Loading...
HomeMy WebLinkAboutC2017-279 - 10/10/2017 - Approved ryas 4� Ih MI SUPPLY AGREEMENT NO. 1342 leas Chemkeys and Reagents for O.N. Stevens Water Treatment Plant THIS Chemkeys and Reagents for O.N. Stevens Water Treatment Plant Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Hach Company ("Supplier"), effective for all purposes upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Supplier has bid to provide Chemkeys and Reagents for O.N. Stevens Water Treatment Plant in response to Request for Bid No. N/A ("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 its entirety. NOW, THEREFORE, City and Supplier agree as follows: 1. Scope. Supplier will provide Chemkeys and Reagents for O.N. Stevens Water Treatment Plant 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 36 months. This Agreement includes an option to extend the term for up to zero additional zero-month periods ("Option Period"), provided, the parties do so prior to expiration of the original term or the then-current Option Period. The decision to exercise the option to extend the term of this Agreement is, at all times, within the sole discretion of the City and is conditioned upon the prior written agreement of the Supplier and the City Manager. 3. Compensation and Payment. The total value of this Agreement is not to exceed $825,780.23, 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. 2017-279 10/10/17 Page 1 of 7 Res. 031264 Hach Company INDEXED 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: Diana Zertuche Garza Utilities Department Phone: 361-826-1827 Email: DianaG@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 it has clear title to the products and that the products are free Page 2 of 7 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. Quality/Quantity 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 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 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. 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 quantities as deemed necessary by the City. Page 3 of 7 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 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: Diana Zertuche Garza Contract Administrator 13101 Leopard St., Corpus Christi, Texas 78410 Fax: 361-826-4488 IF TO SUPPLIER: Hach Company Attn: Alejandro Varela Regional Sales Manager P. O. Box 608, Loveland, Colorado 80539 Fax: 970-669-2932 17. SUPPLIER AGREES TO 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 ANY NATURE WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING DEATH AND WORKERS' COMPENSATION CLAIMS), 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 THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES, Page 4 of 7 BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON. 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 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. SUPPLIER'S AGGREGATE LIABILITY UNDER THIS AGREEMENT SHALL NOT EXCEED AN AMOUNT EQUAL TO THE AMOUNT OF COMPENSATION PAYABLE TO SUPPLIER DURING THE TERM HEREOF. UNDER NO CIRCUMSTANCES SHALL SUPPLIER BE LIABLE FOR ANY INDIRECT, SPECIAL, CONSEQUENTIAL OR PUNITIVE DAMAGES. LIMITATIONS ON LIABILITY SHALL NOT APPLY WHERE LIABILITY CANNOT BE EXCLUDED OR RESTRICTED BY STATUTORY LAW, OR WHERE DAMAGES HAVE BEEN CAUSED BY WILLFUL MISCONDUCT. 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 Page 5 of 7 Agreement by the Supplier is of the essence of this Agreement, and the City Managers 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 and its attachments B. the bid solicitation document, including addenda (Exhibit 1) C. 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 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 all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) Page 6 of 7 SUPPLIER Signature: l-✓• Printed Name: f t c u g 0___ ( '4( E'LS{-1 Title: S(2•-• Aa cvraer CraSAL- P-iicc 4 Su i Date: `1121 /17 CITY OF CORPUS CHRISTI Signature: m � qpe 'ed as to fofm:0 �7 Printed Name: 1tYt,0.vr: c— PRAN--O Z-cam I/ Title: Aro Assisi/ t City Atto ney 411, For IA'y Attorney Date: I rJ f a3 / /7 Attached and Incorporated by Reference: ATTEST: k a •0-^ A S REBECCA HUERTA Attachment A: Scope of Work CITY SECRETARY Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: '^ Exhibit 1: RFB No. N/AD.1911 __ Exhibit 2: Supplier's Bid Response !T MOM :.01p SECRETA.Y Page 7 of 7 Attachment A: Scope of Work 1. General Requirements The Contractor will provide the following products: Part Line Number Description Qty 1 9429100 ASSY., Pack, CHEMKEY, 25 piece, total chlorine 1320 2 9429400 ASSY., Pack, CHEMKEY, 25 piece, mono- chloromine 1056 3 9429500 ASSY., Pack, CHEMKEY, 25 piece free ammonia 1056 4 9425200 ASSY., Pack, CHEMKEY, 25 piece, total ammonia 1056 5 2876453 APA Acidic Surfactant Wash, 1 L 296 6 2776653 Std 1, Ammonia/Monochloramine 1L 144 7 2776753 Std 2, Ammonia/Monochloramine 1L 108 8 2776353 Rgt 1, Ammonia/Monochloramine 1L 108 9 2776453 Rgt 2, Ammonia/Monochloramine 1L 108 10 2776553 Rgt 3, Ammonia/Monochloramine 1L 108 aa Total Chlorine Reagent Set, DPD (includes 11 2557000 indicator and buffer. For Rapid Liquid Method, CL17 492 Process Analyzer, and bulk analytical methods) 12 25233000 KTO: 5500SC Ammonia Monochloramine Reagent 10 Set 13 27 Estimated freight charge 1 Water Quality SIRR 14 9429100 ASSY., Pack, CHEMKEY, 25 piece, total chlorine 216 15 9429600 KTO CHEMKEY, 25 piece mono-chlor. and 25 piece free ammonia 216 16 9429300 ASSY., Pack, CHEMKEY, 25 piece, nitrite 216 17 1406428 DPD Total Chlorine, 25mL pk/1,000 powder pillows 24 Chemkeys, Reagents and other consumables are used for the following HACH instruments: • SLl 000- Portable Parallel Analyzer • APA 6000, AMC 5500sc -Ammonia/Monochloramine Analyzers • DR 900-Multiparameter Portable Colorimeter • CL 17 - Chlorine Analyzer 2. Scope of work A. Delivery Contractor shall make inside delivery to City locations within seven to ten calendar days after order is placed. The price will be quoted F.O.B. destination, inside delivery to City of Corpus Christi facility, freight prepaid. Page 1 of 2 Delivery, as used in this section, means the product has been ordered and received by the City. Receipt of the product that does not conform to specifications will not be accepted by the City. Contractor understands and agrees that the City may, at its discretion, cancel the order due to the Contractor's inability to deliver the product within the seven to ten calendar day stipulation. Cancelations shall be in writing and sent to the Contractor by email, fax, or mail. No restocking fee or payment of any kind shall be owed for the canceled order due to Contractor's inability to meet the seven to ten calendar day delivery deadline. The return to Contractor of late order received after the cancellation notice has been sent shall be at Contractor's expense. Delivery must be made during normal working hours, Monday through Friday, 8:00 a.m. to 5:00 p.m. C.T. Emergency deliveries and weekend deliveries must be available as needed. B. Defective Goods Contractor shall pay for return shipment of product that arrives in a defective, unusable or inoperable condition including expired products (shelf life varies from 90 days to 2 years). Contractor must arrange for the return shipment of damaged products. 3. Special Instructions The HACH Chemkeys and Reagents will be delivered as follows: Deliver to: 0. N. Stevens Water Treatment Plant Warehouse 13101 Leopard St., Corpus Christi, Texas 78410 Contact: Ruben Arguijo at 361-815-9072 Page 2 of 2 HACH Quotation Be FR:ght Hach PO Box 608 Loveland,CO 80539-0608 Quote Number:100268841v7 Phone: (800)227-4224 Use quote number at time of order to ensure Email: quotes@hach.com that you receive prices quoted Website: www.hach.com Quote Date:07/19/2017 Quote Expiration:09/17/2017 CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI,TX 78469-9277 Name:Ruben Arguijo Phone:3618159072 Email:rubenar@cctexas.com Customer Account Number:092064 Customer Quote Reference:Year One 2017-2018 Sales Contact:Alejandro Varela Email:avarela@hach.com Phone:800-227-4224 PRICING QUOTATION Line Part Number Description Qty Unit Price %Disc Net Unit Price Extended Price 1 9429100 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL CHLORINE 1320 17.79 5% 16.90 22,308.0( 2 9429400 ASSY.,PACK,CHEMKEY,25 PIECE,MONO-CHLOROMINE 1056 44.45 5% 42.23 44,594.8f 3 9429500 ASSY.,PACK,CHEMKEY,25 PIECE FREE AMMONIA 1056 48.85 5% 46.41 49,008.9E 9425200 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL AMMONIA 1056 62.19 5% 59.08 62,388.4f 5 2876453 APA ACIDIC SURFACTANT WASH,1L 296 24.29` 5% 23.08 6,831.6£ 6 2776653 Std 1,Ammonia/Monochloramine 1L 144 20.35 5% 19.33 2,783.5: 7 2776753 Std 2,Ammonia/Monochloramine SL 108 25.39 5% 24.12 2,604.9E 8 2776353 Rgt 1,Ammonia/Monochloramine 11 108 56.69 5% 53.86 5,816.8£ 9 2776453 Rgt 2,Ammonia/Monochloramine 1L 108 23.05 5% 21.90 2,365.2( 10 2776553 Rgt 3,Ammonia/Monochloramine 11 108 33.45 5% 31.78 3,432.21 aa Total Chlorine Reagent Set,DPD(includes indicator and buffer. 11 2557000 For Rapid Liquid Method,CL17 Process Analyzer,and bulk analytical 492 54.85 5% 5211 25,638.1 methods) 12 25233000 KTO:5500SC AMMONIA MONOCHLORAMINE REAGENT SET 10 191.00 5% _ 181.45 1,814.5( 13 27 Estimated freight charge 1 4,610.79 4,610.79 4,610.75 Water Quality Sirr-Crystal Ybanez 14 9429100 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL CHLORINE 216 17.79 5% 16.90 3,650.4( 15 9429600 KTO CHEMKEY,25 PIECE MONO-CHLOR.AND 25 PIECE FREE 216 97.69 5% 92.81 20,046.9E AMMONIA 16 9429300 ASSY.,PACK,CHEMKEY,25 PIECE,NITRITE 216 34.29 5% 32.58 7,037.2f 17 1406428 DPD Total Chlorine,25mL pk/1,000 Powder Pillows 24 208.00 5% 197.60 4,742.4( Grand Total S 269 615.2' TERMS OF SALE Freight:Ground Prepay and Add FCA:Hach's facility AU purchases of Mach Company products andlor services are expressly and without limitation subject to Hach Company's Terms&Conditions of Sale("Hach TCS"),incorporated Page 1 of 4 HACH Quotation Be Right' Hach PO Box 608 Loveland,CO 80539-0608 Quote Number:100274694v3 Phone: (800)227-4224 Use quote number at time of order to ensure Email: quotes@hach.com that you receive prices quoted Website: www.hach.com Quote Date:08/10/2017 Quote Expiration:10/09/2017 CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI,TX 78469-9277 Name:Ruben Arguijo Phone:3618159072 Email:rubenar@cctexas.com Customer Account Number:092064 Customer Quote Reference:Year Two 2018-2019 Sales Contact:Alejandro Varela Email:avarela@hach.com Phone:800-227-4224 PRICING QUOTATION Line Part Number Description Qty Unit Price %Disc Net Unit Price Extended Price 1 9429100 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL CHLORINE 1320 18.79 5% 17.85, 23,562.00 2 9429400 ASSY.,PACK,CHEMKEY,25 PIECE,MONO-CHLOROMINE 1056 45.79 5% 43.50 45,936.00 3 9429500 ASSY.,PACK,CHEMKEY,25 PIECE FREE AMMONIA 1056 50.32 5% 47.80 50,476.80 4 9425200 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL AMMONIA 1056 64.06 5% 60.86 64,268.16 5 2876453 APA ACIDIC SURFACTANT WASH,11 296 25.02 5% 23.77 7,035.92 6 2776653 Std 1,Ammonia/Monochloramine 1L 144 20.96 5% , 19.91 2,867.04 7 2776753 Std 2,Ammonia/Monochloramine 11 108 26.16 5% 24.85 2,683.80 8 2776353 Rgt 1,Ammonia/Monochloramine 1L 108 58.39 5% 55.47 5,990.76 9 2776453 Rgt 2,Ammonia/Monochloramine 1L 108 23.75 5% 22.56 2,436.48 10 2776553 Rgt 3,Ammonia/Monochloramine 1L 108 34.46 5% 32.74 3,535.92 aa Total Chlorine Reagent Set,DPD(includes indicator and buffer. 11 2557000 For Rapid Liquid Method,CL17 Process Analyzer,and bulk analytical 492 56.50 5% 53.67 26,405.64 methods) 12 25233000 KTO:5500SC AMMONIA MONOCHLORAMINE REAGENT SET 10 196.73 5% 186.89 1,868.90 13 27 Estimated freight charge 1 4,741.35 4,741.35 4,741.35 Water Quality Sirr for Crystal Ybanez 14 9429100 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL CHLORINE 216 17.79 5% 16.90 3,650.40 15 9429600 KTO CHEMKEY,25 PIECE MONO-CHLOR.AND 25 PIECE FREE 216 97.69 5% 92.81 20,046.96 AMMONIA 16 9429300 ASSY.,PACK,CHEMKEY,25 PIECE,NITRITE 216 34.29 5% 32.58 7,037.28 17 1406428 DPD Total Chlorine,25mL pk/1,000 Powder Pillows 24 208.00 5% 197.60 4,742.40 Grand Total $ 277,285.81 TERMS OF SALE Freight:Ground Prepay and Add FCA:Hach's facility All purchases of Hach Company products andfor services are expressly and without limitation subject to Hach Company's Terms&Conditions of Sale("Hach TCS"),incorporated Page 2 of 4 HACH Quotation Be Right" Hach PO Box 608 Loveland,CO 80539-0608 Quote Number:100274744v3 Phone: (800)227-4224 Use quote number at time of order to ensure Email: quotes@hach.com that you receive prices quoted Website: www.hach.com Quote Date:08/10/2017 Quote Expiration 10/09/2017 CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI,TX 78469-9277 Name:Ruben Arguijo Phone:3618159072 Email:rubenar@cctexas.com Customer Account Number:092064 Customer Quote Reference:Year Three 2019-2020 Sales Contact:Alejandro Varela Email:avarela@hach.com Phone.800-227-4224 PRICING QUOTATION line Part Number Description Qty Unit Price %Disc Net Unit Price Extended Price 1 9429100 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL CHLORINE 1320 18.33 5% 17.41 22,981.20 2 9429400 ASSY.,PACK,CHEMKEY,25 PIECE,MONO-CHLOROMINE 1056 45.79 5% 43.50 45,936.00 3 9429500 ASSY.,PACK,CHEMKEY,25 PIECE FREE AMMONIA 1056 50.32 5% 47.80 50,476.80 4 9425200 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL AMMONIA 1056 64.06 5% 60.86 64,268.16 5 2876453 APA ACIDIC SURFACTANT WASH,1L 296 25.03 5% 23.78 7,038.88 6 2776653 Std 1,Ammonia/Monochloramine 1L 144 20.96 5% 19.91 2,867.04 7 2776753 Std 2,Ammonia/Monochloramine 1L 108 26.15 5% 24.84 2,682.72 8 2776353 Rgt 1,Ammonia/Monochloramine 1L 108 58.39 5% 55.47 5,990.76 9 2776453 Rgt 2,Ammonia/Monochloramine 11 108 23.75 5% 22.56 2,436.48 10 2776553 Rgt 3,Ammonia/Monochloramine 11 108 34.45 5% 32.73 3,534.84 aa Total Chlorine Reagent Set,DPD(includes indicator and buffer. 11 2557000 For Rapid Liquid Method,CL17 Process Analyzer,and bulk analytical 492 56.50 5% 53.67 26,405.64 methods) 12 25233000 KTO:55005C AMMONIA MONOCHLORAMINE REAGENT SET 10 196.73 5% 186.89 1,868.90 13 27 Estimated freight charge 1 4,729.75 4,729.75 4,729.75 Water Quality SIRR-Crystal Ybanez 14 9429100 ASSY.,PACK,CHEMKEY,25 PIECE,TOTAL CHLORINE , 216 18.86 5% 17.92 3,870.72 15 9429600 KTO CHEMKEY,25 PIECE MONO-CHLOR.AND 25 PIECE FREE 216 103.55 5% 98.37 21,247.92 AMMONIA 16 9429300 ASSY.,PACK,CHEMKEY,25 PIECE,NITRITE 216 36.34 5% 34.52 7,456.32 17 1406428 DPD Total Chlorine,25mL pk/1,000 Powder Pillows 24 220.48 5% 209.46 5,027.04 Grand Total S 278,819.17 TERMS OF SALE Freight:Ground Prepay and Add FCA:Hach's facility All purchases of Hach Company products and/or services are expressly and without limitation subject to Hach Company's Terms&Conditions of Sale("Hach TCS"),Incorporated Page 3 of 4 herein by reference and published on Hach Company's webalb at www.hach.comlterms. Hach ICS are contained directly nWua by reference In Mach's amm order acimowledgment, and lnveice documents.The first of the toilowlnp acts consualesan acceptance of Hach'e offer and not a counteroffer and creates a contract of sate'Contract"In accordance with the Hach TDS:l11 BuyMa'mance of a purchase order document against Hacho offer:1111 acknowledgement of Buyer's order by Mach or 11111 commencement Many performance by Hach pursuant n to Buyer's order.Provisiocontained In Buyer's purchase documents(Including electronic commerce interface. that materially alter,add to of subtract from theprovblons of the Mach TCS are not part of the Contract. Due to International regulations,a U.S.Department of Commerce Eapod License may be required.Hach reserves the right to approve specific shipping agents.Wooden bmeuuiable for ocean shipment are extra.Speedy final destination to ensure proper documentation and packing suitable for international transport. n addition.Rash may require:t).A statement of Intended enthuse:n^onrtnicanon MatttheIntended end-use does notphate proliferation of weapons of mass destruction(prohibited nuclear end use,chemical biological weapon . lie lee Iogy):ad sl.c nctithat the goods won be diverted to U.S. ORDER SERA'S: Term are Subject to Credit Review Please eference the quotation number on your purchase order. SalesIs Applicablenot Included.Applicable sales be added to the invoice based on the U.S.destination,if applicable provide a resale/exemption certificate. Sh pments will be prepaid and added to invoicesl less othervdsespecif . Equipment meted operates with standard U.S.supply voltage. Hach standard terms and conditions apply lc all sales. Additional terms and conditions apply to order.for service partnerships. Prices do not nude delivery of product. Reference attached Freight Charge Schedule and Collect Handling Fees. Standard lead time is 30 days. This Quote Is good for a one time purchaan. Sales Contact: Prepared by: Name. Alejandro Varela Name: Beal Wegener Title'. Regional Sales Manager Title: Field Sales Support Specialist Phone: 800-227-4224 Phone: 1-800-2274224X6243 Email: avarela@hach.com Email: bwegener@hach corn Page 4 of 4 Attachment C: Insurance Requirements Section 5. is null for this Supply Agreement. Page 1 of 1 Attachment D: Warranty Requirements Section 8. Warranty is null for this Supply Agreement. Page 1 of 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4-and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-255735 Hach Loveland, CO United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/31/201.7 being filed. City of Corpus Christi Date ACknowl dged: 154( � '1 3 Provide the identification number used by the governmental entity or state agency to track or identify the cortract,a d provide a description of the services,goods,or other property to be provided under the contract. Supply Agreement No 1342 Hach Products and Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 113 6 4FFIDAVIT I swear.or affirm.under penalty of perjury,that the above disclosure is true and correct. MELANIE BOGUS NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20154018968 \NLY � Signature of authorized agent of contracting business entity MY COMMISSION EXPIRES MAY 13, 2019 nFFIX NOTARY STAMP/SEAL AliciVF Swoc1n to and subscribed before me,by the said i"]IV tJ NS- 1-T[ I(A ,this the 2 I day of � '✓ 20 1 t ,to certify which,wirtness my hand and seal of office. 4,4IL- 1 L (2,0 E ( l 1 )-0-1A(.1 I A I G rn Signature of officer adistering oath Printed name of officer administering oath Titleof cerfadministering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337