL REQUIREMENTS 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The Page 1 of 3 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the ''other insurance'' clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit Page 2 of 3 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. 8. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2022 Insurance Requirements Ins. Req. Exhibit Contracts for General Services -Services Performed Onsite 12/14/2022 Risk Management - Legal Dept. Bond is not required for this service agreement. Page 3 of 3 DocuSign Envelope ID: BC50F138-516A-416E-A942-43D4692104C6 Warranty Requirements Warranty for all electrical, panel work and programming will be for 180 days from date of completion. Page 1 of 1