Loading...
Water & Sewer Inv MORRISON 5847-Award/Ordinance/Pricing Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Granicus # Ordinance # DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 5847 3/1/2016 RFP Water & Sewer Inventory Items Rebecca Hunter RFP 5847 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND ANNUAL SUPPLY OF WATER & SEWER INVENTORY (5847 ) THIS CONTRACT is made and entered into this date _______________________, by and between MORRISON SUPPLY COMPANY, LLC., a corporation, whose address is 311 E. VICKERY BLVD., FORT WORTH, TX 76104, hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Supplier shall provide products in accordance with the City’s RFP #5847 ANNUAL SUPPLY OF WATER & SEWER INVENTORY, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of thi s written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s RFP 5847 (Exhibit “B” on file at the office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Certificate of Interested Parties Electronic Filing (Exhibit “D”); (e) Supplier’s Proposal. (Exhibit "E"); (f) Form CIQ – Conflict of Interest Questionnaire (Exhibit "F") These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.” DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 April 5, 2016 RFP 5847 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. SUPPLIER BY: AUTHORIZED SIGNATURE Date: Name: Title: PHONE NUMBER FAX NUMBER ___________________________________ TEXAS ETHICS COMMISSION CERTIFICATE NUMBER CITY OF DENTON, TEXAS ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: _____________________________ GEORGE C. CAMPBELL, CITY MANAGER BY: __________________________________ Date:________________________ APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: _______________________________ DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 903-893-4873 Derek Hicks Branch Manager 903-771-8782 100016328 02/24/2016 4/18/2016 RFP 5847 Exhibit A Special Terms and Conditions The Quantities indicated on Exhibit E are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. Product Changes During Contract Term The supplier shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the product must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to dentonpurchasing@cityofdenton.com, with the above file number in the subject line, for review. Products found to have changed specifications without notification, and acceptance, will be returned at the supplier’s expense. Products that have been installed will be replaced at the supplier’s expense. Authorized Distributor The supplier shall be the manufacturer or authorized distributor of the proposed products. The distributor shall be authorized to sell to the City of Denton, and make available the manufacturer’s representative as needed by the City. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Supplier shall have the option to renew this contract for an additional two (2) one-year periods. The contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically renew each year, from the date of award by City Council, unless either party notifies the other prior to the scheduled renewal date. At the sole option of the City of Denton, the contract may be further extended as needed, not to exceed a total of six (6) months. Price Escalation and De-escalation The City will implement an escalation/de-escalation price adjustment annually. The escalation/de-escalation will be based upon manufacturer published pricing sheets to the vendor. The price will be increased or decreased based upon the annually percentage change in the manufacturer’s price list. The price adjustment will be determined quarterly from the award date. Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the published price change. It is the supplier or the Cities responsibility to request a price adjustment annually in writing. If no request is made, then it will be assumed that the bid price will be in effect. The supplier must submit or make available the manufacturers pricing sheet used to calculate the bid proposal, to participate in the escalation/de-escalation clause. Total Contract Amount The contract total shall not exceed $975,000. Pricing shall be per Exhibit E attached. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 Delivery Lead Time Product shall be delivered to the City per the days/weeks noted in Exhibit E after receipt of the order. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 Exhibit C City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor or Supplier. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Supplier. No Terms and Conditions contained in the seller’s proposal response, invoice or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, 22 and 32 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of the date the contract is si gned by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor's name and address, (b) the City’s name, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer, the Contractor’s price shall be deemed to include all delivery and transportation charges. The City shall hav e the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non -conforming deliverables. If the City has the right to inspect the Contractor’s, or the Contractor’s Subcontr actor’s, facilities, or the deliverables at the Contractor’s, or the Contractor’s Subcontractor’s, premises, the Contractor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract. 9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied itself as to the nature of the City’s service requirements and specifications, the location and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could in any way affect performance of the Contractor’s obligations under the contract. The Contractor hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. The contractor shall, at all times, exercise reasonable precautions for the safety of their employees, City Staff, participants and others on or near the City’s facilities. 10. WORKFORCE A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a firearm, including a concealed handgun that is licensed under state law, DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. C. If the City or the City's representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services without the City's prior written consent. Immigration: The Contractor represents and warrants that it shall comply with the requirements of the Immigration Reform and Control Act of 1986 and 1990 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (“IIRIRA) enacted on September 30, 1996. 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Contractor, it’s Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines, penalties and liability of every kind arising from the breach of the Contractor’s obligations under this paragraph. Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12. INVOICES: A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by t he City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique invoice number, the purchase order or delivery order number and the master agreement number if applicable, the Department’s Name, and the name of the point of contact for the Department. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Contractor’s name, remittance address and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor’s registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Contractor’s invoice. C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses at actual cost without markup. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13. PAYMENT: A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within thirty (30) calendar days of the City’s receipt of the deliverables or of the invoice being received in Accounts Payable, whichever is later. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor; ii. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment; iv. damage to the property of the City or the City’s agents, employees or contractors, which is not covered by insurance required to be provided by the Contractor; v. reasonable evidence that the Contractor’s obligations will not be completed within the time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The City’s payment obligations are payable only and solely from funds Appropriated and available for this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated o r available and any deliverables delivered but unpaid shall be returned to the Contractor. The City shall provide the Contractor written notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. During the term of this contract, the contractor shall bill and the City shall reimburse contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by the contractor in traveling to and from City facilities whall not be reimbursed, unless otherwise negotiated. 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defe ctive work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 18. SUBCONTRACTORS: A. If the Contractor identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like deliverables under similar terms of purchase. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 20. WARRANTY – TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21. WARRANTY – DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the City’s option and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City’s rights under this section. D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source. E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate manufacturer’s warranty, the Contractor shall transfer and assign such manufacturer’s warranty to the City. If for any reason the manufacturer’s warranty cannot be fully transferred to the Ci ty, the Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufacturer’s warranty for the benefit of the City. 22. WARRANTY – SERVICES: The Contractor warrants and represents that all services to be provided the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and loc al laws, rules or regulations. A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect. B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach warranty, but failure to give timely notice shall not impair the City’s rights under this section. C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non- conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party’s intent to perform, demand may be made to the other party for written assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in Contractor’s Offer, or in any report or deliverable required to be submitted by the Contractor to the City. 27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) day period, cures such default, or provides evidence sufficient to prove to the City’s reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result of the Contractor’s default, including, DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 without limitation, cost of cover, reasonable attorneys’ fees, court costs, and prejudgment and post-judgment interest at the maximum lawful rate. Additionally, in the event of a default by the Contractor, the City may remove the Contractor from the City’s vendor list for three (3) years and any Offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law. 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause any time upon thirty (30) calendar days’ prior written notice. Upon receipt of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 29. FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract for cause by the City and may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31. INDEMNITY: A. Definitions: i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type or description, including all reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Contractor, their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 the Contractor, the Contractor’s subcontractors, and third parties), ii. "Fault" shall include the sale of defective or non-conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF THE CONTRACTOR’S OBLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Appendix A for services only. The successful firm shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A. General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certificates of Insurance with the coverage’s and endorsements required to the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an extension option or hold over period is exercised, as verification of continuing coverage. iii. The Contractor shall not commence work until the required insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor’s and all subcontractors’ insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of A- VII or better. The City will accept workers’ compensation coverage written by the Texas Workers’ Compensation Insurance Fund. vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 City of Denton Materials Management Department 901B Texas Street Denton, Texas 76209 vii. The “other” insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both the City and the Contractor, shall be considered primary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. x. The City reserves the right to review the insurance requirements set forth during the effective period of the Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, the claims history of the industry or financial condition of the insurance company as well as the Contractor. xi. The Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. xii. The Contractor shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days’ written notice of erosion of the aggregate limits below occurrence limits for all applicable coverage’s indicated within the Contract. xiv. The insurance coverage’s specified in within the solicitation and requirements are required minimums and are not intended to limit the responsibility or liability of the Contractor. B. Specific Coverage Requirements: Specific insurance requirements are contained in the solicitation instrument. 33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse affect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deem ed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Contractor does not know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any claim that the City’s exercise anywhere in the world of the rights associated with the City’s’ ownership, and if applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party; or (ii) the Contractor’s breach of any of Contractor’s representations or warranties stated in this Contract. In the event of any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City’s behalf. Further, Contractor agrees that the City’s specifications regarding the deliverables shall in no way diminish Contractor’s warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor. 37. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require access to certain of the City’s and/or its licensors’ confidential information (including inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) (collectively, “Confidential Information”). Contractor acknowledges and agrees that the Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Co ntractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 38. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights i n and to such deliverables, provided however, that nothing in this Paragraph 38 shall negate the City’s sole or joint ownership of any such deliverables arising by virtue of the City’s sole or joint authorship of such deliverables. Should by operation of law, such deliverables not be considered works made-for- hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made-for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work-made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to the deliverables. The Contractor’s obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 37 above. 39. PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 40. ADVERTISING: The Contractor shall not advertise or publish, without the City’s prior consent, the fact that the City has entered into the Contract, except to the extent required by law. 41. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 42. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performi ng of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. The contractor is expressly free to advertise and perform services for other parties while performing services for the City. 45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to change the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision- making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of initiation of the mediation process, the mediator shall be selected by DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator’s fees equally and the parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. HOLIDAYS: The following holidays are observed by the City: New Year’s Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year’s Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall survive the expiration or termination of the Contract. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 54. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror’s agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph – i. "Component" means an article, material, or supply incorporated directly into an end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 are on a list approved by another Governmental Agency. The Offeror shall submit documentation with their Offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate". 57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this contract, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent. 59. PREVAILING WAGE RATES: The contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on-site compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing with issuance of Form W -2's to common law employees. Respondent is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this Section. 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 64. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Respondent continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Respondent shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. Should a conflict arise between any of the contract documents, it shall be resolved with the following order of precedence (if applicable). In any event, the final negotiated contract shall take precedence over any and all contract documents to the extent of such conflict. 1. Final negotiated contract 2. RFP/Bid documents 3. City’s standard terms and conditions 4. Purchase order DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 5. Supplier terms and conditions DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 Exhibit D Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish an original notarized Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm 2. Register utilizing the tutorial provided by the State 3. Print a copy of the completed Form 1295 4. Enter the Certificate Number on page 2 of this contract. 5. Sign and notarize the Form 1295 6. Email the notarized form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 RFP 5847 DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 EXHIBIT E 5847  SUPPLY OF WATER AND SEWER INVENTORY STOCK Product Proposal Pricing: Item  No. COD Whse  Stock Number Estimated  Annual  Quantity UoM Description Brand(s) and/or Part #  Currently Use Proposed  Brand/Part # Proposed  Brand/Pa rt # Std.  Package  Quantity Unit Price* Unit prices are to  reflect the UNIT OF  MEASURE as listed  in column D,  regardless of  Total SECTION B:Unit Price Extended price ESTIMATED DELIVERY AFTER RECEIPT OF  ORDER (WORK DAYS) 71 67043250 50 EA COUPLING, BRASS, 3/4" FIP‐FIP MERIT EA 5.75$                       287.50$                          14‐21 DAYS 72 67043260 25 EA COUPLING, BRASS, 1" FIP‐FIP MERIT EA 9.75$                       243.75$                          14‐21 DAYS 73 67037280 15 EA COUPLING, BRASS, 1 1/2" FIP‐FIP MERIT EA 21.00$                    315.00$                          14‐21 DAYS 74 67037300 50 EA COUPLING, BRASS, 2" FIP‐FIP MERIT EA 34.75$                    1,737.50$                      14‐21 DAYS 75 67043120 5 EA COUPLING, BRASS COMPRESSION  STRAIGHT, 3/4"X5"BRASS 14‐21 DAYS 76 67043200 5 EA COUPLING, BRASS COMPRESSION  STRAIGHT, 2"X5"JONES S# C15‐201 14‐21 DAYS 77 89045020 90 EA COUPLING, METER 2 BOLT 1 1/2"  STRAIGHT, FL X FL ROCKWELL #926‐190‐000 S‐B EA 23.19$                     2,087.43$                      14‐21 DAYS 78 89045040 110 EA COUPLING, METER 2 BOLT 2" STRAIGHT,   FL X FL ROCKWELL 926‐250‐000/ SB  926‐2 S‐B EA 28.12$                     3,092.67$                      14‐21 DAYS 79 89045000 120 EA COUPLING, METER EXPANSION 3/4"FORD #EC‐23 3/4" STANDARD FORD EA 14.01$                    1,681.26$                      14‐21 DAYS 80 89045110 55 EA COUPLING, STRAIGHT METER, BRASS,  3/4" x 2.5" MIP FORD #C38‐2325 OR JONES#J‐ 130 BRASS ONLY FORD C382325NL FORD EA 6.66$                        366.28$                          14‐21 DAYS 81 89045115 60 EA COUPLING, STRAIGHT METER, BRASS,  3/4" x 3" MIP FORD #C38‐23‐3 STYLE A (HEX) BRASS ONLY FORD C38233NL FORD EA 8.06$                        483.77$                          14‐21 DAYS 82 89045120 675 EA COUPLING, STRAIGHT METER, BRASS,  3/4" x 8.5" MIP JONES#J‐130,  MCDONALD#4124‐076 BRASS ONLY FORD C382385NL FORD EA 17.13$                     11,563.35$                    14‐21 DAYS 83 89045140 100 EA COUPLING, STRAIGHT METER, BRASS, 1"  x 2.5" MIP JONES #J‐130 / MUELLER  H70890 BRASS ONLY FORD  C38442625NL FORD EA 11.65$                     1,165.45$                      14‐21 DAYS 84 89045150 20 EA COUPLING, STRAIGHT METER, BRASS, 1"  x 3" MIP ITEM# C38‐44‐3.5 BRASS ONLY FORD C384435NL FORD EA 13.50$                     269.95$                          14‐21 DAYS 85 89045160 50 EA COUPLING, STRAIGHT METER, BRASS, 1"  x 8.5" MIP JONES J#130 / MUELLER BRASS ONLY FORD C384485NL FORD EA 23.18$                     1,159.16$                      14‐21 DAYS 86 67037100 100 EA COUPLING, WATER 3/4" MIP‐PJ MUELLER P15428 / FC8433 JONES #J2605(50) (LOCK NUT  W/SETSCREW ONLY) FORD C8433NL FORD EA 10.24$                     1,024.08$                      14‐21 DAYS 87 67037320 180 EA COUPLING, WATER 1" MIP‐PJ FORD# FC8444 (LOCK NUT  W/SETSCREW ONLY) FORD C8444NL FORD EA 12.14$                     2,184.50$                      14‐21 DAYS 88 67037330 25 EA COUPLING, WATER 1 1/2" MIP‐PJ JONES J‐2605/FRD 84‐ 66/MUELLER (LOCK NUT  W/SETSCREW ONLY) FORD C8466NL FORD EA 33.24$                     830.89$                          14‐21 DAYS 89 67037340 150 EA COUPLING, WATER 2" MIP‐PJ JONES#J2605 (5)/FORD C84‐77  (LOCK NUT W/SETSCREW ONLY) FORD C8477NL FORD EA 48.43$                     7,264.40$                      14‐21 DAYS 90 67037020 40 EA COUPLING, WATER 3/4" PJ‐PJ JONES#J2609/  FC4433/MUELLER (LOCK NUT  W/SETSCREW ONLY) FORD C4433NL FORD EA 12.47$                     498.85$                          14‐21 DAYS 91 67037050 50 EA COUPLING, WATER 1" PJ‐PJ W/LOCKNUT‐J2609(25)/C44‐44  (LOCK NUT W/SETSCREW ONLY) FORD C4444NL FORD EA 14.27$                     713.61$                          14‐21 DAYS 92 67037060 40 EA COUPLING, WATER 1 1/2" PJ‐PJ FORD# FC44‐66 (LOCK NUT  W/SETSCREW ONLY) FORD C4466NL FORD EA 47.76$                     1,910.37$                      14‐21 DAYS 93 67037350 25 EA COUPLING, WATER 2" PJ‐PJ J2609(100)/C44‐77 (LOCK NUT  W/SETSCREW ONLY) FORD C4477NL FORD EA 64.47$                     1,611.78$                      14‐21 DAYS 94 67037460 20 EA ELBOW, 45O BRASS 2" FIP‐FIP HUGHES# 21B45 MERIT EA 46.50$                     930.00$                          14‐21 DAYS 95 67037400 35 EA ELBOW, 90O BRASS 3/4" FIP‐FIP MERIT EA 6.50$                        227.50$                          14‐21 DAYS 96 67037410 50 EA ELBOW, 90O BRASS 1" FIP‐FIP MERIT EA 10.50$                     525.00$                          14‐21 DAYS 97 67037420 15 EA ELBOW, 90O BRASS 1.5"  FIP‐FIP MERIT EA 21.00$                     315.00$                          14‐21 DAYS 98 67037450 55 EA ELBOW, 90O BRASS 2" FIP‐FIP MERIT EA 34.00$                     1,870.00$                      14‐21 DAYS 99 67037610 40 EA NIPPLE, BRASS, 3/4" CLOSE (ALL  THREADED)3/4 XCL STD BRASS NIPPLE MERIT EA 1.50$                        60.00$                            14‐21 DAYS 100 67037620 40 EA NIPPLE, BRASS, 1" CLOSE (ALL  THREADED)ITEM# 3010NCL MERIT EA 2.25$                        90.00$                            14‐21 DAYS 101 67037740 40 EA NIPPLE, BRASS, 2" CLOSE (ALL  THREADED)MERIT EA 6.50$                        260.00$                          14‐21 DAYS 102 67037660 25 EA NIPPLE, BRASS, 3/4" X 2" LONG MERIT EA 2.00$                       50.00$                            14‐21 DAYS 103 67037670 20 EA NIPPLE, BRASS, 3/4" X 4" LONG MERIT EA 3.50$                       70.00$                            14‐21 DAYS 104 67037680 16 EA NIPPLE, BRASS, 3/4" X 6" LONG MERIT EA 5.00$                       80.00$                            14‐21 DAYS 105 67037690 30 EA NIPPLE, BRASS, 1" X 2" LONG ITEM# 3010N020 MERIT EA 3.00$                       90.00$                            14‐21 DAYS 106 67037700 40 EA NIPPLE, BRASS, 1" X 4" LONG MERIT EA 5.00$                       200.00$                          14‐21 DAYS 107 67037780 35 EA NIPPLE, BRASS, 1"X 6" LONG MERIT EA 7.00$                       245.00$                          14‐21 DAYS 108 67037720 15 EA NIPPLE, BRASS, 1.5" X 2" LONG MERIT EA 4.50$                       67.50$                            14‐21 DAYS 109 67037730 20 EA NIPPLE, BRASS, 1.5" X 4" LONG ITEM# 40148 MERIT EA 8.00$                       160.00$                          14‐21 DAYS 110 67037775 30 EA NIPPLE, BRASS, 1.5" X 6" LONG ITEM# 3010N060 MERIT EA 12.00$                    360.00$                          14‐21 DAYS 111 67037750 40 EA NIPPLE, BRASS, 2" X 4" LONG ITEM# 40158 MERIT EA 10.50$                    420.00$                          14‐21 DAYS 112 67037760 100 EA NIPPLE, BRASS, 2" X 6" LONG STD. 2X6 NIPPLE MERIT EA 15.50$                    1,550.00$                      14‐21 DAYS 113 67037802 17 EA PLUG, BRASS 3/4" TH MERIT EA 4.25$                       72.25$                            14‐21 DAYS 114 67037804 30 EA PLUG, BRASS 1" TH MERIT EA 6.50$                       195.00$                          14‐21 DAYS 115 67037805 7 EA PLUG, BRASS 1 1/2" TH MERIT EA 11.50$                    80.50$                            14‐21 DAYS 116 67037810 10 EA PLUG, BRASS 2" TH MERIT EA 18.75$                    187.50$                          14‐21 DAYS 117 67037812 5 EA PLUG, BRASS 3 SJ55711 MERIT EA 50.00$                    250.00$                          14‐21 DAYS 118 67037814 2 EA PLUG, BRASS 4 SJ55737 MERIT EA 93.75$                    187.50$                          14‐21 DAYS 119 67037870 5 EA REDUCER BUSHING, HEX,BRASS 3/4" X  1/2"MERIT EA 5.00$                        25.00$                            14‐21 DAYS 120 67037880 30 EA REDUCER BUSHING, HEX, BRASS, 1" X  3/4"FEMALE TO MALE MERIT EA 6.00$                        180.00$                          14‐21 DAYS 121 67037900 10 EA REDUCER BUSHING, HEX, BRASS, 1.5" X  3/4"MERIT EA 14.50$                     145.00$                          14‐21 DAYS 122 67037910 10 EA REDUCER BUSHING,HEX,BRASS, 1.5"X1" MERIT EA 14.50$                     145.00$                          14‐21 DAYS 123 67037920 50 EA REDUCER BUSHING,HEX,BRASS, 2"X1"HUGHES# 2X11BB MERIT EA 17.75$                    887.50$                          14‐21 DAYS MORRISON SUPPLY COMPANY ‐ BR028 SHERMAN, TX  MORRISON SUPPLY COMPANY ‐ BR028 DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 EXHIBIT E 124 67037960 25 EA REDUCER BUSHING,HEX,BRASS, 2"X1.5" ITEM# 3020B15 MERIT EA 17.75$                     443.75$                          14‐21 DAYS 125 67037940 15 EA REDUCER BUSHING,HEX,BRASS, 2"X3/4" 2X34IBB MERIT EA 17.75$                     266.25$                          14‐21 DAYS 126 67052800 2 EA SADDLE TAP,BRASS,4"X1"  DUAL STRAP  ONLY FORD # 202B‐540‐CC4 FORD  202B540CC4 FORD EA 60.75$                     121.51$                          14‐21 DAYS 127 67052820 3 EA SADDLE TAP,BRASS,4"X2"   DUAL STRAP  ONLY FRD 202B‐540‐CC7/McD4148‐ 004 FORD 202B 540  CC7 FORD EA 77.25$                     231.75$                          14‐21 DAYS 128 67052840 2 EA SADDLE TAP,BRASS,6"X3/4"  DUAL  STRAP ONLY FORD # 202B‐750‐CC3 FORD # 202B‐750‐ CC3 FORD EA 72.75$                     145.50$                          14‐21 DAYS 129 67052860 15 EA SADDLE TAP,BRASS,6"X1"     DUAL STRAP  ONLY FORD # 202B‐750‐CC4 FORD # 202B‐750‐ CC4 FORD EA 71.75$                     1,076.25$                      14‐21 DAYS 130 67052880 10 EA SADDLE TAP,BRASS,6"X2"   DUAL STRAP  ONLY FORD # 202B‐750‐CC7 FORD # 202B‐750‐ CC7 FORD EA 90.00$                     900.00$                          14‐21 DAYS 131 67052920 30 EA SADDLE TAP,BRASS,8"X1"  DUAL STRAP  ONLY FORD # 202B‐962‐CC4 FORD # 202B‐962‐ CC4 FORD EA 88.75$                     2,662.50$                      14‐21 DAYS 132 67052950 15 EA SADDLE,TAP, BRASS, 8"X2" DUAL STRAP  ONLY FORD # 202B‐962‐CC7 FORD # 202B‐962‐ CC7 FORD EA 101.50$                   1,522.46$                      14‐21 DAYS 133 67052970 2 EA SADDLE,TAP, BRASS 10"X1" DUAL STRAP  ONLY FORD # 202B‐1212‐CC4 FORD # 202B‐ 1212‐CC4 FORD EA 109.75$                   219.50$                          14‐21 DAYS 134 67052999 40 EA SADDLE,TAP, BRASS 12"X1" DUAL STRAP  ONLY FORD # 202B‐1438‐CC4 FORD # 202B‐ 1438‐CC4 FORD EA 128.50$                   5,140.00$                      14‐21 DAYS 135 67052995 25 EA SADDLE,TAP, BRASS 12"X2" DUAL STRAP  ONLY FORD# 202B‐1438‐CC7 FORD# 202B‐1438‐ CC7 FORD EA 147.50$                   3,687.50$                      14‐21 DAYS 136 67052991 2 EA SADDLE,TAP, BRASS 16"X1" DUAL STRAP  ONLY FORD # 202B‐1840‐CC4 MUELLER #MBR2B1732CCG FORD # 202B‐ 1840‐CC4 FORD EA 314.50$                   629.00$                          14‐21 DAYS 137 67052992 2 EA SADDLE,TAP, BRASS 16"X2" DUAL STRAP  ONLY FORD # 202B‐1840‐CC7 FORD # 202B‐ 1840‐CC7 FORD EA 368.50$                   737.00$                          14‐21 DAYS 138 5 EA SADDLE,TAP, BRASS 18"X1"DUAL STRAP  ONLY FORD 202B 2050  CC4 FORD EA 437.50$                   2,187.50$                      14‐21 DAYS 139 5 EA SADDLE,TAP, BRASS 18"X2" DUAL STRAP  ONLY FORD 202B2050  CC7 FORD EA 437.50$                   2,187.50$                      14‐21 DAYS 140 67052993 2 EA SADDLE,TAP, BRASS 20"X1" DUAL STRAP  ONLY FORD # 202B‐2220‐CC4 FORD # 202B‐ 2220‐CC4 FORD EA 450.00$                   900.00$                          14‐21 DAYS 141 67052994 2 EA SADDLE,TAP, BRASS 20"X2"DUAL STRAP  ONLY FORD # 202B‐2220‐CC7 FORD # 202B‐ 2220‐CC7 FORD EA 450.00$                   900.00$                          14‐21 DAYS 142 67038020 10 EA TEE, BRASS, 3/4" X 3/4" TH US FILTER# 3007T07 MERIT EA 8.25$                       82.50$                            14‐21 DAYS 143 67038040 15 EA TEE, BRASS, 1" X 1" TH MERIT EA 28.25$                    423.75$                          14‐21 DAYS 144 67038080 7 EA TEE, BRASS, 1 1/2" X 1 1/2" TH MERIT EA 28.25$                    197.75$                          14‐21 DAYS 145 67038100 15 EA TEE, BRASS, 2" X 2" TH 2IBT MERIT EA 47.00$                    705.00$                          14‐21 DAYS 146 67038280 3 EA UNION, BRASS, 2" TH HUGHES# 21BU MERIT EA 69.00$                    207.00$                          14‐21 DAYS 147 89045010 2000 PR ADAPTER BUSHING, METER 3/4" X 1"  Mueller    H‐10889 /  MCDONALD#10J34 / FORD A34 FORD A34NL FORD PR 13.25$                     26,500.00$                    14‐21 DAYS 148 89045500 30 EA FLANGE ADAPTER METER 1.5" BRAS FORD CF31‐66, MIDLAND 1911,  MUELLER MH10129HJ FORD CF3166NL FORD EA 30.50$                     915.00$                          14‐21 DAYS 149 89045550 100 EA FLANGE ADAPTER, METER 2" BRASS FORD CF31‐66, MIDLAND 1911,  MUELLER MH10129HK FORD CF3177NL FORD EA 39.75$                     3,975.00$                      14‐21 DAYS 150 89046000 100 EA KEY, WATER METER BOX , BRASS BASS & HAYS BKEY52 ONLY BASS AND HAYS  KEY52 BASS & HA EA 10.50$                     1,050.00$                      14‐21 DAYS 151 67069010 5 EA ANGLE BALL VALVE 2", FLNG‐IP FORD BFA13‐777W (NL) FORD BFA13‐ 777W (NL)FORD EA 182.25$                   911.25$                          14‐21 DAYS 152 67037820 35 EA BELL REDUCER, BRASS 1" X 3/4" FIP‐FIP MERIT EA 11.00$                    385.00$                          14‐21 DAYS 153 89040026 25 PR LOCK & SPRING, BRASS, METER BOX LID BASS & HAYS ONLY  (BPLUNGER#51/BSPRING#50) PACKAGED 100/BUNDLE BPLUNGER 12     SPRING 5 BASS & HA PKG 14.31$                      357.85$                          14‐21 DAYS 299 67082175 5 EA BOLT SET FOR 4" TAPPING VALVE HBS40G/150 4"X150# HEX  BOLTS star 4fk MM BOLT EA 5.40$                        27.02$                            14‐21 DAYS 300 67082177 5 EA BOLT SET FOR 8" TAPPING VALVE HBS080G/150 8"X150# HEX  BOLTS STAR 8FK MM BOLT EA 8.73$                        43.66$                            14‐21 DAYS 301 67082179 5 EA BOLT SET FOR 12" TAPPING VALVE HBS1012G/150 10‐12"X150#  HEX STAR 12FK MM BOLT EA 21.54$                     107.70$                          14‐21 DAYS 302 32020420 2 EA BOLT, T‐HEAD, NUT, 3/4" X 3 1/2" SST PART# 21AMB10735NS SIGMA EA 4.50$                       9.01$                              14‐21 DAYS 303 67044730 700 EA CLAMP, BANDING ST  51" LENGTH STANLEY ROBERTS #SC‐248 STANLEY  ROBERTS #SC‐248 STAN ROBE EA 3.24$                        2,264.92$                      14‐21 DAYS 304 67052020 5 EA CLAMP, LEAK 2" X 6" SST SMITHBLAIR#229‐00023807‐ 000 ford fsc‐238‐6 FORD EA 30.96$                     154.82$                          14‐21 DAYS 305 67037830 5 EA CLAMP, 6" BELL JOINT LEAK RANGE 6.90‐7.10 FORD FBC‐ 710 ONLY FORD FBC 710 FORD EA 60.85$                     304.24$                          14‐21 DAYS 306 67037835 5 EA CLAMP, 8" BELL JOINT LEAK FORD FBC‐930 ONLY FORD FBC‐930  ONLY FORD EA 81.46$                     407.28$                          14‐21 DAYS 307 67037840 5 EA CLAMP, 10" BELL JOINT LEAK FORD FBC‐1140 ONLY FORD FBC‐1140  ONLY FORD EA 102.13$                   510.63$                          14‐21 DAYS 308 67037845 5 EA CLAMP, 12" BELL JOINT LEAK FORD FBC‐1350 ONLY FORD FBC‐1350  ONLY FORD EA 110.77$                   553.87$                          14‐21 DAYS 309 67052050 20 EA CLAMP, FULL CIRCLE 2" X 7.5" SST SMITH BLAIR 226 / FORD F1 FORD F123875 FORD EA 32.40$                    647.96$                          14‐21 DAYS 310 67052180 10 EA CLAMP, FULL CIRCLE 2" X 15" SST S.B.#226‐00023815‐000 FORD F123815 FORD EA 57.80$                    578.01$                          14‐21 DAYS 311 67052080 7 EA CLAMP, FULL CIRCLE 4" X 7.5" SST SB#2260004800700/F1‐ 514X7.5 FORD F151475 FORD EA 39.03$                     273.18$                          14‐21 DAYS 312 67052200 7 EA CLAMP, FULL CIRCLE 4" X 15" SST F1‐514‐15 FORD F151415 FORD EA 71.33$                    499.31$                          14‐21 DAYS 313 67052100 60 EA CLAMP, FULL CIRCLE 6" X 7.5" SST SB#22600069007000/F1‐ 724X7.5 FORD F172475 FORD EA 42.27$                     2,536.34$                      14‐21 DAYS 314 67052220 80 EA CLAMP, FULL CIRCLE 6" X 15" SST S.B.#226‐00069015‐000 FORD F172415 FORD EA 76.84$                    6,147.02$                      14‐21 DAYS 315 67052120 30 EA CLAMP, FULL CIRCLE 8" X 7.5" SST FORD#F1‐939‐7.5 FPRD F193975 FORD EA 50.96$                    1,528.90$                      14‐21 DAYS 316 67052240 70 EA CLAMP, FULL CIRCLE 8"x15" SST SB#22600090515000/FORD  ONLY FORD F193915 FORD EA 95.86$                     6,710.47$                      14‐21 DAYS 317 67052250 10 EA CLAMP FULL CIRCLE 8.5‐15 SB# 226‐00086315‐000 HDPE  PIPE FORD F1101015 FORD EA 116.45$                   1,164.50$                      14‐21 DAYS 318 67052255 5 EA CLAMP FULL CIRCLE 10x15" ^SB 226‐10107515‐000 HDPE  PIPE FORD F1114415 FORD EA 143.37$                   716.86$                          14‐21 DAYS 319 67052260 5 EA CLAMP FULL CIRCLE 10" X 16 WITH ALLOY BOLTS FORD EA 113.97$                  569.84$                          14‐21 DAYS 320 67052160 5 EA CLAMP, FULL CIRCLE 12" X 7.5" SST SB#22600132007000/F1‐ 1350X7.5 FORD F1 1350 75 FORD EA 75.79$                     378.95$                          14‐21 DAYS 321 67052280 5 EA CLAMP, FULL CIRCLE RPR ,12"X15 ROMAX OD 14.00‐14.40, FOR  TRANSITE PIPE FORD F1 1440 15 FORD EA 140.73$                   703.66$                          14‐21 DAYS 322 67052290 15 EA CLAMP, FULL CIRCLE 12"X20" SST SMITH BLAIR# 22600132020000 POWER SEAL P3121AS12C20 FORD F1 1350 20 FORD EA 191.06$                   2,865.86$                      14‐21 DAYS 323 67052295 5 EA CLAMP, FULL CIRCLE 16"X12 POWERSEAL 312216C120AA‐ SB, RANGE 17.15‐17.90 FORD F2 1790 15 FORD EA 196.07$                   980.37$                          14‐21 DAYS 324 67052298 5 EA CLAMP, FULL CIRCLE 16"X20 POWERSEAL 312216C200AA‐LB FORD F2179020 FORD EA 313.33$                   1,566.65$                      14‐21 DAYS 325 67052360 5 EA CLAMP, REPAIR 1/2" SST SMITH‐BLAIR#245‐0008406‐000 FORD FSC0843 FORD EA 8.73$                        43.66$                            14‐21 DAYS DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 EXHIBIT E 326 67052400 7 EA CLAMP, REPAIR 1" SST SMITH‐BLAIR#245‐00013203‐ 000 POWERSEAL #3151W FORD FSC1323 FORD EA 4.69$                        32.84$                            14‐21 DAYS 327 67052440 5 EA CLAMP, REPAIR 1 1/2" SST SMITH BLAIR #245‐000‐19003‐ 000 FORD FSC1903 FORD EA 5.20$                        26.02$                            14‐21 DAYS 328 67052380 5 EA CLAMP, REPAIR 3/4" SST SMITH‐BLAIR#245‐00010503‐ 000 POWERSEAL 3151W FORD FSC1053 FORD EA 4.43$                        22.15$                            14‐21 DAYS 329 67052460 5 EA CLAMP, REPAIR 2" SST SB#245‐000‐23806‐ 000/FFSC238X6 POWERSEAL #3151W FORD FSC2386 FORD EA 12.02$                     60.10$                            14‐21 DAYS 330 67052580 5 EA CLAMP, TAP 6"X1" SST SMITH‐BLAIR#239‐00069007‐ 009 FORD F2 742 75  CC4 FORD EA 95.82$                     479.11$                          14‐21 DAYS 331 67052620 5 EA CLAMP, TAP 8"X1" SST SMITH‐BLAIR#239‐0009050709 FORD F2 942 75  CC4 FORD EA 105.98$                   529.90$                          14‐21 DAYS 332 67082185 30 EA GASKET, FIELD LOCK 16"    ^ TJ FIELD LOCK 350 GASKET SBR US PIPE EA 301.57$                   9,047.12$                      14‐21 DAYS 333 67082730 15 EA SPACER, CASING SS 16" ^CCI CSS8‐CR 17.40"x29.25 CCI PIPELIN EA 105.76$                  1,586.39$                      14‐21 DAYS 334 67082167 5 EA BOLT/GASKET SET‐3" FLANGE PK ^ITEM# CBNG‐03 STAR 3FK EGW EA 6.34$                       31.68$                            14‐21 DAYS 335 67082170 10 EA BOLT/GASKET SET‐4" FLANGE PACK ITEM# CBNG‐04 STAR 4FK EGW EA 10.47$                    104.71$                          14‐21 DAYS 336 67082171 50 EA BOLT/GASKET SET‐6" FLANGE PACK ITEM# CBNG‐06 STAR 6FK EGW EA 12.57$                    628.27$                          14‐21 DAYS 337 67082172 5 EA BOLT/GASKET SET‐8" FLANGE PACK ITEM# CBNG‐08 STAR 8FK EGW EA 13.82$                    69.11$                            14‐21 DAYS 338 67082169 5 EA BOLT/GASKET SET‐8"X1/8"‐FL ^ACC,RR,FF,304 B&N STAR 8FKSS EGW EA 25.65$                    128.27$                          14‐21 DAYS 339 67082173 5 EA BOLT/GASKET SET‐10" FLANGK^ITEM# CBNG‐10 STAR 10FK EGW EA 15.27$                    76.34$                            14‐21 DAYS 340 67082174 8 EA BOLT/GASKET SET‐12" FLANGE PACK ITEM# CBNG‐12 STAR  12FK EGW EA 18.43$                    147.43$                          14‐21 DAYS 341 67082168 5 EA BOLT/GASKET SET‐16" FLANGE PACK STAR 16FK EGW EA 28.65$                    143.25$                          14‐21 DAYS 342 5 EA BOLT/GASKET SET‐18" FLANGE PACK STAR 18FK EGW EA 39.27$                    196.34$                          14‐21 DAYS 343 5 EA BOLT/GASKET SET‐20" FLANGE PACK STAR 20FK EGW EA 42.88$                    214.40$                          14‐21 DAYS 344 10 EA GASKET, FULL FACE RED RUBBER 4" X  1/16" WHITE RHINO  4FG116 EGW EA 0.83$                        8.27$                              14‐21 DAYS 345 67058640 20 EA GASKET, FULL FACE RED RUBBER 4" X  1/8"WHITE RHINO 4FG EGW EA 1.63$                        32.67$                            14‐21 DAYS 346 67058660 8 EA GASKET, FULL FACE RED RUBBER 6" X  1/16" WHITE RHINO   6FG116 EGW EA 1.24$                        9.88$                              14‐21 DAYS 347 10 EA GASKET, FULL FACE RED RUBBER 6" X  1/8"WHITE RHINO 6FG EGW EA 2.43$                        24.29$                            14‐21 DAYS 348 10 EA GASKET, FULL FACE RED RUBBER 8" X  1/16" WHITE RHINO  8FG116 EGW EA 1.81$                        18.12$                            14‐21 DAYS 349 67058680 2 EA GASKET, FULL FACE RED RUBBER 8" X  1/8"WHITE RHINO 8FG EGW EA 3.62$                        7.25$                              14‐21 DAYS 350 67058740 2 EA GASKET, MJ 4" EPDM STAR 4RG EGW EA 3.66$                       7.33$                              14‐21 DAYS 351 89045750 20 EA GASKET, MAINCASE 3" TRU‐FLO ^# 44NE8341312 EGW EA 352 89045760 20 EA GASKET, METER KIT 4 T/F ^# 44NE9685002MG EGW EA 353 89050100 55 EA GASKET, METER 1.5" X 1/8" OVAL BLK RUBBER 2‐BOLT,  WESTERMANN # BMG02001.50  BRAND: WHITE RHINO white rhino  112omfg EGW EA 0.71$                         39.16$                             14‐21 DAYS 354 89050300 350 EA GASKET, METER 2" X 1/8" OVAL BLK RUBBER 2‐BOLT,  WESTERMANN # BMG02002.00  BRAND: WHITE RHINO white rhino  2omfg EGW EA 0.83$                         289.53$                           14‐21 DAYS 355 67058000 15 EA GLAND KIT MJ 4" MJ‐4 SIGMA DOMESTIC  4RAD STAR EA 17.21$                     258.22$                          14‐21 DAYS 356 67058010 95 EA GLAND KIT MJ 6" SIGMA MJ‐6 SIGMA DOMESTIC  6RAD STAR EA 20.81$                     1,976.60$                      14‐21 DAYS 357 67058020 40 EA GLAND KIT MJ 8" TYLER# MJ‐8 SIGMA DOMESTIC  8RAD STAR EA 24.39$                     975.50$                          14‐21 DAYS 358 67058030 5 EA GLAND KIT MJ 10" TYLER MJ‐IO SIGMA DOMESTIC  10RAD STAR EA 33.72$                     168.59$                           14‐21 DAYS 359 67058040 70 EA GLAND KIT MJ 12" SIGMA MJ‐12 SIGMA DOMESTIC  12RAD STAR EA 35.86$                     2,510.47$                       14‐21 DAYS 360 67040900 10 EA MEGA FLANGE, REST ADAPT 3 EBBA SERIES 2103 EBBA SERIES 2103 FORD EA 36.65$                     366.49$                          14‐21 DAYS 361 67040905 10 EA MEGA FLANGE, REST ADAPT 4 EBBA SERIES 2104 EBBA SERIES 2104 FORD EA 39.75$                     397.49$                          14‐21 DAYS 362 67040910 10 EA MEGA FLANGE, REST ADAPT 6 EBBA SERIES 2106 EBBA SERIES 2106 FORD EA 50.37$                     503.66$                          14‐21 DAYS 363 67040600 40 EA MEG‐A‐LUG GLAND KIT 4" C‐900 EBAA / STAR GRIP SIGMA DOMESTIC  SLCEP4 FORD EA 26.60$                     1,063.87$                       14‐21 DAYS 364 67040650 300 EA MEG‐A‐LUG GLAND KIT 6" C‐900 EBAA / STAR GRIP SIGMA DOMESTIC  SLCEP6 FORD EA 36.63$                     10,988.48$                     14‐21 DAYS 365 67040700 100 EA MEG‐A‐LUG GLAND KIT 8" C‐900 EBAA / STAR GRIP SIGMA DOMESTIC  SLCEP8 FORD EA 42.12$                     4,211.52$                       14‐21 DAYS 366 67040750 5 EA MEG‐A‐LUG GLAND KIT 10" ^ DOUBLE DUTY DI PIPE & C900 SIGMA DOMESTIC  SLCEP10 FORD EA 73.33$                     366.65$                           14‐21 DAYS 367 67040800 100 EA MEG‐A‐LUG GLAND KIT 12" C‐900 EBAA / STAR GRIP SIGMA DOMESTIC  SLCEP12 FORD EA 74.91$                     7,491.10$                       14‐21 DAYS 368 18 EA MEG‐A‐LUG GLAND KIT 4" CI/DI EBAA / STAR GRIP SIGMA DOMESTIC  SLDEP4 FORD EA 21.70$                     390.53$                           14‐21 DAYS 369 43 EA MEG‐A‐LUG GLAND KIT 6" CI/DI EBAA / STAR GRIP SIGMA DOMESTIC  SLDEP6 FORD EA 26.80$                     1,152.22$                       14‐21 DAYS 370 20 EA MEG‐A‐LUG GLAND KIT 8" CI/DI EBAA / STAR GRIP SIGMA DOMESTIC  SLDEP8 FORD EA 36.52$                     730.47$                           14‐21 DAYS 371 67040800 100 EA MEG‐A‐LUG GLAND KIT 12" CI/DI EBAA / STAR GRIP SIGMA DOMESTIC  SLDEP12 FORD EA 67.94$                     6,793.72$                       14‐21 DAYS 372 67040815 10 EA MEG‐A‐LUG GLAND KIT 16" DI CL52 EBAA / STAR GRIP SIGMA DOMESTIC  SLDEP16 FORD EA 119.04$                   1,190.37$                       14‐21 DAYS 373 5 EA MEG‐A‐LUG GLAND KIT 18" DI CL52 EBAA / STAR GRIP SIGMA DOMESTIC  SLDEP18 FORD EA 158.81$                   794.03$                           14‐21 DAYS 374 5 EA MEG‐A‐LUG GLAND KIT 20" DI CL52 EBAA / STAR GRIP SIGMA DOMESTIC  SLDEP20 FORD EA 193.78$                   968.90$                           14‐21 DAYS 375 49500080 5 EA O‐RING, VITON 1/2 SPEARS V‐115 SPEARS EA 0.17$                       0.84$                              14‐21 DAYS 376 49500085 5 EA O‐RING, VITON 1 SPEARS V‐215 SPEARS EA 0.36$                       1.78$                              14‐21 DAYS DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 EXHIBIT E 377 49500090 5 EA O‐RING, VITON 2 SPEARS V‐330 SPEARS EA 1.36$                       6.81$                              14‐21 DAYS 378 67037815 30 EA PLUG, GRIPPER MECH 3 CHERNE CH 4100 CHERNE CH 4100 CHERNE EA 3.90$                       117.02$                          14‐21 DAYS 379 67037816 50 EA PLUG, GRIPPER MECH 4 CHERNE CH4110 CHERNE  270296 CHERNE EA 4.77$                       238.48$                          14‐21 DAYS 380 67037818 50 EA PLUG, GRIPPER MECH 6 CHERNE CH 4130 CHERNE 6"    270253 CHERNE EA 12.93$                     646.60$                          14‐21 DAYS SECTION H:Unit Price Extended price ESTIMATED DELIVERY AFTER RECEIPT OF  ORDER (WORK DAYS) 381 67044720 300 EA SADDLE, TAP WYE, FLEXIBLE 4" (SEWER)FERNCO TSW‐4 /  DFW#2804W04SF / DFW‐4Y/C FERNCO TSW‐4  STAN ROBE EA 28.41$                     8,522.51$                      14‐21 DAYS 382 67044725 25 EA SADDLE, TAP WYE, FLEXIBLE 6" (SEWER) FERNCO TSW‐6 / NDS # DFW ‐ 6Y/C, DFW#2812W06SFDFS4‐ 12X6 FERNCO TSW‐6 STAN ROBE EA 37.02$                      925.39$                          14‐21 DAYS 383 67052997 2 EA SADDLE, TAP 16"X1" CSC, DIAPER (16" X  24")  DUAL STRAP ONLY SMITH  BLAIR#36200198809000, WITH  16"X 24" DIAPER S‐B EA 176.86$                   353.72$                          14‐21 DAYS 384 67052998 2 EA SADDLE, TAP 16"X2" CSC, DIAPER (16" X  24") DUAL STRAP ONLY SB#362001198815000, WITH  16"X 24" DIAPER S‐B EA 176.86$                   353.72$                          14‐21 DAYS 385 67052888 2 EA SADDLE, TAP 20"X1" CSC, DIAPER (16" X  24") DUAL STRAP ONLY SMITH BLAIR 362‐24309‐000,  WITH 16"X 24" DIAPER S‐B EA 201.87$                   403.75$                          14‐21 DAYS 386 67052889 2 EA SADDLE, TAP 20"X2" CSC, DIAPER (16" X  24")DUAL STRAP ONLY SMITH BLAIR 362‐243815‐000,  WITH 16"X 24" DIAPER S‐B EA 201.87$                   403.75$                          14‐21 DAYS 387 67039450 5 EA SLEEVE, TAPPING 6" X 4" SST MJ FORD#FTSS‐730‐4/POWERSEAL FORD FTSS 730 4  MJ FORD EA 395.35$                   1,976.75$                      14‐21 DAYS 388 67039660 10 EA SLEEVE, TAPPING 6" X  6" SST MJ POWERSEAL# 3490 MJ SS   6GX6, FORD #FTSS 730‐6‐MJ FORD FTSS 730 6  MJ FORD EA 439.09$                   4,390.89$                      14‐21 DAYS 389 67039550 5 EA SLEEVE, TAPPING 8" X 4" SST MJ FOR#FTSS‐930‐4/POWESEAL FORD FTSS 9304  MJ FORD EA 404.87$                   2,024.35$                      14‐21 DAYS 390 67039600 10 EA SLEEVE, TAPPING 8" X 6 " SST MJ PS 349008CO6O/FTSS‐9056‐MJ FORD  FTSS9056MJ FORD EA 449.51$                   4,495.08$                      14‐21 DAYS 391 67039650 10 EA SLEEVE, TAPPING 8" X 8" SST MJ POWER SEAL # 3490 8F OD905‐ 945, FORD #FTSS ‐ 930 X8‐MJ FORD  FTSS9308MJ FORD EA 579.62$                   5,796.23$                      14‐21 DAYS 392 67039750 5 EA SLEEVE, TAPPING 10" X 6" SST MJ PS3490MJ11.10‐ 11.50/FTSS1140X6 FORD  FTSS11406MJ FORD EA 458.67$                   2,293.35$                      14‐21 DAYS 393 67039800 5 EA SLEEVE, TAPPING 10" X 8" SST MJ POWERSEAL 3490 FORD  FTSS11408MJ FORD EA 663.68$                   3,318.38$                      14‐21 DAYS 394 67039980 5 EA SLEEVE, TAPPING 12" X 12" SST MJ POWER SEAL#12 300 (1320‐ 1360) FORD  FTSS135012MJ FORD EA 1,138.07$                5,690.37$                      14‐21 DAYS 395 67039850 5 EA SLEEVE, TAPPING 12" X 4" SST MJ FORD FTSS‐1350‐4/POWERSEAL FORD  FTSS13504MJ FORD EA 472.02$                   2,360.10$                      14‐21 DAYS 396 67039900 5 EA SLEEVE, TAPPING 12" X 6" SST MJ PS3490MJ1320‐1360/FTSS‐ 1350‐6 ONLY FORD  FTSS13506MJ FORD EA 495.43$                   2,477.17$                      14‐21 DAYS 397 67039950 5 EA SLEEVE, TAPPING 12" X 8" SST MJ PS#3490MJ/SB#665.132008MJ. 000, 1320 TO 13.50 OD FORD  FTSS13508MJ FORD EA 662.75$                   3,313.77$                      14‐21 DAYS SECTION N:Unit Price Extended price ESTIMATED DELIVERY AFTER RECEIPT OF  ORDER (WORK DAYS) 502 67037850 5 EA PUMP, SUMP & EFFLUENT 1 HP ZOELLER 140‐0002 N140 ZOELLER EA 365.00$                  1,825.00$                      14‐21 DAYS 514 67006000 150 GA LUBE, PIPE "EASE‐ON"   EASE ON 8 LB BK ONLY SIGMA GAL 9.50$                       1,425.00$                      14‐21 DAYS 516 67006010 15 QT PIPE COMPOUND SEALANT RECTORSEAL#5  SLOWDRY,SOFTSET RECTORSEAL #5/ RECTORSEAL‐ 23391 ONLY RECTOSEAL#5 RECTORSEA EA 20.50$                     307.50$                          14‐21 DAYS 521 5 RL POLY TAPE 2" X 100' 10 MIL ACCUCAST EGW RL 4.00$                       20.00$                            14‐21 DAYS 523 67025400 15 RL ENCASEMENT, LDPE 29" X 200' ROLL 29DW1WP / D29200PWF812 EGW EA 64.12$                    961.73$                          14‐21 DAYS 524 67025480 5 RL ENCASEMENT, LDPE 52" X 200' ROLL 8 MIL, LDPE EGW EA 102.46$                  512.30$                          14‐21 DAYS 530 35060180 80 EA MARKER UTILITY (SEWER MANHOLE)CARSONITE 6884‐CSM EGW EA 19.25$                    1,540.00$                      14‐21 DAYS 531 35060170 40 EA MARKER UTILITY (WATER VALVE)ITEM#CTFM062008‐CWV116 EGW EA 19.25$                    770.00$                          14‐21 DAYS 532 35060160 30 EA MARKER WATER PIPELINE ITEM#CTFM062008‐CW112 EGW EA 19.25$                    577.50$                          14‐21 DAYS 541 72006000 40 EA PUMP, UTILITY HAND OPERATED 6' HOSE BECKSON MODEL #136PF6 BECKSON  HANDPUMP BECKSON EA 25.71$                     1,028.27$                      14‐21 DAYS *Prices shall be inclusive of delivery/freight costs ‐  F.O.B. Denton **Prices will be evaluated based on Domestic C110 unit prices.  In case of calculation error, unit pricing shall prevail. MORRISON SUPPLY COMPANY ‐ BR028 MORRISON SUPPLY COMPANY ‐ BR028 DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 Exhibit CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relat ionship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Sec tion 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this s ection is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local gov ernment officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date DocuSign Envelope ID: 51EFDA27-3B67-429A-903A-6E286E616038 F X NA 2/24/2016 X na X na X Certificate Of Completion Envelope Id: 51EFDA273B67429A903A6E286E616038 Status: Completed Subject: Please DocuSign 5847: Morrison Contract Documents for Water/Sewer Inventory Source Envelope: Document Pages: 32 Signatures: 5 Envelope Originator: Certificate Pages: 6 Initials: 0 Rebecca Hunter AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) rebecca.hunter@cityofdenton.com IP Address: 129.120.6.150 Record Tracking Status: Original 2/22/2016 9:49:54 AM Holder: Rebecca Hunter rebecca.hunter@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Rebecca Hunter rebecca.hunter@cityofdenton.com Senior Buyer City of Denton Security Level: Email, Account Authentication (Optional) Completed Using IP Address: 129.120.6.150 Sent: 2/23/2016 1:28:15 PM Viewed: 2/23/2016 1:28:26 PM Signed: 2/23/2016 1:29:31 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Derek Hicks dhicks@morsco.com Branch Manager Security Level: Email, Account Authentication (Optional)Using IP Address: 173.224.157.41 Sent: 2/23/2016 1:29:33 PM Resent: 2/24/2016 7:36:15 AM Viewed: 2/24/2016 7:43:30 AM Signed: 2/24/2016 7:54:51 AM Electronic Record and Signature Disclosure: Accepted: 2/24/2016 7:53:30 AM ID: 1415dd58-e287-40e3-b70a-a10071f6d220 John Knight john.knight@cityofdenton.com Deputy City Attorney City of Denton Security Level: Email, Account Authentication (Optional) Using IP Address: 129.120.6.150 Sent: 2/24/2016 7:54:57 AM Viewed: 2/24/2016 8:57:52 AM Signed: 2/24/2016 8:58:04 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Julia Winkley julia.winkley@cityofdenton.com Contracts Administration Supervisor City of Denton Security Level: Email, Account Authentication (Optional) Completed Using IP Address: 129.120.6.150 Sent: 2/24/2016 8:58:07 AM Viewed: 2/24/2016 9:29:09 AM Signed: 4/5/2016 2:36:55 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Signer Events Signature Timestamp George C. Campbell george.campbell@cityofdenton.com City Manager City of Denton Security Level: Email, Account Authentication (Optional) Using IP Address: 129.120.6.150 Sent: 4/5/2016 2:36:59 PM Viewed: 4/18/2016 8:59:26 AM Signed: 4/18/2016 9:14:58 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jennifer Walters jennifer.walters@cityofdenton.com City Secretary City of Denton Security Level: Email, Account Authentication (Optional) Using IP Address: 129.120.6.150 Sent: 4/18/2016 9:15:01 AM Viewed: 4/22/2016 12:07:57 PM Signed: 4/22/2016 12:09:42 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Julia Winkley julia.winkley@cityofdenton.com Contracts Administration Supervisor City of Denton Security Level: Email, Account Authentication (Optional) Sent: 2/24/2016 7:54:54 AM Viewed: 2/24/2016 8:01:17 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Sherri Thurman sherri.thurman@cityofdenton.com Security Level: Email, Account Authentication (Optional) Sent: 2/24/2016 7:54:54 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Robin Fox Robin.fox@cityofdenton.com Security Level: Email, Account Authentication (Optional) Sent: 4/5/2016 2:36:58 PM Electronic Record and Signature Disclosure: Accepted: 10/9/2015 11:39:51 AM ID: 04463961-03db-4c4d-9228-d660d6146ed6 Carbon Copy Events Status Timestamp Jennifer Bridges jennifer.bridges@cityofdenton.com Procurement Assistant City of Denton Security Level: Email, Account Authentication (Optional) Sent: 4/22/2016 12:09:45 PM Viewed: 4/27/2016 7:40:40 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Laura Hermosillo Laura.hermosillo@cityofdenton.com Security Level: Email, Account Authentication (Optional) Sent: 4/22/2016 12:09:47 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Jane Richardson jane.richardson@cityofdenton.com Security Level: Email, Account Authentication (Optional) Sent: 4/22/2016 12:09:49 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Christopher Cornett clcornett@morsco.com Security Level: Email, Account Authentication (Optional) Sent: 4/22/2016 12:09:51 PM Viewed: 4/22/2016 12:22:14 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign ID: Notary Events Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 4/22/2016 12:09:51 PM Certified Delivered Security Checked 4/22/2016 12:09:51 PM Signing Complete Security Checked 4/22/2016 12:09:51 PM Completed Security Checked 4/22/2016 12:09:51 PM Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 4/20/2015 2:25:38 PM Parties agreed to: Derek Hicks, Robin Fox How to contact City of Denton: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: kevin.gunn@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at kevin.gunn@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to kevin.gunn@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to kevin.gunn@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you.