Loading...
HomeMy WebLinkAboutC2021-050 - 3/2/2021 - Approved DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 se �a 0 H SUPPLY AGREEMENT NO. 3419 v Water Meters and Components for Utilities Department 'Ga �uan<Q 1852 THIS Water Meters and Components for Utilities Department Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Neptune Technology Group Inc. ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Water Meters and Components for Utilities Department in response to Request for Bid No. HGACBuy Coop WM09-20 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor'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 Contractor agree as follows: 1. Scope. Contractor will provide Water Meters and Components for Utilities Department 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 two years. The parties may mutually extend the term of this Agreement, provided, the parties do so by written amendment 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. This Agreement is for an amount not to exceed $810,403.79, 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. Contractor shall invoice no more frequently than once per month. 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 will be mailed to the following address with a copy provided to the Contract Administrator: Supply Agreement Standard Form Page 1 of 7 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 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: Name: Joanna Moreno Department: Contract Funds Administrator Phone: 361-826-1649 Email: N/A 5. Insurance. 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. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor 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 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 products will remain with the Contractor until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. City may inspect all products supplied before 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 Contractor, 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 Contractor within 30 days of receipt of City's invoice. Supply Agreement Standard Form Page 2 of 7 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 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. In the event of a conflict between Section 8(A) and Attachment D, the latter controls. 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. Contractor 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 Contractor be considered an employee of the City. 12. Subcontractors. In providing the Goods, Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. Supply Agreement Standard Form Page 3 of 7 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 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: Joanna Moreno Title: Contract Funds Administrator Address: 2726 Holly Rd., Corpus Christi, Texas 78415 Phone: 361-826-1649 Fax: N/A IF TO CONTRACTOR: Neptune Technology Group Inc. Attn: Lawrence M Russo Title: VP Finance Address: 1600 Alabama Highway 229, Tallassee, AL 36078 Phone: 334-283-7215 Fax: N/A 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 THIRD PARTY 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, REASONABLE 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 Supply Agreement Standard Form Page 4 of 7 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 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. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The Contract Administrator 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 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 Contractor. The City Manager 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. Notwithstanding the foregoing, City Manager's election to terminate this Agreement shall not excuse City's obligation to pay for products and services rendered prior to the termination date. 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 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 City be liable for incidental, consequential, or special damages. EXCEPT IN THE CASE OF THE INDEMNIFICATION PROVIDED BY SECTION 17, IN NO EVENT WILL CONTRACTOR BE LIABLE FOR ANY SPECIAL, INCIDENTAL, CONSEQUENTIAL, PUNITIVE, EXEMPLARY, OR OTHER INDIRECT DAMAGES OR LOSSES, INCLUDING WITHOUT LIMITATION LOSS OF DATA, HOWEVER CAUSED, WHETHER OR NOT FORESEEABLE, AND EVEN IF ADVISED OF THE POSSIBILITY THEREOF, AND CONTRACTOR'S AGGREGATE LIABILITY IN DAMAGES OR OTHERWISE FOR ANY AND ALL CAUSES SHALL BE LIMITED TO THE AMOUNT LISTED IN SECTION 3. THESE LIMITATIONS WILL APPLY NOTWITHSTANDING THE FAILURE OF THE ESSENTIAL PURPOSE OF ANY LIMITED REMEDY. 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 Supply Agreement Standard Form Page 5 of 7 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Supply Agreement Standard Form Page 6 of 7 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 CONTRACTOR LA�,Docu&gned by: ..cC /z �ajf0 Signature: Printed Name: Lawrence M Russo Title: VP Finance Date: 1/28/2021 ocf nedb M2021-037 CI RP/nU..S CHRISTI Authorized By rq,� 03/02/2021 �.�. �� ... Council Josh Chronley Interim Assistant Director, Contracts and Procurement Er;n-t? Date: 3/4/2021 APPROVED AS TO LEGAL FORM: ATTEST: D^,ocu(S)iigned by: / d DocuSigned by '/� a': PiK..., at(AV1it— �,� 3/4/2021 Rebecca Huerta Assistant City Attorney Date City Secretary Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB No. HGACBuy Coop WM09-20 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form Page 7 of 7 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 ATTACHMENT A: SCOPE OF WORK w n 1.1 General Requirements/Background Information The Contractor shall provide water meters and associated components as per HGACBuy Cooperative Contract WM09-20 Water, Gas, and Electric Meters and Associated Equipment to the Utilities Department, on an as needed basis for a period of two-years. 1.2 Service Requirements A. The Contractor shall deliver parts to: City of Corpus Christi - Water- Utilities Department 2726 Holly Rd., Building 8-A, Corpus Christi, Texas 78415 B. The Contractor shall deliver parts between the hours of 7:OOam through 5:OOpm. C. The Contractor is responsible for all shipping charges. C. The Contractor shall have a bill of sale upon delivery. D. Pricing shall follow HGACBuy Cooperative Contract WM09-20 pricing schedule. E. If any items are found to be defective, unusable, or not in working condition, the Contractor shall arrange the return of the shipment or the shipping charges will be reimbursed on the invoice. Page 1 of 1 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 SC oa o ATTACHMENT B: QUOTE/PRICING SCHEDULE CITY OF CORPUS CHRISTI '< QUOTE FORM flflgtlp Al k`` 1. Refer to "Sample Service Agreement" Contract Terms and Conditions before completing quote. 2. Quote your best price, including freight, for each item. 3. In submitting this quote, vendor certifies that the prices in this quote have been arrived at independently, without consultation, communication, or agreement with any other vendor or competitor, for the purpose of restricting competition with regard to prices. Invitation to quote, FOB Destination, Freight Included, on the following: One-Year' DESCRIPTION Estimated Q# Unit Total Spend Water Meters with HGACBuy Cooperative Contract WM09-20 $ 405,201 .90 2 Year $ 810,403.79 Freight / Shipping Included $ 0.00 $ 0.00 Two-Year Total $ 810,403.79 COMPANY: Neptune Technology Group Inc. NAME OF PERSON AUTHORIZED TO SIGN: Lawrence M Russo ADDRESS: 1600 Alabama Highway 229 CITY / STATE/ZIP: Tallassee, Alabama, 36078 PHONE: 334-283-7215 EMAIL: Irusso@neptunetg.com FAX: N/A DATE: 1/28/2021 SIGNATURE: 1-"`"" A O."o TITLE: VP Finance 224,BBAA9793D492... THE CITY RESERVES THE RIGHT TO REJECT OR CANCEL ANY OR ALL QUOTES. TO WAIVE ANY INFORMALITIES OR IRREGULARITIES IN THE QUOTES RECEIVED AND TO CANCEL OR POSTPONE THIS PROJECT UNTIL A LATER DATE. RFQ Revised 4.19.2019 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 CONTRACT PRICING WORKSHEET Contract ! Date AM UY For Catalog&Price Sheet Type Purchases No.: WM09-20 Prepared: 11/10/2020 This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly. Baying :City of Corpus Christi,Texas Contractor: :Neptune Technology Group,Inc. Agency: Contact ;Joanna Moreno Prepared :Hunter Brown Person: By: Phone: :361-826-1649 Phone: :334-415-2032 Fax: Fax: Email: LoannamC@cctexas.com Email: ?hbrown@neptunetg.com Catalog i Price sheet eptune PL-37 Price Sheet Name: General Description ater Meters(Registers) of Product: IF A.Catalog/Price Sheet Items being purchased-Itemize Below-Attach Additional Sheet If Necessary Quan Description Unit Pr I Total 500 ERPH2G11S2629 5/81"PROCODER REGISTER with Nicor Connector $ 51.60 25800 1000 E RPH2G21S2629 3/41"PROCODER REGISTER with Nicor Connector $ 51.60 51600 1000 :RPH2G31S2629 1"PROCODER REGISTER with Nicor Connector $ 51.60E 51600 500 :RPH2G41S2629 11/2";t;40 PRQCODERREGISTE,,,with.Nicox Co ect `'/f " $ 51.60 25800 500 :RPH2G51S2629 2' t ZO PRt C4 D�RREGGSTERWith N col Connector r , // J% r l : $ 51.60 25800 20 :RPH5G11S2629 2'tHT? PRtCOI)ERREQISTEL° ✓itITicc�ro'rtune@„ 51.60 1032 1 :RPH5G21S2629 3 HPT�k6CODERR�6IS"T' kwithNlc or Connector x' : $ 51.60 51.6 � , 4 4 : , E RPH5G31S2629 4"HPT PROCODER REGISTER with Nicor Connector E $ 51.60E 51.6 1 :RPH5G4IS2629 6"HPT PROCODER REGISTER with Nicor Connector E $ 51.60E 51.6 1 ERPH5G5IS2629 8"HPT PROCODER REGISTER with Nicor Connector E $ 51.60E 51.6 1 :RPH5GOIS2629 10"HPT PROCODER REGISTER with Nicor Connector E $ 51.60E 51.6 0 Total From Other Sheets,If Any: Subtotal All 181890 B.Unpublished Options,Accessory or Service items-Itemize Below-Attach Additional Sheet If Necessary (Note:Unpublished Items are any which were not submitted and priced in contractor's bid.) Quan Description Unit Pr Total 0 0 0 0 Total From Other Sheets,If Any: Subtotal B: Check: Total cost of Unpublished Options(B)cannot exceed 25%of the total of the Base Unit Price plus Published tions A+B . For this transaction the percentage is: 0% C.Trade-Ins/Special Discounts/Other Allowances/Freight/Installation/Miscellaneous Charges Subtotal C: 01 Delivery Date:: D. Total Purchase Price (A+B+C): 181890 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 CONTRACT PRICING WORKSHEET Contract ! Date AM UY For Catalog&Price Sheet Type Purchases No.: WM09-20 Prepared: 11/10/2020 This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly. Baying :City of Corpus Christi,Texas Contractor: :Neptune Technology Group,Inc. Agency: Contact ;Joanna Moreno Prepared :Hunter Brown Person: By: Phone: :361-826-1649 Phone: :334-415-2032 Fax: Fax: Email: LoannamC@cctexas.com Email: ?hbrown@neptunetg.com Catalog i Price sheet eptune PL-37 Price Sheet Name: General Description ater Meters(T-10&HPT) of Product: IF A.Catalog/Price Sheet Items being purchased-Itemize Below-Attach Additional Sheet If Necessary Quan Description Unit Pr I Total 1 E ED2B21RPHG21S2629 5/8x3/4"t-10 METER with Nicor Connector $ 80.93 80.93 1000 EED2D21RPHG21S2629 3/4" t-10 METERwithNicor Connector $ 97.16 97160 250 :ED2F21RPHG21S2629 1" t-10 METERwithNicor Connector $ 143.76E 35940 100 :ED2H11RPHG21S2629 ;11/2" ;t 10 ME withNtofCpnnectoz �% ''';s , $ 336.96 33696 125 EED2J11RPHG21S2629' '" t-46IYI IERwithNiecsrCoiuectt3r '` l ! E $ 430.98 E 53872.5 100 :ET4HRPHG21S2629• ;11/2''I PT wrthNicor°Connec£4r , „' '! /! ,/r ,l f'r' : $ 499.56E 49956 „,r,.r �,,, r,d� �,,, 125 EET4ARPHG21S262� 2 HPT with Nicor Connector t' 523.22 65402.5 ;1' x.,r 4 0/4 , , ,�, :i� : ET4BRPHG21S2629 3"HPT with Nicor Connector 100 E $ 734.14E 73414 50 :ET4CRPHG21S2629 4"HPT with Nicor Connector E $ 957.33 E 47866.5 20 EET4DRPHG21S2629 6"HPT with Nicor Connector E $ 1,549.56 E 30991.2 10 :ET4ERPHG2IS2629 8"HPT with Nicor Connector E $ 1,992.30 E 19923 5 :ET4FRHG21S2629 10"HPT with Nicor Connector E $ 3,436.06 E 17180.3 Total From Other Sheets,If Any: Subtotal A: 525482.93 B.Unpublished Options,Accessory or Service items-Itemize Below-Attach Additional Sheet If Necessary (Note:Unpublished Items are any which were not submitted and priced in contractor's bid.) Quan Description Unit Pr Total 0 0 0 0 Total From Other Sheets,If Any: Subtotal B: Check: Total cost of Unpublished Options(B)cannot exceed 25%of the total of the Base Unit Price plus Published tions A+B . For this transaction the percentage is: 0% C.Trade-Ins/Special Discounts/Other Allowances/Freight/Installation/Miscellaneous Charges Subtotal C: 01 Delivery Date:€ D. Total Purchase Price (A+B+C): 525482.93 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 CONTRACT PRICING WORKSHEET Contract ! Date AM UY For Catalog&Price Sheet Type Purchases No.: WM09-20 Prepared: 11/10/2020 This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly. Baying :City of Corpus Christi,Texas Contractor: :Neptune Technology Group,Inc. Agency: Contact ;Joanna Moreno Prepared :Hunter Brown Person: By: Phone: :361-826-1649 Phone: :334-415-2032 Fax: Fax: Email: LoannamC@cctexas.com Email: ?hbrown@neptunetg.com Catalog i Price sheet eptune PL-37 Price Sheet Name: General Description ater Meters(Compounds&Strainers) of Product: IF A.Catalog/Price Sheet Items being purchased-Itemize Below-Attach Additional Sheet If Necessary Quan Description Unit Pr Total 0 1 EEC3BRPHG21S2629 3"TRU/FLO Compound Meter with Nicor Connector $ 1,651.79 1651.79 1 EEC3CRPHG21S2629 4"TRU/FLO Compound Meter with Nicor Connector $ 2,225.95E 2225.95 3 :EC3DRPHG2IS2629,",6*TRU/F O Cdr Pciund Meter: vith.Nicor Cp ec err l . ' '�, E $ 3,738.49E 11215.47 1 :53120-000 2"Bronze Stririer fj l ! E $ 331.00 : 331 4 53107-000 3"Bronze��Yxainer=.. l! % / 588.00 E 2352 „ 5 153107-100 4"Bronzy$traniei k f `T„ E $ 710.20 : 3551 4 :.52000-201 6"Bronze Strainer E $ 1,196.53E 4786.12 3 :52000-304 8"Bronze Strainer E $ 2,185.31E 6555.93 3 :52000-402 10"Bronze Strainer E $ 3,663.20E 10989.6 0 0 Total From Other Sheets,If Any: Subtotal Al 43658.86 B.Unpublished Options,Accessory or Service items-Itemize Below-Attach Additional Sheet If Necessary (Note:Unpublished Items are any which were not submitted and priced in contractor's bid.) Quan Description Unit Pr Total 0 0 0 0 Total From Other Sheets,If Any: Subtotal B: Check: Total cost of Unpublished Options(B)cannot exceed 25%of the total of the Base Unit Price plus Published tions A+B . For this transaction the percentage is: 0% C.Trade-Ins/Special Discounts/Other Allowances/Freight/Installation/Miscellaneous Charges Subtotal C: 01 Delivery Date:€ D. Total Purchase Price (A+B+C): 43658.86 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 CONTRACT PRICING WORKSHEET Contract ! Date AM UY For Catalog&Price Sheet Type Purchases No.: WM09-20 Prepared: 11/10/2020 This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly. Baying :City of Corpus Christi,Texas Contractor: :Neptune Technology Group,Inc. Agency: Contact ;Joanna Moreno Prepared :Hunter Brown Person: By: Phone: :361-826-1649 Phone: :334-415-2032 Fax: Fax: Email: LoannamC@cctexas.com Email: ?hbrown@neptunetg.com Catalog i Price sheet eptune PL-37 Price Sheet Name: General Description ater Meters(UME&Misc.) of Product: IF A.Catalog/Price Sheet Items being purchased-Itemize Below-Attach Additional Sheet If Necessary Quan Description Unit Pr I Total 10 :12482-002 Installation Kit $ 3.50 35 2000 E.X100-001 Register Seal Pins $ 0.22 440 20 :13761-02152629 2"HPT UME with Nicor Connector $ 371.28E 7425.6 10 :13761-12IS2629 3"HPI UMF;;uvithNrct%rConnector; „ ',, y, '��;r ,, $ 556.92 5569.2 5 ;13761-22152629 4` Hl*T[JME vVtt1Ticor Conneetttx l `: $ 742.56 3712.8 5 13761-32152629 6';`HOT UIvTE with Noor; onneclar„ „' '! 1go"l f'r' : $ 1,113.84 : 5569.2 �„,r,.r,, r,d�,,,.,,,, �,,,, 5 E13761-42152629 8'' dPT U '1with onnectonr ; $ 1,485.12 7425.6 4 49 . 4 5 :13761-52152629 10"HPT UME with Nlcor Connector $ 1,856.40E 9282 0 0 0 0 Total From Other Sheets,If Any: Subtotal Al 39459.4 B.Unpublished Options,Accessory or Service items-Itemize Below-Attach Additional Sheet If Necessary (Note:Unpublished Items are any which were not submitted and priced in contractor's bid.) Quan Description Unit Pr Total 0 0 0 0 Total From Other Sheets,If Any: Subtotal B: Check: Total cost of Unpublished Options(B)cannot exceed 25%of the total of the Base Unit Price plus Published tions A+B . For this transaction the percentage is: 0% C.Trade-Ins/Special Discounts/Other Allowances/Freight/Installation/Miscellaneous Charges Subtotal C: 01 Delivery Date:€ D. Total Purchase Price (A+B+C): 39459.4 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 CONTRACT PRICING WORKSHEET Contract ! Date AM UY For Catalog&Price Sheet Type Purchases No.: WM09-20 Prepared: 11/10/2020 This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly. Baying :City of Corpus Christi,Texas Contractor: :Neptune Technology Group,Inc. Agency: Contact ;Joanna Moreno Prepared :Hunter Brown Person: By: Phone: :361-826-1649 Phone: :334-415-2032 Fax: Fax: Email: LoannamC@cctexas.com Email: ?hbrown(Daneptunetg.com Catalog i Price sheet eptune PL-37 Price Sheet Name: General Description ater Meters(Mach10&Protectus) of Product: IF A.Catalog/Price Sheet Items being purchased-Itemize Below-Attach Additional Sheet If Necessary Quan Description Unit Pr Total 0 1 EEU1D1G1S2629 3/4"SL Mach 10 Meter with Nicor Connector $ 160.00 160 1 :EU1FIGIS2629 1"Mach 10 Meter with Nicor Connector $ 197.60E 197.6 1 :EU2IB1G1S262911/2",Mach14STvleterwz"tliNicorConnector ?'i '' ,fs," $ 485.00 485 1 :EU2F1G1S2629 2"IYIa 1 11)"Metev YvA'Vicor,Connectoz r , /j l ' ' € $ 520.00 ; 520 1 :EU3A1G1S2629 3"Ivl4ohl0ltleter withlNicor Conncetox, „' '! /! ,/r ,l r, : $ 850.00 : 850 1 :EU3C1G1S2629 4",Mach 10 @ter wlthNlcor Connector °"ry $ 1,300.00 1300 49 1 :EU3E1G1S2629 6"Mach 10 Meter withNlcor Connector E $ 2,600.00E 2600 1 :EP4DIRPHG21S2629 6"HP Protectus III Meter with Nicor Connectors E $ 6,000.00E 600 1 I EP4E IRPHG2 I S2629 8"HP Protectus III Meter with Nicor Connectors E $ 7,800.00E 780 0 0 Total From Other Sheets,If Any: Subtotal Al 19912.6 B.Unpublished Options,Accessory or Service items-Itemize Below-Attach Additional Sheet If Necessary (Note:Unpublished Items are any which were not submitted and priced in contractor's bid.) Quan Description Unit Pr Total 0 0 0 0 Total From Other Sheets,If Any: Subtotal B: Check: Total cost of Unpublished Options(B)cannot exceed 25%of the total of the Base Unit Price plus Published tions A+B . For this transaction the percentage is: 0% C.Trade-Ins/Special Discounts/Other Allowances/Freight/Installation/Miscellaneous Charges Subtotal C: 01 Delivery Date:: D. Total Purchase Price (A+B+C): 19912.6 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 ATTACHMENT C- INSURANCE 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 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by applicable Per occurrence - aggregate policy endorsements Commercial General Liability Including: $1,000,000 Per Occurrence 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. Page 1 of 3 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 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 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 thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change 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 suspension, cancellation, or non-renewal 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. Page 2 of 3 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 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 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. Bond Requirements: No bonds are required, therefore, Section 5 Insurance; Bonds subsection 5(B), is hereby void. 2020 Insurance Requirements Ins. Req. Exhibit 4-13 Contracts for General Services - Services Performed Onsite 06/08/2020 Risk Management - Legal Dept.. Page 3 of 3 DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 Attachment D: Warranty Requirements Manufacturer's Warranty (See Attachments). Exhibit D DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 Exhibit D zr N o a�a sa )T � _ �a� _ _ cz CL crsr� � CL Cl)Soo 3 � M �' � CD - e a aI ¢a ma ca vsa c CA cc � w �' sa � IOU M a aaa " Flo= w w OR asa W '� 5 Dimes I I i °= an +� sa. OB ca �b au �a ie° am � � e� DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 Exhibit D ;.' „� . w ER0 uw 44 '6 � ` ° ra'51mex osa _ _ ' z r✓a &;s >mrata � _ ew as em ` . . � rrtEL CD c mrPmea' c r.� a a" iia „raa Cc Lu r�x.en r ..., ». rra rax...roy .. m. vay "ia °1 2 aaa %� mns ....•o as ex _ m �.»y �'a —K8 un �����. ��� c �»pp m cr " w &M'CSD ^8 g 9Pb Y.:R' �•• .x w" fix` �.� «�• %A � � P. CS} � Rw .�» •• � °�,�a r,.a,,�,� ,'. as ��' e�` °� � r.= ».a M •"..'..444 M rr a 9�N IISB w w 9 45R P'P9 a"6W "may ¢P P .3 a rJ ..P:L ep • qk Prof nnw p..p rD.. r" 'row®q•^ aaY +G Y.tiB 0 m Ag 2m 951 r� m i,"' .,a� eb +' cro P.a -a :R •w rte` ;;:� P.A. .a� 9'81 a ""K a'4 CW.... 0 'ria .».» � ....» a� RPS ®. asx exv a cry.Ea•P„'� rm�v :::x � � "sa:w .� �� `a � �. C3 rn� ru a st rrr eta ! un ° xs > x ma Q, �caya� x DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 Exhibit D 5 � > r � 72 ® ®, 0 R ,� ICL c � Z< a �s ice. � CA 0, p Z � ffi �° ZZ CL 36 — Zoo o -� —Rw zr" R. ffi a CL n m n° we CD . cg n' CD Fn MMC, 0 wFL Cm R � B � c7 �• z B a _, 9 EL m 21 a cs :1 m Mrs Z 3 V m E EL z era w n �a . . . `� 'arn 2ea �a an zO � a) > , � ° � m �. CD p ed S - z22 s� -CC 5° 5 CD sa _ S2 T a a ep �. PI ON _ ,a N R 00 � cs � � ur — !ZI s " z � `a' .g' DocuSign Envelope ID: BD12B341-E94A-40E2-9875-40672ABE7072 Exhibit D LM 2, M M C: as U.1 M n 'D G 6- rV 3:0 > cr NJ IM V CL 3 w M M rn 2 9-1 M 9 0 to " -Z gu C'. R, C-a R: 'S a ;pro "0 G 4z LU A > V PW 4'r A M Rr K -1 - -'r -3Py M= ml M :5� Z 9, w RGKB 9 & cr 0 .5 cr 8:A CCv'ab x A, r L 0 MMM P MMM st @ C4 5 PRa F;= M 9 R"% ML 0 'V H r 2 rzs aim C4 it Z = n g C.- 'M Co .9 a = I a `� 4 tM Rl. .7 -M Q Cc A M Cl M :M EL V3 Og P, r, w co rn q Pa j y ma n M 'C w I T P9Mw 95 Q F- @ a ya aw 'a M F, - -L 2 R R 9 5 Iris r9 .. A Gr M my z S, ea Er ZF W. M M A < un ea %A " a e IM Er CL % ro w rr @ M S: Z 24 -2-1 M N M ap .0 0 j REM_7 G wN, ca R M C& A YdN a log M 0 'y 13 31 MO .10 ffn Er , = . M B- -" pn 9 MR. 0. > rm as r�ras PW P cc .'N z rA 22 w M 0 0 In 9t eav a a M vroom " > M