HomeMy WebLinkAboutC2023-189 - 8/29/2023 - Approved DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
SC
SERVICE AGREEMENT NO. 142535
v
Wastewater Treatment Plant SCADA System Replacement
rNCu7 NPD K h1"e4
THIS Wastewater Treatment Plant 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 Treatment Plant SCADA
System Replacement in response to Request for Bid/Proposal No. SS 142535
("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 shall provide Wastewater Treatment Plant 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. The term of this Agreement is six months 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
as needed, provided, the parties do so in writing prior to the expiration of the
original term or the then-current extended term.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$265,640.88, 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:
Service Agreement-The Reynolds Company
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
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: DavidL4@cctexas.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
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.
Service Agreement-The Reynolds Company
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
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 priorwritten approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September30th 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.
Service Agreement-The Reynolds Company
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
12. Subcontractors. In performing the Services, the Contractor may use
subcontractors in connection with the work performed under this Agreement.
When using subcontractors, however, the Contractor must obtain prior written
approval from the Contract Administrator unless the subcontractors were named
in the bid or proposal or in an attachment to this Agreement, as applicable. In
using subcontractors, the Contractor is responsible for all their acts and omissions
to the same extent as if the subcontractor and its employees were employees of
the Contractor. All requirements set forth as part of this Agreement, including the
necessity of providing a COI in advance to the City, are applicable to all
subcontractors and their employees to the same extent as if the Contractor and
its employees had performed the work. The City may, at the City's sole discretion,
choose not to accept Services performed by a subcontractor that was not
approved in accordance with this paragraph.
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
Phone: 361-882-2585
Fax: n/a
Service Agreement-The Reynolds Company
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
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.
CONTRACTOR'S 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
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
Service Agreement-The Reynolds Company
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
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; followed by its exhibits;
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,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
Service Agreement-The Reynolds Company
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
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.
CONTRACTOR
DocuSigned by:
Signature:
t,tti. Lof
60 6 328.
9A..
Printed Name: Frank Bettencourt
Title: Account Manager
Date: 8/15/2023 Res.033140
Authorized By
Council 8/29/2023
CITY OF CORPUS CHRISTI DS
DocuSigned by:,-.<\
Josh ron ey
Assistant Director of Finance - Procurement
Date: 9/21/2023 ATTEST:
DocuSigned by
� , 4,0""'Y
Approved as to form:
Rebecca Huerta
j
cuSigned by: City Secretary
A04 � 9/18/2023
ass 0s4Q � 8
Asses anf i y Attorney Date
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. SS 142535
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement-The Reynolds Company
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
Attachment A: Scope of Work
A. This Scope of Work document is to designate the steps that will be taken to
complete the Wastewater Treatment Plant SCADA (Supervisory Control and
Data Acquisition) Upgrade Project for Broadway and Greenwood. This project
will be managed by the City of Corpus Christi, IT SCADA Group, with the
assistance of the IT Infrastructure Group, and Wastewaters I&E Group. A third-
party contractor will be assisting with the setup of the Servers, and SCADA
Software.
B. The Scope of Work is to upgrade the current SCADA Computer Equipment at
the Broadway and Greenwood Wastewater Treatment Plants. The current
SCADA System was built with a desktop computer utilizing Windows XP
Operating System; the current SCADA Application software is National
Instruments "Lookout". Both the Operating System and SCADA software
applications have reached their End of Life and are no longer supported by
manufacturers.
C. The following SCADA Equipment and Software will be installed per Wastewater
Treatment Plant:
1 . Qty. 2 DataON Servers Nodes - Part Number: S2D-61 12-HCI
2. Qty. 1 Tripp Lite 42U Rack Enclosure
3. Qty. 1 Tripp Lite 8- Port Rack Console
4. Qty. 1 Eaton 5PX G2 - Netpack UPS 3000 Watt
5. Qty. 1 TANlock 3 - Door Lock- Black
6. Rockwell Automation - SCADA Software - Provided by Mid-Coast Electric
D. The following responsibilities are to be completed at each of the Wastewater
Treatment Plants:
1 . I.T. SCADA Managers Responsibility
a. Acquire and Submit Quotations for SCADA Servers
b. Acquire and Submit Quotations for Server Hardware (Racks, Power
Distribution and UPS)
c. Acquire and Submit Quotation for SCADA Software and Server Setup
d. Submit quotations and documentation to IT Management for city
agenda package
e. Initiate and Manage Project with the help of IT Infrastructure, IT SCADA,
and Wastewater I&E
2. IT SCADA Responsibility
a. Assist in the Installation of SCADA Hardware and Servers
b. Create HMI (Human Machine Interface) Graphics for Operations
3. IT Networking Responsibility
Page 1 of 2
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
a. Configure Network Servers to communicate with the City Network
b. Configure the PRTG Application to monitor the connectivity of the
SCADA Servers
4. IT Infrastructure
a. With the assistance of IT Infrastructure, set up the VMs (Virtual Machines)
and licensing
5. IT SCADA and Third-Party Integrator_
a. With the help of a third-party integrator, set up the SCADA Software
6. IT SCADA and Wastewater I&E
a. Commission the Plant SCADA Systems with the assistance of Wastewater
I&E
Page 2 of 2
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
MID,-COAST
13, bid/Pricing Schedule QUOTE
ELECTRIC SUPPLY
An Affiliate of The Reynolds Company
4541 AGNES ST Entered Date Customer PO# Customer# Order#
CORPUS CHRISTI,Tx 78405-3323 6/20/23 BROADWAY 600000289 23261382-00
(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 6/20/23 6/20/23 12:10 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
Notes
Line Product . Description
Ship Date
1 ALBR9541 MTMFT11 5.00 0.000.00 6/21/23 1,476.11 E 7,380.55
A-B 9541M-TMFT11 THINMAN
AGER V-FLEX 1 PERPETUAL
2 ALBR9541MTMUT11 5.00 0.00 6/21/23 615.76 EA 3,078.80
A-B 9541 M-TMUT11
THINMANAGER V-FLEX
3 ALBR9701MVWSVBDLO5T31 1.00 0.00 6/21/23 16,655.19 EA 16,655.19
A-B 9701 M-VWSVBDL05T31
FACTORYTALK VIEW SE
4 ALBR9701MVWRSVRT31 1.00 0.00 6/21/23 5,343.91 EA 5,343.91
A-B 9701 M-VWRSVRT31
FACTORYTALK VIEW SE
5 ALBR9518MHSTT11 3.00 0.00 6/21/23 12,240.18 EA 36,720.54
A-B 9518M-HSTT11
HISTORIAN SE STANDARD
6 ALBR9518MHSTRT181 1.00 0.00 6/21/23 4,242.38 EA 4,242.38
A-B 9518M-HSTRT181
HISTORIAN SE OPC DATA
7 ALBR9324MRLDT21 1.00 0.000.00 6/21/23 4,779.88 E 4,779.88
A-B 9324M-RLDT21 ESD
STUDIO 5000 STANDARD W/
8 ALBR9701MVWSTDENTT61 1.00 0.00 6/21/23 3,180.90 EA 3,180.90
A-B 9701 M-VWSTDENTT61 FA
CTORYTALK STUDIO ENTERPR
9 ALBR9301 MKSET1 1 2.00 0.00 6/21/23 3,074.87 EA 6,149.74
A-B 9301 M-KSET11
KEPSERVER MFG SUITE PERP
10 SPYSWI N91 1/STANDARD 1.00 0.00 6/21/23 2,300.00 EA 2,300.00
SPY WIN-911/STANDARD
SOFTWARE
11 SPYSWIN911/FT 1.00 0.00 6/21/23 300.00 EA 300.00
SPY WIN-911/FT
FACTORY TALK A&E CLIENT
12 ALBR6200TKB 5.00 0.00 6/21/23 1,537.71 E 7,688.55
A-B 620OT-KB VERSAVIEW
5200 DUAL 4K THIN CLIENT
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 4
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
MID,-COAST 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 6/20/23 BROADWAY 600000289 23261382-00
Placed By Sales Rep In Sales Rep Out
CARLOS GONZALEZ FRANK BETTENCOURT
Taken By Requested Ship Date Printed Date and Time
MCAZ 6/20/23 6/20/23 12:10 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
ProductLine Description
Ship Date
13 SCADA IT INTEGRATION 1.00 0.00 6/21/23 35,000.00 EACH 35,000.00
SERVICE
13 Lines Total Total Qty Quoted 28.00 Subtotal 132,820.44
Taxes 0.00
Total 132,820.44
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 2 of 4
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
MID,-COAST QUOTE
ELECTRIC SUPPLY
An Affiliate of The Reynolds Company
4541 AGNES ST Entered Date Customer PO# Customer# Order#
CORPUS CHRISTI,Tx 78405-3323 6/20/23 GREENWOOD 600000289 23594342-00
(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 6/20/23 6/20/2312:11 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
Notes
Line Product . Description
Ship Date
1 ALBR9541 MTMFT11 5.00 0.000.00 6/21/23 1,476.11 E 7,380.55
A-B 9541M-TMFT11 THINMAN
AGER V-FLEX 1 PERPETUAL
2 ALBR9541MTMUT11 5.00 0.00 6/21/23 615.76 EA 3,078.80
A-B 9541 M-TMUT11
THINMANAGER V-FLEX
3 ALBR9701MVWSVBDLO5T31 1.00 0.00 6/21/23 16,655.19 EA 16,655.19
A-B 9701 M-VWSVBDL05T31
FACTORYTALK VIEW SE
4 ALBR9701MVWRSVRT31 1.00 0.00 6/21/23 5,343.91 EA 5,343.91
A-B 9701 M-VWRSVRT31
FACTORYTALK VIEW SE
5 ALBR9518MHSTT11 3.00 0.00 6/21/23 12,240.18 EA 36,720.54
A-B 9518M-HSTT11
HISTORIAN SE STANDARD
6 ALBR9518MHSTRT181 1.00 0.00 6/21/23 4,242.38 EA 4,242.38
A-B 9518M-HSTRT181
HISTORIAN SE OPC DATA
7 ALBR9324MRLDT21 1.00 0.000.00 6/21/23 4,779.88 E 4,779.88
A-B 9324M-RLDT21 ESD
STUDIO 5000 STANDARD W/
8 ALBR9701MVWSTDENTT61 1.00 0.00 6/21/23 3,180.90 EA 3,180.90
A-B 9701 M-VWSTDENTT61 FA
CTORYTALK STUDIO ENTERPR
9 ALBR9301 MKSET1 1 2.00 0.00 6/21/23 3,074.87 EA 6,149.74
A-B 9301 M-KSET11
KEPSERVER MFG SUITE PERP
10 SPYSWI N91 1/STANDARD 1.00 0.00 6/21/23 2,300.00 EA 2,300.00
SPY WIN-911/STANDARD
SOFTWARE
11 SPYSWIN911/FT 1.00 0.00 6/21/23 300.00 EA 300.00
SPY WIN-911/FT
FACTORY TALK A&E CLIENT
12 ALBR6200TKB 5.00 0.00 6/21/23 1,537.71 E 7,688.55
A-B 620OT-KB VERSAVIEW
5200 DUAL 4K THIN CLIENT
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 3 of 4
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
MID,-COAST 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 6/20/23 GREENWOOD 600000289 23594342-00
Placed By Sales Rep In Sales Rep Out
CARLOS GONZALEZ FRANK BETTENCOURT
Taken By Requested Ship Date Printed Date and Time
MCAZ 6/20/23 6/20/2312:11 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
ProductLine Description
Ship Date
13 SCADA IT INTEGRATION 1.00 0.00 6/21/23 35,000.00 EACH 35,000.00
SERVICE
13 Lines Total Total Qty Quoted 28.00 Subtotal 132,820.44
Taxes 0.00
Total 132,820.44
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 4 of 4
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
Attachment C: Insurance & Bond Requirements
I. CONTRACTOR'S LIABILITY INSURANCE
A. 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.
B. 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
C. 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.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on a
Page 1 of 3
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
policy and endorsements approved by the Texas Department of Insurance. The
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.
B. 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.
C. 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
D. 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.
E. 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.
F. 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: EOB20273-06DF-4284-A992-OCC7775C1ACE
hereunder, and/or withhold any payment(s) if any, which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
G. 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.
H. 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.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
2023 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
01/01/2023 Risk Management - Legal Dept.
No bond is required for this service agreement.
Page 3 of 3
DocuSign Envelope ID: EOB20273-06DF-4284-A992-OCC7775C1ACE
Attachment D: Warranty Requirements
Warranty for all electrical, panel work and
programming will be for 180 days from date of
completion.
Page 1 of 1