Loading...
HomeMy WebLinkAboutR2025-056 20250512RESOLUTION NO. R2025-56 A Resolution of the City Council of the City of Pearland, Texas, awarding a 5- year supply contract (3-year initial term; two 1-year renewals) for water meters to Badger Meter, Inc., in the annual estimated amount of $342,522.00, for the period of May 13, 2025 through May 31, 2028. 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 Badger Meter, Inc., 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 supply contract for water meters. PASSED, APPROVED and ADOPTED this the 12th day of May, 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: C9FA8FF2-2CDA-4BC2-9309-FE82F8D5E057 Docusign Envelope ID: DOE3FB7B-EADI-4F2F-A6DC-075C1 B661 BCA City of Pearland 3519 Liberty Drive Pearland, TX 77581 SUPPLY CONTRACT NO. S0125-02 Purchase of Badger Meters THIS Contract ("Contract") is entered into by and between the City of Pearland, a Texas home - rule municipal corporation ("City") and Contractor ("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: Description of Supplies: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures TgYedaF PEARLAND re,,,pici„Amt&n, �E483... Purchasing Officer DocuSigned by: UO:OD12D 74J4QJ.. Badger Meters 4545 W. Brown Deer Rd. Milwaukee, WI 53223 Purchase of Badger 5/8 — 4" Water Meters $342,522.00 (each fiscal year) May 13, 2025 May 31, 2028 2 R2025-56/Quote No. 3754385 CONTRACTOR 7/9/2025 12.32 PM CDT Date Title: Matthew B. Gieseke - Assistant Secretary and Proposal Lead 7/10/2025 I 9:17 AM 86f: July 1, 2025 *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 Page 1 of 6 Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA III. Standard Contract Provisions WHEREAS, Contractor has bid to provide supplies ("Supplies") in response to Request for Bid/Proposal or Quote No. 3754385 ("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 Attachment A and Attachment B, 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 Supplies 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. 2. Term. This Contract is for three years, 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 two 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 estimated amount of $342,522.00, subject to approved extensions and changes. Payment will be made for Supplies completed and accepted by the City within thirty (30) days of receipt of an acceptable invoice. Contractor shall invoice upon shipment. 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, upon written notice to the City, Contractor will be allowed to escalate pricing for all Supplies listed in Attachment B on an annual basis in an amount not to exceed 10% over the immediately preceding year. Contractor reserves the right, upon notice to the City to revise selling prices to adjust for changes in laws, such as changes to taxes, tariffs, fees, trade penalties, or any and all other government required duties on goods or services. 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: Priya Bhakta Department: FINANCE Phone: 281.652 1954 Email: pbhakta@pearlandtx.gov 5. Insurance (A) Before performance can begin under this Contract, the Contractor must deliver a Supply Contract Standard Form Page 2 of 6 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA Certificate of Insurance ("COI"), as proof of the required insurance coverages, to the 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. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. 6. Purchase Release Order. For multiple -release purchases of Supplies to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Supplies 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 Supplies shall not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Supplies before acceptance. Any Supplies or products that are provided but not accepted by the City must be corrected or re- worked immediately at no charge to the City. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract in accordance with the Contractor's standard manufacturer warranty as stated in Attachment D, the entirety of which, is incorporated into this Contract. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the 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 Supplies 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. Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. 13. Waiver. No waiver by either party of any breach of any term or condition of this Contract waives any subsequent breach of the same. 14. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, Supply Contract Standard Form Page 3 of 6 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA 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. 15. 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: Jennifer Quiroga Title: Water Billing & Collections Manager Address: 3523 Liberty Dr., Pearland, TX 77581 Phone: 281.652.1602 IF TO CONTRACTOR: Badger Meter Attn.Sabrina Alaquinez Title:Account Manager Address: 4545 W Brown Deer Rd., Milwaukee, WI 53224 Phone:414.581 2786 16. Liability and Indemnity. OTHER THAN THE CONTRACTOR'S STANDARD MANUFACTURER WARRANTY PROVIDED IN ATTACHMENT D, 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 BYLAW. 17. 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. 18. Attorney's Fees. Should either party to this Contract bring suit against the other party for 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. 19. Termination. Supply Contract Standard Form Page 4 of 6 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA (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 Supplies provided 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 to 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. 20. 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. 21. 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. The Contractor's liability shall be in accordance with the Contractor's standard manufacturer warranty provided in Attachment D. 22. 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. 23. 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. 24. 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; 25. 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 City Council. Supply Contract Standard Form Page 5 of 6 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA 26. 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. 27. H.D. 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 S100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 28. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, 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. 29. Entire Contract. 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 Requirements Attachment D: Warranty Requirements Supply Contract Standard Form Page 6 of 6 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA ATTACHMENT A — SCOPE OF WORK Contractor shall provide 5/ 8" - 4" water meters with Itron connection per the specifications of Quote #3754385, to the City of Pearland located at 3523 Liberty Drive, Pearland, TX 77581. Material will be ordered on a as needed basis. All deliveries shall be made during the hours of 8am-5pm, Monday through Friday with the exception of City recognized holidays. Deliveries shall be completed, an quality checked by the supplier. The City will not accept any damaged items. All shipping is included in the cost of the item. Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA ATTACHMENT B -- BID/PRICING SCHEDULE • Badger Meter Badger Meter Inc. 4545 W Brovm Deer Road Milwaukee WI 53223 PO Box 245036 Milwaukee WI 53224-9536 Revised Date: Pricing Effective Dates: 04-29-2025 - 03-31-2026 To Customer ID 00422961 CITY OF PEARLAND 3519 LIBERTY DRIVE P0BOX 2719 PEARLAND Texas , 775882719 Domestic Quotation Quotation No. 3754385 Salesperson Proposal Subject Shipping Terms / ItICO Terms Payment Terms 005744 ALAQUINEZ SABRiNA SOLE ULTRASONIC SOURCE METERS E-E ER'ES PREPAY/NO FCA FACTORY CHARGE NET 30 DAYS Line # Description Qty Unit Net USD Price Line USD Totals 1 BMI Cat String: Part No.: EB-EAC-PXTX-ES-CC-19AE-K1Y2-XXCF-XX-BOA 104-9564 y:10 '93_08 173.772.C.; r, Description: E-Series Gal, Cat BMI String: TS-568, Part B-Alloy, Flo.: EB-EBA-PXTX-E5-CC-19AE-K2Y2-XXCF-XX-BOA SN 112-9987 5/8"x3/4"(7-1/2), Yr 9D & PBB. ILC-5ft, Thk Wshr, BMI STD, Enc, 4CXN2 Itron, 9D-0.01 = Description: E-Series TS-729, Cat B1,01I String: Part SN 6-Alloy,; Flo.: Yr EB-ECA-PXTX-ES-CC-19AE-K3Y2-XXCF-XX-BOA 9D 109-2301 3/4" & PBB, (7-1/2), ILC-5ft, Thk Wshr, BMI STD, Enc, 4CXN2 Itron, 9D-0.01 Gal, 100 249._ i 1+.931.n 4 Description: E-Series TS-766, Cat Description: E-Series PBB, C BMI BMI at String: String: Part ILC-5ft, Part SN B-Alloy, SS, No.: tlo.: EU-EDA-PXXX-ES-CC-19BE-A5Y2-XXCF-XX-BOA EU-EEA-PXXX-ES-CC-19BE-A6Y2-XXCF-XX-BOA Yr 1-1/2" BMI 9D 100-3026 100-1831 1"(10-3/4), & STD, EL(13), PBB, ILC-5ft, Thk Enc, Wshr 4CXN2 BMI Enc, STD, Itron, 4CXN2 9D-0.1 Itron, Gal, 9D-0.01 SN Yr 9D Gal, & 100 1 5„_,O 794 _6 73 i 580.73 79,461.00 p; Description: E-Series ILC-5ft, Cat Description: E-Senes BMI String: Part BMI SS, B-Alloy; Flo.: 2" STD, EB-EFC-PXXP-ES-CC-198E-E3Y2-XXCF-XX-BOA 103-7505 EL(17), 3" RND(12), Enc, 4CXN2 TP Prsr, Itron, Enc, 9D-0.1 4CXN2 Gal, Itron, SN 9D-0.1 Yr 9D & Gal, PBB, SN 1 2 'L376 2,103.71 i(r BPr1I 9D 8. Part PBB, No.: ILC-5ft, 105-1168 BMI STD, 4 2,137.71 8,550.64 Thank you for your business! Estimated ship dates subject to change based upon component availability, as a result of global supply chain constraints, or credit review. This ackna+vledgment is made subject to the terms & conditions found on our web -site: sJMrww.bacgem ier.com/terms-and-conditions. Terms and conditions related to service units, training, and professional services can be found here: https:f/badaenneter.comrservioe-units-terms-and-conditions 0...., • ea ') Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA Badger Meter Domestic Quotation Quotation No. 3754385 Line # Description Qty Unit Net Price Line Totals USD USD Cat String: ES-EFD-PXXX-ES-CC-19BE-E3Y2-XXCF-XX-BOA Description: E-Series B-Alloy, 3" RND(17), TP Enc, 4CXN2 Itron, 9D-0.1 Gal, SN Yr 9D 8 & BMI PBB, Part ILC-5ft, Noe: 105-4164 BMI STD, 1 2,561.01 2, 561.01 Cat String: EB-EGC-PXXX-ES-CC-19BE-E4Y2-XXCF-XX-BOA Description: E-Series B-Alloy, 4" RND(14), TP Enc, 4CXN2 Itron, 9D►-0.1 Gal, SN Yr 9D 9 & BMI PBB, Part ILC-5ft, No.: 1 BMI 03-3368 STD, 3 27596.02 7,7648.D6 Cat String: EB-EGD-PXXP-ES-CC-1SBE-E4Y2-XXCF XX-BOA Description: E-Series B-Alloy, 4" RND(20), TP Prsr, Enc, 4CXN2 Itron, 9D-O.1 Gal, SN 10 Yr BMI 9D Part & PBB, No.: ILC-5ft, 108-2899 0 BMI STD, 1 4,370.91 4,370.91 X-BOA Cat String: EB-EHB-PXXX-ES-CC-19CE-E6Y2-XXCF- Description: E-Series B-Alloy, 6"x18" RND Enc, 4CXN2 Itron, 9D-1 Gal, St•J Yr 9D & 11 PBB, BMI ILC-5ft, Part Nos: BMI 106-6379 STD, 7 4,62 1.28 32,3,48.9E Cat String: EB•-EHD-PXXP-ES-CC-19CE-E6Y2-XXCF-XX.-BOA Description: E-Series B-Alloy, 6"x24" RND Prsr, Enc, 4CXN2 Itron, 9D-1 Gal, SN Yr 9D BMI STD, 12 & BMI PBB, Part ILC-5ft, Noe: 106-2277 3 5,370.28 16,110.8E4 Cat String: EB-EJB-PXXX-ES-CC-19CE-E8Y2-XXCF-XX-BOA Description: E-Series B-Alloy, 8"x20" RND, TP Enc, 4CXN2 Itron, 9D-I Gal, SN Yr 9D & PBB, ILC-5ft, BMI STD, Subtotal - USD Total Price - USD 352,793.41 352,743.41 Notes and Assumptions If applicable, sales tax and freight, if included on the proposal, is an estimate and v,7II be recalculated based on rates and tax status in effect at the time of invoicing. To expedite the order entry process, please ensure the following is noted on your purchase order billing address, shipping address, purchase order number, quantity, price, payment terms, quotation number, and the vendor is listed as Badger Meter, Inc. Please send all purchase orders to the contact that prepared this quotation for you. Actual lead time to be provided at time of order. Badger Meter provides certification files to help manage meter and endpoint inventory and to maintain meter accuracy data The standard method of delivery for this format is via electronic mail_ Any deviations from our standard format, or any custom file formats, will be considered on a time and material basis. Thank you for your business! Estimated ship dates subject to change based upon component availabi lity, as a result of global su pi chain constraints, or credit review. This acknowledgment is made subject to the terns & conditions aund on cur web -site: J/vvww germetef eomtterrns-and-conditions. Terms and conditions related to service units training, and professional services can be found here: https:Nbadgenmeter..comrservice-units-terms-and-conditions Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA 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 (WC) Statutory Limits $100,000 per occurrence 2. Commercial General (Public) Liability (CGL) 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 - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - 1,000,000 The Insurance forms may be sent to Purchasing Department. WC, CGL and BAL, City shall be provided 30-day notice of cancellation or material change in coverage. Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA ATTACHMENT D - WARRANTY Badger Meter PRODUCTS E-Series® Ultrasonic Meter Lead -Free Bronze Alloy Meters, 3, 4 inch This warranty shall apply to all Badger Meter E-SeriesG Ultrasonic lead-free meters, sizes 3 inch and 4 inch, when used to measure potable cold water, and the internal encoder and battery used with these meters (collectively 'Product"), sold on or after June 3, 2020. This warranty is not transferable and is extended only to utilities, municipalities, other commercial users and authorized distributors, hereafter referred to as'Customer' and does NOT apply to consumers or any person or entity who is not an original customer of Badger Meter or its authorized distributors. MATERIALS AND WORKMANSHIP Badger Meter, Inc. ("Badger Meter") warrants Product to be free from defects in materials and workmanship appearing within the following time frames, Housing Ten (10) years and six (6) months after shipment from Badger Meter. Electronics (Battery, Registration, Transducer) Ten (10) years and six (6) months after shipment frorn Badger Meter. Pressure Sensor Five (5) years and six (6) months after shipment from Badger Meter, METER ACCURACY The Product will meet or exceed all applicable specifications outlined in AWWA Standard C715 in addition to meeting meter accuracy of ±1.5% for the published ranges set forth in Badger Meter's current published product data sheet for ten (10) years from the date of shipment from Badger Meter. EXTENDED LOW -FLOW METER ACCURACY Badger Meter further warrants the Product will meet extended minimum test flow accuracy of ± 3% for the published ranges set forth in Badger Meter's current published data sheet for ten (10) years from date of shipment from Badger Meter, ESM-WR-02779-EN-04 (June 2020) PRODUCT RETURNS Any Product proved to the satisfaction of Badger Meter to have failed the foregoing warranties will, at the option of Badger Meter, be repaired or replaced without charge to the Customer. Any eligible Product repaired or replaced by Badger Meter will retain the origin it Product's warranty based on the original Product purchase date, at Badger Meter's sole discretion The Badger Meter obligation hereunder shall be limited to such repair and replacement and shal be conditioned upon Badger Meter receiving written notice of any aleged defect within ten (10) days after Its discovery. This exclusive remedy shall not be deemed to have failed its essential purpose so Fong as Badger Meter is wiling and able to replace defective products or issue a credit to purchaser within a reasonable time of proof to Badger Meter that a defect is involved. Product returns must be shipped by the Customer prepaid F.O.B. to the nearest Badger Meter factory or distribution center. l he Customer shall be responsible for all direct and indirect costs associated with removing the original Product and reinstaling the repaired or replacement Product. LIMITS OF LIABILITY This warranty shall not apply to Product repaired or altered by parties other than Badger Meter, or read by equipment not explicitly approved or licensed by Badger Meter, the foregoing warranty applies only to the extent that the Product is installed, serviced and operated strictly in accordance with AWWA Standard C715 and AWWA M6 Manual, as applicable. The warranty shall not apply and shal be void with respect to Product exposed to conditions other than those detailed in the Badger Meter Product technical and/or operational literature, or which, as determined at Badger Meter's sole discretion, have affected the ability of the Product to perform, including, but not limited to; exposure to adverse installation conditions; misuse; vandalism; negligence; accident; acts of God; alteration; improper installation, operation or repair; damage from passage of high-speed air slugs; damage by water quality conditions, including but not limited to: aggressive water, foreign matter, biofilms, or extreme corrosivity; damage caused by actions not In accordance with the Intended use; or other circumstances which are beyond the reasonable control of Badger Meter, as determined at Badger Meter's sole discretion. With respect to product not manufactured by Badger Meter, the warranty obligations of Badger Meter shal in al respects conform and be limited to the warranty extended to Badger Meter by the supplier of product. TI IE FOREGOING WARRANTIES ARE EXCLUSIVE AND IN LIEU OF ALL OTHER EXPRESS AND IMPLIED WARRANTIES WHATSOEVER, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCI IANTABI( ITY AND FITNESS FOR A PARTICUI AR PURPOSE (except warranties of fide). Warranty Docusign Envelope ID: DOE3FB7B-EAD1-4F2F-A6DC-075C1 B661 BCA • E-Series" Ultrasonic Meter, Lead -Free Bronze Alloy Meters, 3, 4 inch Any description of Product, whether in writing or made orally by Badger Meter or its agents, specifications, samples, models, bulletins, drawings, diagrams, engineering sheets, or similar materials used in connection with any Customer's order are (or the sole purpose of identifying Product and shall not be construed as an express warranty. Any suggestions by Badger Meter or its agents regarding use, application or suitability of Product shall not be construed as an express warranty unless confirmed to be such in writing by Badger Meter. Exclusion of Consequential Damages and Disclaimer of Other Liability Badger Meter liability with respect to breaches of the foregoing warranty shall be limited as stated therein. Badger Meter liability shal in no event exceed the contract price BADGER METER SHALL NOT BF SUBJECT TO ANL) DISCLAIMS; (1) ANY OTHFR OBLIGATIONS OR LIABILITIES ARISING OUT OF BREACH OF CONTRACT OR OF WARRANTY (2) ANY OBI.IGATIONS WHATSOEVER ARISING FROM TORT CLAIMS (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR ARISING UNDER OTHER T►IEORIES OF LAW WITH RESPECTTO PRODUCTS SOLD OR SERVICES RENDERED BY BADGER METER, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATING THERETO, AND (3) ALL CONSEQUENTIAL, INCIDENTAL. AND CONTINGENT DAMAGES WHATSOEVER, SMART WATER IS BADGER METER • E-frcr; Is a registered tracIs2rnaik. of Badgc, Metc'.Inc Other tracdcrnyVs appearing in this dcbcumtnt are the property of their rest, ctrve Entities hiret to cetntinunut rr\raft h, ;ntnlue t irrrp►ovrrnent% :rod entrantrbrnrntt, fl.n1tj ?Ay IN rrsetvrti thr right to ch.inge product or syttrrn klr,-; ihr .it up. k'.;Ih'vat rtalir I'v•(rfit to the extent an outstanding contractu)I obligation exists..,' 2020 Badger Miter, Inc. Al rights reserved. www.badgermeter.com