Loading...
HomeMy WebLinkAboutR2025-035 20250310RESOLUTION NO. R2025-35 A Resolution of the City Council of the City of Pearland, Texas, awarding a supply and service contract for surge protection upgrades to eleven (11) Water Protection Facilities, to McCarthy Building Companies, in the estimated amount of $103,950.00, for Fiscal Year 2025. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. Pursuant to Section 252.022 (a) (7) of the Texas Local Government Code, the City may procure products that are available from only one source. Section 2. That the City Council hereby awards a supply contract to McCarthy Building Companies, in the unit price amounts reflected in Exhibit “A” attached hereto. Section 3. The City Manager or his designee is hereby authorized to execute a service and supply contract for surge protection upgrades. PASSED, APPROVED and ADOPTED this the 10th day of March, A.D., 2025. ________________________________ J.KEVIN COLE MAYOR ATTEST: ________________________________ FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY Docusign Envelope ID: 2DB60810-59E2-472C-A7D4-4C9CEE250292 Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 1 of 7 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. S1225-01 Water Production Facility Surge Protection Upgrades THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home-rule municipal corporation (“City”) and McCarthy Building Companies, Inc. (“Contractor"), and consisting of the following parts: I.Summary of Contract Terms II.Signatures III.Standard Contractual Provisions IV.Special Terms and Conditions V.Additional Contract Attachments I.Summary of Contract Terms. Contractor:McCarthy Building Companies, Inc 15415 Market Street Channelview, TX 77530 Description of Services: Contractor will provide Surge Protection Upgrades to serve critical electrical processes within 11 of the City’s Water Production Plants, per the specifications of Quote #70000.0036.00.00. Contract Amount: $103,950.00 Effective Date: March 11, 2025 End Date: March 10, 2026 Renewals: 0 Resolution No/Bid No: R2025-35 / Sole Source Quote #70000.0036.00.00 II.Signatures CITY OF PEARLAND CONTRACTOR Purchasing Officer Date Title: Date: *Signed by:Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority:Superintendent/Manager – up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + City Council Resolution over $50,000 4/14/2025 VP, Operations Jake Stones Digitally signed by Jake Stones DN: C=US, E=jstones@mccarthy.com, O=McCarthy Building Companies Inc., CN=Jake Stones Reason: I am approving this document Date: 2025.04.14 16:22:39-05'00' Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB 4/17/2025 | 8:33 AM CDT 4/16/2025 | 4:23 PM CDT Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 2 of 7 II.a. Signatures - Contract Clause Addendum State of Texas laws require that entities utilizing public funds incorporate the following contract clauses into all agreements involving the distribution of such funds. Please sign to acknowledge compliance with the conditions below. Name of Authorized Contractor Representative: _____________________________________ Signature: ______________________________________ Date: ________________ Required Contract Clauses A. Texas Government Code - Chapter 2271. Prohibition on Contracts with Companies that Boycott Israel. By signing this Agreement, the CONTRACTOR/CONSULTANT certifies that, if it is a company with at least 10 full-time employees and has a value of at least $100,000 that is paid wholly or partly from public funds, that it: a. does not boycott Israel; and b. will not boycott Israel during the term of the contract. B. Texas Government Code - Chapter 2274. Prohibition on Contracts with Companies that Discriminate Against Firearm and Ammunition Industries. By signing this Agreement, the CONTRACTOR/CONSULTANT certifies that, if it is a company with at least 10 full-time employees and has a value of at least $100,000 that is paid wholly or partly from public funds, that it: a. does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and b. will not discriminate during the term of the contract against a firearm entity or firearm trade association. C. Texas Government Code - Chapter 2276. Prohibition on Contracts with Companies Boycotting Certain Energy Companies. By signing this Agreement, the CONTRACTOR/CONSULTANT certifies that, if it is a company with at least 10 full-time employees and has a value of at least $100,000 that is paid wholly or partly from public funds, that it: a. does not boycott energy companies; and b. will not boycott energy companies during the term of the contract. III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services (“Services”) in response to Request for Bid/Proposal/Sole Source Quote #70000.0036.00.00 (“Solicitation”), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor’s bid or proposal response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2. 4/14/2025 Jake Stones Digitally signed by Jake Stones DN: C=US, E=jstones@mccarthy.com, O=McCarthy Building Companies Inc., CN=Jake Stones Reason: I am approving this document Date: 2025.04.15 15:05:41-05'00' Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 3 of 7 2. Term. This Contract is for one (1) year, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to zero (0) additional one-year periods (“Option Period(s)”), provided, the parties do so by written amendment prior to the expiration of the original term or the then-current Option Period. The City’s extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Contract is for an amount not to exceed $103,950.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated, in its entirety, by reference into this Contract. Any amount not expended during the initial term or any option period may, at the City’s discretion, be allocated for use in the next option period. Invoices will be emailed to the following email address with a copy provided to the Contract Administrator: City of Pearland Attn: Accounts Payable Email: accountspayable@pearlandtx.gov 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Contract, including deductions for non-performance and authorizations for payment. The City’s Contract Administrator for this Contract is as follows: Name: City of Pearland – Purchasing Officer For Department: Utilities – Pearland Water – Water Production Phone: 281.652.1600 Email: purchasing@pearlandtx.gov 5. Insurance; Bonds. (A) Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the City’s Contract Administrator. Additionally, the COI must state that the City shall be provided no less than thirty (30) days’ advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within ten (10) days of the City Manager or his designee’s written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B) Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Contract. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C, and such content, the entirety of which, shall be incorporated into this Contract. 6. Purchase Release Order. For multiple-release purchases of Services provided by the Contractor over a period of time, the City will exercise its right to specify time, place and Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 4 of 7 quantity of Services to be delivered in the following manner: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Services shall not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re- working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item’s bid/proposal price, shall be paid by the Contractor within thirty (30) days of receipt of City’s invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City’s actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Contract including any Option Period. Substitutions and deviations from the City’s product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Contract as an expenditure in said budget, and it is within the sole discretion of the City’s City Council to determine whether or not to fund this Contract. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor shall perform all work required by this Contract as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors unless the subcontractors were identified in the bid/quote/proposal or approved by the Contract Administrator. 13. Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 5 of 7 14. Waiver. No waiver by either party of any breach of any term or condition of this Contract waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Contract must be given by hand delivery, or certified mail, postage prepaid, and is deemed received on the day hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Pearland Attn: Will Marquez Title: Water Production Supervisor Address: 2016 Old Alvin Road, Pearland, TX 77581 Phone: 281.652.1900 IF TO CONTRACTOR: McCarthy Building Companies, Inc. Attn: Chris Clements Title: Project Manager Address: 15415 Market St, Channelview, TX 77530 Phone: 832.694.6100 17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD- PARTY DEFENDANT AS ALLOWED BY LAW. 18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator’s fees. 19. Attorney’s Fees. Should either party to this Contract bring suit against the other party for Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 6 of 7 breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney’s fees or other costs relating to the suit. 20. Termination. (A) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City’s own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all services rendered in accordance with this Contract to the date of termination. (B) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default shall provide the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract pursuant this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. 21. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner’s manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Contract. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 22. Limitation of Liability. The City’s maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Contract by the Contractor is of the essence of this Contract, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 24. Severability. Each provision of this Contract is considered to be severable and, if, for any reason, any provision or part of this Contract is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Contract that are valid, but this Contract shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Contract (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor’s bid response (Exhibit 2). Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 7 of 7 26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of Interested Parties” as part of this Contract if required by said statute for items approved by the City Council. 27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Contract. The applicable law for any legal disputes arising out of this Contract is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Brazoria County, Texas. 28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory executing this contract on behalf of company verifies that the company does not boycott Israel and will not boycott Israel during the term of this contract. This clause is subject to companies with ten or more full time employees and the contract value is $100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 29. Public Information Act Requirements. This paragraph applies only to Contracts that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, regarding certain entities requirement to provide contracting information to governmental bodies in connection with a public information request, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 30. Entire Agreement. This Contract constitutes the entire agreement between the parties concerning the subject matter of this Contract and supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. IV. Special Terms and Conditions. None. V. Additional Contract Documents Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB/BID/Sole Source Quote #70000.0036.00.00 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB ATTACHMENT A – SCOPE OF WORK Scope of services shall consist of the contractor furnishing, installing, and commissioning the Zero Downtime components at 3100 Kirby Dr. (Kirby Water Plant), 1003 E. Belgravia Dr. (Southdown Water Plant), 407 Chickory Wood Ct. (Country Place Water Plant), 2553 Cullen Blvd. (Cullen Water Plant), 13711 Garden Rd. (Garden Water Plant), 2835 McLean Rd. (McLean Water Plant), 3945 Wells Dr. (Southeast/Magnolia Water Plant), 3702 Alice St. (Alice Water Plant), 3503 Liberty Dr. (Liberty Water Plant), and 1751 FM518 (518 Water Plant) for the City of Pearland, as needed, per the specifications of Sole Source Quote #70000.0036.00.00. Pricing is as follows per contractor’s response to the same, as listed per Attachment B. Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB ATTACHMENT B – BID/PRICING SCHEDULE Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB ATTACHMENT C – INSURANCE REQUIREMENTS Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor’s policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. Type of Insurance Amount of Insurance Provisions 1. Workers’ Compensation Employers’ Liability Statutory Limits $100,000 per occurrence City to be provided a WAIVER OF SUBROGATION and 30- day notice of cancellation or material change in coverage. 2. Commercial General (Public) Liability to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $1,000,000 City to be listed as additional insured and provided 30-day notice of cancellation or material change in coverage. City shall be provided 30-day notice of cancellation or material change in coverage. 3. Business Auto Liability to include coverage for: a) Owned/Leased vehicles b) Non-owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 Certificate of Insurance forms may be sent to Purchasing Department. Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB ATTACHMENT D – WARRANTY Items or services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship, and title. Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB February 13, 2025 City of Pearland, Zero Downtime is a manufacturer of electrical Surge Protection Devices, located in Houston, TX. The key to our protection is our patented semiconductor technology. This technology sets us apart from all other surge protection manufacturers. We currently provide protection for the following industries: • Water/Wastewater • Chemical/Petrochemical • Oil & Gas – Production and pipeline • Renewables • Mining • Rail • Traffic • Food Processing • Pulp & Paper • Military / Aeronautics We were asked to introduce our protection to the City of Pearland because of failures seen in the past by other surge protection manufacturers using gas tube technology. All other manufacturers of surge protection products utilize the same 100-year-old gas tube technology which has failed the City of Pearland in the past. The previous failures have significantly hurt the City of Pearland due to downtime and overtime needed to replace destroyed equipment due to lightning and other power surge issues. Our first “test” was protecting the Shadow Creek Ranch facility. According to the City of Pearland employees, this site has experienced the most loss due to power surges. After installing our protection, the City of Pearland has not seen equipment failures to PLC I/O or field instrumentation to this date. Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Summary of Competitive Technologies Gas Discharge Tubes introduced in 1930 Metal Oxide Varistors (MOV’s) introduced in 1940 Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Zero Downtime Lightning and Surge Protection products are unparalleled providing the following attributes: • Response time of less than 5 nanoseconds - no other technology is faster! • Non-degrading technology – Zero Downtime units can withstand millions of surge cycles with no degradation of their characteristics • Consistent voltage clamping levels - ensures the device is protected for years to come • Field device protection are parallel devices (almost all competitors are series devices – Zero Downtime will not disturb communication protocols) • UL Listed for both ordinary & hazardous locations - Class 1 / Division 2 • Field device protection devices meet NEC 504.2 Simple Apparatus, Class 1 / Division 1 for use in intrinsically safe systems • Patented technology • Designed and manufactured in the USA While Zero Downtime is not the only surge protection manufacturer, we are the Sole- Source for the patented surge protection and proven semiconductor technology. United States of America Patent No.: US 11,362,541 B1, Date of Patent: June 14, 2022 This technology is currently being used to protect US nuclear submarines as well as all government weather stations throughout the United States. McCarthy is our Sole-Source provider in Texas for sales and installation of our surge protection devices into the Water/Wastewater industry. There are four primary reasons for Zero Downtime selecting McCarthy for this industry: 1. McCarthy has shown a clear understanding of the need for low resistance grounding and bonding of field devices as well as the PLC system. We can only protect your assets if this step is followed. 2. McCarthy has shown a high level of knowledge of instrumentation utilized by Water/Wastewater facilities. 3. Trust. We have many successful installations with McCarthy. 4. Commercially. McCarthy offers the City of Pearland the best pricing for our products. Zero Downtime offers a full 5-year warranty only if our devices are installed correctly referencing a low resistance ground. Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB Thank you, Scott Holliday President ZeroDT, LLC scott@zerodowntime.net Cell: (281) 536-9464 Office: (713) 614-8737 http://zerodowntime.net Docusign Envelope ID: A9732C1A-F1D6-4A04-B526-5A6912B003CB