Loading...
HomeMy WebLinkAboutC2018-007 - 1/16/2018 - Approved 8 4/ * : ?_III_ SUPPLY AGREEMENT NO. 1391 V"'r Purchase of Gas Meters ra°si THIS Purchase of Gas Meters Supply Agreement ("Agreement) is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Wilnat, Inc. ("Supplier"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Supplier has bid to provide Gas Meters in response to Request for Bid No. 1391 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Supplier's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in ifs entirety. NOW, THEREFORE, City and Supplier agree as follows: 1. Scope. Supplier will provide Gas Meters 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. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. This Agreement is for 24 months. The parties may mutually extend the term of this Agreement for up to two additional 12-month periods ("Option Period(s)"), provided, the parties do so in writing and prior to the expiration of the original term or the then-current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. The total value of this Agreement is not to exceed $271,600.00, subject to approved extensions and changes. Payment will be made for goods delivered 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. 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: Supply Agreement Standard Form Page 1 of 7 Approved as to Legal Form 9118/17 2018-007 1/16/18 M2018-010 Wilnat,Inc. INDEXED Name: Joanna Moreno Department: Utilities Department Phone: (361) 826-1649 Email:joannam@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Supplier 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. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Supplier over a period of time, the City will exercise its right to specify time, place and quantity of products to be delivered in the following manner: any City department or division may send to Supplier a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and products will remain with the Supplier until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Supplier, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Supplier within 30 days of receipt of City's invoice. 8. Warranty. The Supplier 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 Supplier warrants that if has clear title to the products and that the products are free of liens or encumbrances. In addition, the products purchased under this Agreement shall be warranted by the Supplier 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. 9. Qualify/QuantRy Adjustments. Any 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 Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form 9/18/17 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 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30lb 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. Supplier will perform the work required by this Agreement as an independent contractor and will furnish such products in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Supplier be considered an employee of the City. 12. Subcontractors. Supplier may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Supplier must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid. In using subcontractors, the Supplier is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Supplier. 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 Supplier and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantifies as deemed necessary by the City. 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 Supplier covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related 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 Supply Agreement Standard Form Approved as to Legal Form 9/18/17 Page 3 of 7 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: Joanna Moreno Title: Contract Administrator Address: 2726 Holly Road, Corpus Christi, TX 78415 Fax: (361) 826-1715 IF TO SUPPLIER: Wilnat, Inc. Attn: William Wood Ttile: Sales Engineer Address: 10934 E 55th Place, Tulsa, Oklahoma 74147 Fax: (918) 794-5575 17. SUPPLIER 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 SUPPLIER OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE SUPPLIER OR ITS EMPLOYEES OR AGENTS. SUPPLIER 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 SUPPLIER UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. Supply Agreement Standard Form Approved as to Legal Form 9/18/17 Page 4 of 7 18. Termination. (A) The City Manager may terminate this Agreement for Supplier's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Supplier written notice of the breach and set out a reasonable opportunity to cure. If the Supplier has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Supplier. The City Manager may also terminate this Agreement upon 24 hours written notice to the Supplier for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement by the Supplier, 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 Supplier 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. 20. 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. 21. 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 I); then, D. the Supplier's bid response (Exhibit 2). 22. Certificate of Interested Parties. Supplier 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. 23. Governing Law. This Agreement is subject to all federal, State, and local laws, rules, and regulations. 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 Supply Agreement Standard Form Approved as to Legal Form 9/18/17 Page 5 of 7 such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 24. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes dl prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form 91)8/17 SUPPLIER Signature: 0 A A kir Printed Name: _5/--e)44 /I Title: 1 /d � �r I �. Date: 11 f- K CITY OF CORPUS CHRISTI Signature: Printed Name: YY> O.r'l Title: T'r-0 c.u a Date: t S \-E- 1 l 1 REBECCA HUERTA .` 7- • . L CITY SECRETARY Attached and Incorporated by Reference: - .... .I.Qu i fikm".. Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements 0 COUNCIL Attachment D: Warranty Requirements Incorporated by Reference Only: SF..CRFTAav Exhibit 1: RFB No. 1391 Exhibit 2: Supplier's Bid Response Supply Agreement Standard Form Approved as to Legal Form 9/18/17 Page 7 of 7 Attachment A-Scope of Work 4.1 General Requirements/Background Information The Supplier shall provide gas meters as outlined in this Scope of Work. The two types of meters must have the capability to be used with Aclara AMR & AMI; MTU's with direct fit to meter. See attached exhibits showing photos of the required meters. 4.2 Scope of work The gas meters shall comply with the following specifications: A. American AC-250 Diaphragm Meter: a. Non-temperature compensated. b. 20 LT. c. Circular white/red dial register. Reading with 2 ft. and a '/ proving hand, plastic, or brass with tamper indication. d. Badges to be included on meter, meter number as requested. B. American AL-425 Diaphragm Meter: a. Non-temperature compensated. b. 30 LT. c. Circular white/red dial register. Reading with 2 ft. and a '/ proving hand, plastic, or brass with tamper indication. d. Badges to be included on meter, meter number as requested. • Note: Both the American AC-250 and AL-425 are set up to 4 ounces/7 inches of pressure, using a white dial. Or, if required they are set up to 5 lb. of pressure with a red dial. See photos on attached exhibits. 4.3 Supplier Quality Control and Superintendence The Supplier shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Supplier will also provide supervision of the work to insure it complies with the contract requirements. 4.4 Special Instruction The Contractor will ship Gas Meters F.O.B. Destination. Gas meters will be shipped to the following address: City of Corpus Christi-Gas Department 4225 S. Port Avenue Corpus Christi, TX 78415 Scope of Work Exhibits A. American AC-250 Diaphragm Meter cliF 1 • 4 ; :._ 1,t ti _ > I_I F''i iitli ( [ ..v.L..-_. 4 4, , FEET ill AC-250 MAR5 PSI . XAr. - 1 v -r a •L .-..:-.-3,-t-1--,,..,: I^'''` B. American AL-425 Diaphragm Meter cl.ir • 'li . V• lh-i;,, , j-.I ,--:4LJZ"-1444., . , '''. .. .7_,__ ,-. ,---- --At% p wi„ga,_ ,____,_, ootitio i .. . , .. ..,1 .. itaap "7.;., 4 . .6e) --- - ,'. ,,,, 1 '''., '4 =1 --- M "2Yae .. ,.0 PAN'a ... :, i . , i 4 Attachment B - Bid Pricing/Schedule ous Ohm a CITY OF CORPUS CHRISTI BID FORM _� PURCHASING DIVISION RFB No. 1391 1852 Purchase of Gas Meters Date: I 1 PAGE 1 OF 1 / Authorized Bidder: it )�� /, _ Signature: . 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Purchasing office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. } 4. Bidders must not write over or revise the bid form: Bidders will be considered Non- Responsive if the bid form is modified. Item Description -- — -- P UNIT QTY Unit Price Total Annual__ Price i 1. American AC-250 Diaphragm Meter EA 1,200 '_j ),2. American AL-425 Diaphragm Meter EA 200 ..5'2 2 q, o ''IS, — ------------ Total — --- — _ fyr moo Attachment C—Insurance Requirements CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administrator one (I) copy of Certificates of Insurance 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 policy by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material change Per occurrence- aggregate or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $2,000,000 Aggregate 1. Commercial Broad Form 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REOUIREMENTS A. 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 workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractors 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 renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit 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, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, 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 thirty(30)calendar days advance written notice directly to City of any,cancellation,non-renewal, material change or termination in coverage and not less than ten(10)calendar days advance written notice for nonpayment of premium. E. Within five(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 Contractors 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 stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof a 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 contract. 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 contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2017 Insurance Requirements Utilities Order and Delivery of Gas Meters(Off Site) 07/13/2017 sw Risk Management Honeywell Attachment D- Warranty Requirements Page 2 of 3 11/16/2017 10:21:60 ACKNOWLEDGEMENT OF ORDER 1. The contract of sale formed by this acknowledgement of the customer's order is expressly limited to the terms specified herein and theadditional terms and conditions of sale provided with quotations, which terms supersede the terms of the customer's order, and any variations therefrom will require the written acceptance of the Seller thereto, any laws or rules of construction of contracts to the contrary notwithstanding. Shipment of the customer's order, which order contains different or additional terms, does not constitute an acceptance of such different or additional terms, ,t being expressly intended that Seller is limiting its contractual obligations to the terms contained herein or those agreed to in writing by the duly authorized representatives of the parties hereto. 2. Invoiced prices shall be our regular prices at the lime of shipment unless otherwise specifically set forth herein. The amount of any and all present or future taxes or other governmental charges upon the production, shipment, installation or sale of the equipment covered hereby, including use, sale or excise taxes, shall be added to the price and paid by the customer. In lieu thereof, the customer shall furnish Seller with tax exemption certificates acceptable to the taxing authorities. Notwithstanding the foregoing, it is the ultimate responsibility of the customer to ensure that all such taxes are paid as required by law. 3. shall be Unless requrks. ired specifically set forth herein, til payment terms are Net 30 days from date of invoice; and Oil shipping terms 4. Delivery dates quoted by Seller in quotations, order acknowledgements or elsewhere are to be neared as estimates only. They are given in good faith and Seller will make every effort to adhere to them. They are subject to, among other things, materials and labor being available, the effects of governmental action. strikes, lockouts, accidents, carriers, acts of God, end delays of others furnishing material. 5. RESIDENTIAL METER PERFORMANCE GUARANTEE. This guarantee applies to domestic gas meter models AC-250. AT-210 end AT-250 manufactured by Seller. Seller hereby guarantees Its domestic gas meter models AC-250, AT-210 and AT-250 as follows: ▪ No less then 85% 01 each shipment of all new gas meters will maintain or be adjustable to plus or minus 2% of zero error at check test rate of flow or the applicable requirement proscribed by the utility commission having jurisdiction over where a meter is deployed, whichever is greater: and ▪ This guarantee will remain In effect for each meter for a period the earlier of 15 years from the dare of its shipment by Seller or until the meter Is taken from service for any reason. The guarantee set forth above Is in lieu of end excludes any other warranties, which are hereby disclaimed whether expressed or Implied. Seller shall not be liable for any costs of removal, installation or reinstallation hereunder, Customer as responsibility for determining that meters provided are suitable for their intended application and use. Seller's obligation under its guarantee is limited doption its to repayment of the purchase price, repair, replacement, or furnishing a similar part et Sellers option, and is further contingent upon Customer promptly notifying Seller upon discovery of a defect and returning the defective meter, prepaying all transportation charges thereon, to the factory or warehouse designated by Seller and upon Seller's inspection and confirmation of the defective condition. In no event shall Seller's liability to Customer, regardless of the reason, exceed the purchase price of the meter giving rise to the liability hereunder. The remedies set forth herein shall be the Customer's sole and exclusive remedies. This guarantee shall not apply to refurbished meters, metering equipment or parts which were repaired or altered by any party other than Seller or its subsidiaries. This guarantee shall not apply to any meter which has been operated in excess of the rated badge capacity of the meter. The guarantee shall not apply to meters installed in curb vaults, pits or other types of non-conventional installations Seller shell not be liable for any non-conformity, damage, failure or defect Of or to any meter caused by alteration. poor maintenance vandalism, theft, mishandlino repair by unauthorized personnel, misusn installation errors nstallation not in accordance with applicable installation instructions, acts of God, the negligent acts ormalfeasance of Customer or any third party or other conditions beyond the control of Seller. omissians or This guarantee shall be null end void after any device other than one manufactured by Seller is Installed on or in connection with the meter; provided, however, if a radio transmitter module or similar device is connected to the meter as part of an AMR/AMI solution, such connection shall not veld this guarantee unless such radio transmitter modules or similar devises) or the connection therewith causes or relates to any failure, non-conformity or defect in the meter's performance. The preceding sentence shall apply but not be limited to Ill indexes and automatic meter reading units other than those manufactured by Seller or any subsidiary of Seller, and fi) to any other device that could adversely affect the accuracy or reliability of the meter, and MO whether or not the device is installed by Seller. Seller excludes paint and non-U.V. protected index boxes. 6. PRODUCT WARRANTY. Seller warrants its products against defects in materials orworkmanship arising under normal use and service for a period of one year from date of shipment. Seller shall not be liable for any special, indirect or consequential damage resulting In any manner from the furnishing of the products. Seger makes no other warranties and hereby disclaims all other warranties, whether express or Implied. If a non-conformity arises during the applicable p w anty period Seller's obligation under its warranty is limited at its option to repayment of the purchase price, repair, replacement, or warranty aamilar part to replace a defective part. and is further contingent upon customer promptly notifying Seller upon discovery of a defect and returning the defective product. pre-repaying all transportation charges thereon, to the factory or warehouse designated by Seller and upon Seller's inspection and confirmation of the defective condition. In no event shall Seller's liability hereunder exceed the purchase price 01 the product, J. Each shipment shall be examined by the customer promptly upon receipt thereof and any claim for shortage or any other cause must be reported to Seller with thirty days after receipt. Sister American Meter 2221 Industrial Road Tel: 602-8 3-761 Nebraska City.NE 68410.6889 Far 41]2-B]3-0615 US Honeywell Page 3 of 3 s 8. Orders accepted by Seller cannot be canceled, or deliveries deferred, or goods returned by customer, exceexceptwth! 10:21:50 Seller's written consent, end then only upon such terms as shall be acceptable to Seller. prior 9. Unless otherwise stated in writing herein, ell products shall be installed by and at the expense of the customer. Customer acknowledges that it is solely responsible for providing a safe and suitable location for Installation of products purchased from Seller and for providing and maintaining the appropriate envIronment for operating and performing maintenance on products purchased from Seller. Customer is solely responsible for determining the applicability of any local, state or federal laws or regulations relating to installation, use )including those pertaining to health and safety), maintenance and/or disposal of any and all products purchased from Seller. 10. This contract shall be governed by. and shall be construed in accordance with, the laws of the state of Delaware. This contract is not assignable without the prior written consent of Seller, and any attempt otherwise to assign any rights, duties or obligations under this contract shall be void. All of Seller's rights end remedies shall be cumulative and may be exercised singularly or concurrently. If customer fails to perform any term of this contract end Seller does not enforce that term, failure to enforce on that occasion shall not prevent enforcement on any other occasion. (Balance of Page Blank] AMCO Form 0A050117 Elster American Meter TeL 402-823-8200 2221 Industrial Road Fax' 402-873-7616 Nebraska City,NE 68410-6889 US