HomeMy WebLinkAboutC2020-029 - 1/21/2020 - Approved ,0USc4i
w nm
gi'" I SERVICE AGREEMENT NO. 2581
HVAC Preventative Maintenance and Repairs
1852
THIS HVAC Preventative Maintenance and Repairs Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Coastline Refrigeration and Service, LLC ("Contractor"),
effective upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide HVAC Preventative Maintenance and
Repairs in response to Request for Bid/Proposal No. 2581 ("RFB/RFP"), which RFB/RFP
includes the required scope of work and all specifications and which RFB/RFP and the
Contractor's bid or proposal response, as applicable, are incorporated by reference
in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in
its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide HVAC Preventative Maintenance and Repairs
("Services") in accordance with the attached Scope of Work, as shown in
Attachment A, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Agreement is for three years, with performance commencing upon the
date of issuance of a notice to proceed from the Contract Administrator or the
Contracts and Procurement Department. The parties may mutually extend the
term of this Agreement for up to zero additional zero-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 Agreement is for an amount not to exceed
$2,013,940.00, subject to approved extensions and changes. Payment will be
made for Services completed and accepted by the City within 30 days of
acceptance, subject to receipt of an acceptable invoice. Contractor shall
invoice no more frequently than once per month. All pricing must be in
accordance with the attached Bid/Pricing Schedule, as shown in Attachment B,
the content of which is incorporated by reference into this Agreement as if fully
set out here in its entirety. Any amount not expended during the initial term or any
option period may, at the City's discretion, be allocated for use in the next option
period.
Service Agreement Standard Form Page 1 of 7
Approved as to Legal Form July 11, 2019
SCANNED
Invoices will be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Romy Greaves
Department: Asset Management
Phone: 361-826-3645
Email: RomyG@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form July 11, 2019
purchase release order must refer to this Agreement, and Services will 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, must be paid by the Contractor within 30 days of receipt of
City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(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 Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form July 11, 2019
11. Independent Contractor. Contractor will perform the work required by this
Agreement 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. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator
unless the subcontractors were named in the bid or proposal or in an Attachment
to this Agreement, as applicable. In using subcontractors, the Contractor is
responsible for all their acts and omissions to the same extent as if the
subcontractor and its employees were employees of the Contractor. All
requirements set forth as part of this Agreement, including the necessity of
providing a COI in advance to the City, are applicable to all subcontractors and
their employees to the same extent as if the Contractor and its employees had
performed the work. The City may, at the City's sole discretion, choose not to
accept Services performed by a subcontractor that was not approved in
accordance with this paragraph.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Romy Greaves
Title: Architech
Address: 5352 Ayers St, Bldg 3A, Corpus Christi, TX 78415
Phone: 361-826-1983
Fax: 361-826-1989
IF TO CONTRACTOR:
Coastline Refrigeration and Service, LLC
Attn: Moses DeAlejandro
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form July 11, 2019
Title: Manager
Address: 423 S. Alameda St.
Phone: 361-445-4511
Fax: 361-855-4511
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City Manager may terminate this Agreement for Contractor's failure to
comply with any of the terms of this Agreement. The Contract Administrator must
give the Contractor written notice of the breach and set out a reasonable
opportunity to cure. If the Contractor has not cured within the cure period, the
City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Contractor for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form July 11, 2019
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
20. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
21. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
22. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor's bid response (Exhibit 2).
23. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
24. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
25. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form July 11, 2019
CONTRACTOR
�- 2 /
Signature:
Printed Name:Name: Moses DeAlejandro
Title: Manager
Date: 12/17/2019
CITY OF CORPUS CHRISTI
Q eak t_
Kim Baker
Director of Contracts and Procurement
Date: 1. 23 . 2. 2,0 ATTEST: tr eArie
REB CCA HUERTA
Attached and Incorporated by Reference: CITY SECRETARY
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/RFP No. 2581Z2jaiLla
AUtMuKics..
Exhibit 2: Contractor's Bid/Proposal Response
tOVNcu £-l -
SECRE A 113
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form July 11, 2019
SCk�
ATTACHMENT A: SCOPE OF WORK
1.1 General Requirements
1. The Contractor shall provide inspection and preventative maintenance services to
improve equipment operations, increase equipment efficiency, minimize
equipment breakdown and prolong equipment life of the HVAC systems outlined
in this Scope of work.
2. The Contractor shall provide preventative maintenance to all locations mentioned
in the Scope of work.
3. The Contractor shall provide repair services to all location mentioned in this Scope
of work and all other City owned locations on as needed basis.
4. The Contractor is responsible for preventative maintenance and repair services
including, but not limited to, compressor, chiller, fan blades, fan coils, condenser
fan motors, all electrical parts of HVAC unit, fuses, switches, pumps, filters, water
treatment, refrigerant, boiler, and thermostat.
5. The Contractor shall maintain all equipment in accordance with each equipment
manufacturer's recommendation and industry standards.
6. The Contractor shall perform preventative maintenance and inspection three
times a year i.e. every 4 months as per checklist outlined in this Scope of work. The
checklist is not exhaustive. The Contractor shall follow manufacturer
recommendation and industry standards to perform services.
7. The Contractor shall provide labor, material, tools, equipment and transportation
necessary to perform the preventative maintenance, inspection, repair and
replacement services.
8. The Contractor shall obtain permits as required.
9. The Contractor shall be responsible for any disposal of equipment or refrigerants in
accordance with federal, state and local rules and regulations.
10. The Contractor shall perform preventative maintenance, inspection and repairs
during normal working hours (Monday to Friday 8:00 AM to 5:00 PM) unless
approved by the Contract Administrator.
11 . During the term of the contract, the Contractor shall notify the Contract
administrator of any necessary and/or recommended work or addition he/she
feels is necessary to the existing equipment within two working days of becoming
aware of such. Such notification shall include a fully detailed proposal to correct
the situation which shall include:
1. A detailed statement of the problem, identifying and quoting any applicable
code, law or regulations
2. the correction action proposed
3. The detailed costs at the applicable contract rates
Page 1 of 17
4. The proposed timeframe for the corrective action.
1.2 Preventative Maintenance and Inspection Checklist
A. Condensing Units (Condensing units and Cooling towers)
1. Check Voltage and Amp readings on motors and compressors.
2. Check voltage readings across contactors and relays.
3. Perform visual inspections of wire integrity and locations. Ensure wire
positioning is free and clear of rubbing on metal or the condenser fan blade.
Secure wires as needed.
4. Check capacitors for proper MFD readings.
5. Inspect condenser fan blades for corrosion and cracks.
B. Air handling units and Furnaces (Belt drive and direct drive)
1. Belts are to be inspected for potential failure points. (i.e. Cracking, stretching,
improper seating in sheaves/pulleys). Replace/adjust belts as needed.
Approximately 150 various sized drive belts, 1 100 various sized MERV 8 pleated
filters and 200 AHUs.
2. Inspect blower wheel assemblies for cleanliness and integrity. Blower wheels
are to be cleaned as needed for maximum performance.
3. Check voltage and amp draw on motors.
4. Check voltage readings across contactors and relays.
5. Check resistance/continuity across heating elements for electric heaters.
6. Perform visual inspections of wire integrity and locations. Ensure wire
positioning is free and clear of rubbing on metal or the condenser fan blade.
Secure wires as needed.
7. Perform startup checks when inspected before winter season - Inspect heat
exchangers, gas valves, ignition assemblies and all safety limit switch. Check
flame quality. If the flame quality is off, make necessary adjustments.
8. Clean and treat condensate/drain pans and lines.
C. Motors and pumps (chill and hot water)
1. Start-up, if motor/pump is not running. Check voltage and amp draw during
operation.
2. Lubricate the pump/motor semiannually
3. Visually check pump for water leaks and report findings.
4. Perform vibration tests on pumps/motors once a year.
5. If excessive vibration is found. Report possible resolutions and advise Asset
Contract Administrator.
Page 2 of 17
D. Chillers
1. Check unit for water leaks and repair if necessary.
2. Check unit for refrigerant leaks and repair if any leaks are found. Recharge
with refrigerant according to manufacturer specifications after leak is
repaired.
3. Clean evaporator and condenser tubes once a year.
4. Change oil and oil filter. Analyze oil and report findings.
E. Boilers
1. Check unit and piping for water leaks.
2. Check unit and piping for gas leaks.
3. Visually check all electrical wiring for damage or improper positioning that
could lead to failure. Correct deficiencies as needed.
4. Check for proper operation of all components during startup and normal
operation.
5. Check for flue pipe integrity and report findings and advise corrective action.
6. Clean heat exchangers yearly.
7. Clean burner assemblies once a year.
F. VAVs/Fan Powered Boxes
1. Inspect and replace filters as needed.
2. Verify proper operation of damper and damper motor.
3. Check operation of chill/hot water valve and actuator.
4. Inspect hot water coils when applicable and clean as necessary. Provide
before and after photos.
5. Check resistance/continuity/operation of electric heaters when applicable.
6. Check blower assemblies when applicable for the following items:
• Blower motor operation
• Blower motor voltage and amp draw
• Blower motor capacitor MFD.
• Blower wheel cleanliness and integrity. Replace as needed.
7. Check static pressure sensor assembly operation and cleanliness. Clean
and/or replace as needed.
8. Flush chill/hot water coils yearly.
9. The Contractor will create access panels into unit if there is not one present
already.
Page 3 of 17
G. Duct work
Check operation of damper and actuators (Zone, return, and outside air
dampers.) Repair/Replace as needed. No work on the ceiling or wall under this
contract.
H. Chill/Hot Water Valves (other than VAVs/FPBs) - Manual/Actuated
(electronic/pneumatic actuators)-
1. Check actuator and valves operation. Repair/Replace as needed.
2. Cycle open/closed and verify valve closure.
3. Not to leave a valve back seated; 1/4 turn toward the close position after valve
is completely open.
I. Inspect valve stem area for water leaks. Tighten or replace packing as needed.
Automatic Logic Control (ALC) Systems- Run system check to ensure that system
is communicating properly. Troubleshoot and repair issues as needed.
A. Filter Change - All filters shall be pleated and meet minimum MERV 8 rating unless
approved by the Contract Administrator.
1.3 Water Treatment Services
A. The Contractor shall provide water treatment services as a part of the preventative
maintenance to the City Hall, Police Department, Gas Department, Water
Department, Health Department, McDonald Library, La Retama Library and
Neyland Library. No other location requires water treatment services.
B. The Contractor shall provide chemicals, chemical feeders, control equipment,
laboratory analysis, annual inspection, tube brushing, specified chemical
cleanings, and cooling tower cleaning to perform the water treatment services.
C. The Contractor shall provide chemicals that comply with Federal, State and City
laws and guidelines regulating effluent pollution.
D. The Contractor shall provide labor, chemicals, equipment and transportation
necessary to perform the water treatment services.
E. The Contractor shall perform the following procedures for water treatment services:
1. Cooling Tower - Condenser System shall be chemically treated twice per
month to help prevent system fouling from scale, corrosion and biological
growth.
2. Cooling Tower Inspection and Cleaning - At least once each year the cooling
tower shall be cleaned including the removal of evaporative and biological
growths from slats, spray nozzles and screens. The tower shall be inspected for
corrosion, wood decay and leaks.
3. Condenser Inspection and Brushing -At least once per year the heads of each
condenser shall be removed, and the tubes brushed. After brushing the
condenser shall be inspected and if hard scale is present, the condenser shall
be chemically cleaned at no additional charge to the City.
Page 4 of 17
4. The Closed system shall be chemically treated for the control of corrosion. The
chemical program shall be serviced once each month. Systems are to be
treated are Chill water system, Hot water system or Combined Chill and Hot
water system. Loop system at City Hall, Police Department, Gas, and Water
service once per month. Loops at Health Department, McDonald, Central and
Neyland Libraries on a quarterly basis.
5. Closed system inspection and cleaning-At least once each year the hot water
boiler or converter should be opened, and the waterside brushed, or power
sprayed to clean. At least once every three years the Contractor should
chemically cleaned the closed system for the removal of dirt and other harmful
deposits brought into the system by the make-up water.
F. The Contractor shall submit a waterside written report to the Contract
Administrator after inspection and cleaning of Cooling tower, Condenser and
Closed system
1.4 Repair
A. The Contractor shall furnish labor, technician, parts, supplies, materials, tools and
equipment necessary to perform the repair services for the equipment listed in this
Scope of work and all other HVAC system located at City owned locations on as
needed basis.
B. Repair parts and components must conform to original equipment manufacturer
specification.
C. The Contractor shall perform repairs to the mechanical and electrical components
of the HVAC system including but not limited to
1. Gas absorption chillers up to 100 tons
2. Water cooled chillers up to 100 tons
3. Air Cooled Chillers up to 100 tons
4. Boilers
5. Split Systems up to 50 tons
6. RTU systems
7. Mini-split systems
8. Dehumidifier systems
9. Ice machines
10. Walk-in coolers/freezers
11 . Associated pumps, motor, valves, drives, electronic components
D. The Contractor shall perform repairs only after the Contractor receives a work
order and notice to proceed unless the repair cost is less than $300 or service call
is deemed an emergency.
E. Emergency service calls are defined as an event which requires immediate action
to prevent a hazard to life, health, safety, property or to avoid failure of equipment.
When an emergency arises, the Contract Administrator will notify Contractor of the
Page 5 of 17
emergency repair at the facility. The Contractor shall be on site within time frame
agreed upon by the Contract Administrator.
F. Replacement of parts shall only be performed when current parts cannot be
repaired, not economical to repair the parts, or approved by the Contract
Administrator.
G.The Contractor shall submit a report justifying the replacement over repair of parts
to the Contract Administrator for approval.
H. The Contractor shall use parts specified by the manufacturer or approved
equivalent. All parts shall be new and not refurbished.
I. The Contractor shall provide justification if the equipment is beyond repair or not
economical to repair the equipment. The City may decide to buy new equipment
through new bid.
J. During the term of the contract, if the City of Corpus Christi deems an estimate to
be unreasonable, then the City of Corpus Christi reserves the right to request
quotes from other Contractors for such service.
K. The Contractor's vehicle used to respond to calls for service shall be stocked with
commonly used HVAC supplies and equipment to eliminate delays and/or
interruption in service.
1.5 Service Calls
A. The Contractor shall be available to perform repair services on as needed basis.
The Contractor shall be onsite within two hours or within an agreeable timeframe
determined by the Contract Administrator.
B. The Contractor shall call or check in with the Contract Administrator before
commencing work.
C. Upon completion of service call, the Contractor shall provide a job ticket. The job
ticket shall include, but not limited to - Company name, Name of technician
and/or Apprentice, Date of service, Equipment details, Detailed description of the
work performed, root cause of failure, parts used, work order number and total
time spend on the job.
D. If the Contractor is required to leave the premises to obtain parts or materials, the
Contract Administrator must be notified.
E. The Contractor shall only invoice city for time spent on property. The City shall not
pay for time spent in route or traveling to acquire parts or supplies.
1.6 Service Personnel
A. Any personnel assigned to this Service Agreement shall meet all applicable
certification requirements of any regulatory agency having jurisdiction. The
Contractor shall ensure that all personnel are continuously trained to meet the
latest HVAC technology and industry standards.
B. The Contractor shall assure that all crews are fully and properly equipped to
perform services promptly and safely without delay. All personnel assigned to the
service agreement shall wear a uniform, including safety equipment and any
Page 6 of 17
company issued photo identification. Contractor's employees working on site shall
wear clothing with an identifiable logo bearing the name of the company visible
from 15 feet always. All personnel shall be neatly dressed in shirts, safety shoes, and
long pants. Shorts or torn clothing are unacceptable.
C. The Contractor shall conduct background check for all personnel before assigned
to work under this contract. The Contract Administrator may ask background
check report from the Contractor. The City reserves the right to approve or refuse
employees because of an unsatisfactory background check. Background check
will be done at the sole expense of the Contractor.
1.7 Site Control
A. The Contractor shall barricade or place cones around the work area before
commencing services. The Contractor shall safeguard the area while services are
being performed. The Contractor shall try to minimize an interference to the
building occupants with the day to day operations. The Contractor shall be
responsible for assuring the safety of its employees, City employees, and the public
during performance of all services under this agreement.
B. The Contractor shall not store worn or defective parts on City premises at the end
of the workday, unless otherwise approved by the Contract Administrator.
C. The Contractor must clean work site from debris or hazards after completion of
work.
D. The Contractor shall dispose all worn/defective parts, oils, solvent, in accordance
with all applicable laws, rules and regulations as to ensure the highest level of
safety to the environment and public health.
1.8 Completion
A. Upon completion of each preventative maintenance, repair, or replacement, the
Contractor shall conduct careful inspection and shall correct all defective work to
the satisfaction of the Contract Administrator.
B. Remove all scrap, litter and debris resulting from operations specified herein and
leave work and the premises in clean and satisfactory conditions.
1.9 Recordkeeping
The Contractor shall establish and maintain a log delineating complete and accurate
records of all preventative maintenance, repairs, replacement, parts, supplies and
materials for each location for the term of the Contract. The Contractor shall update
the logs after each service defined in the Contract.
1.10 Contract Pricing
A. Preventative maintenance pricing for all location mentioned in the scope of work
shall remain fixed during the term of the Contract.
B. Repairs during the preventative maintenance or on call repairs shall be invoiced
on hourly labor charge as established in this Contract.
Page7of 17
C. Parts/Materials installed shall be invoiced at the Contractor's actual cost to include
any discount offered by the supplier and contract allowable markup. Material
prices are subject to verification and receipts are required.
1.11 Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control Program that
is acceptable to the Contract Administrator to assure that the requirements of the
Contract are provided as specified. The Contractor will also provide supervision of
the work to insure it complies with the contract requirements.
1.12 Preventative Maintenance Equipment list
1 Health Services - 1702 Horne Rd, Corpus Christi, TX 78416
System AH Size Chiller Belts Air Filter Size Air Filter Qty
Tonnage Sizes
Air 100
Cooled
100
Al 10 B51 20x20x2 3
A2 10 B51 20x20x2 3
A3 10 BP60 16x20x2 4
A4 10 BP 60 23 1/2 x 23 1/2x 2 4
A5 10 A44 24x24x2 2
A6 10 AP36 24x16x2 3
A7 10 A34 24x18x2 2
A8 7.5 A 46 24 1/1 x 19 1/2x 2 4
A9 7.5 A43 24x24x4 4
A10 7.5 AP38 16x20x2 2
All 7.5 AP34 24x 18x2 2
Al2 7.5 A42 24x24x2 2
Al3 7.5 B36 16x20x2 3
B1 7.5 B50 20x25x2 3
B2 5 A44 24x24x2 2
B3 5 A43 24x24x2 2
Cl 5 A51 24x24x2 3
C2 5 B43 20x25x2 2
C3 5 B42 16x20x2 2
C4 5 A42 24x24x2 3
C5 5 A43 20x25x2 2
C6 5 B46 20x25x2 2
C7 5 B42 24x24x2 4
El 5 ER32 24x24x2 4
E2 5 ER33 16x20x2 3
E3 5 BP48 20x25x2 2
E4 5 Bp48 20x25x2 2
Page 8 of 17
Al 5 Bp48 20x25x2 2
Boiler 15 BTUs
2 City Hall - 1201 Leopard St, Corpus Christi, TX 78401
System AH Size Chiller Belt Belt Qty Air Filter Size Air Filter
Tonnage Size Qty
Water 250
Cooled
Water 250
Cooled
Water 50
Cooled
AHU-A 100 B140 16 24 x 24x 2 44
AHU-B 100 B 63 2 24 x 24 x 2 44
AHU-C 100 B 55 4 24x 24 x2 44
AHU-D 100 B 47 6 24 x 24 x2 44
AHU-E 20 24x24x4 3
OHA 10 24x24x4 1
OHA 10 24x24x4 1
OHA 10 24x24x4 1
OHA 10 16x20x2 4
AHU-1 10 16x20x2 4
AHU-2 10 16x20x2 4
AHU-3 10 16x20x2 4
VAV 17 x 19 x 1 200
Boxes
Boiler 15 BTUs
3 Gas Department - 4225 S Port Ave, Corpus Christi, TX 78415
System AH Size Chiller Belt Belt Qty Air Filter Air Filter
Tonnage Size Size Qty
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Page 9 of 17
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
Robur Gas 4.8 20 x 20 x 4 2
Absorption
Chiller
AHU 50 20x20x4 2
4 Police Department-321 John Sartain St, Corpus Christi, TX 78401
System AH Size Chiller Compressor Air Filter Air Filter Qty
Tonnage Size
Water 136
Cooled
Water 136
Cooled
ACCU 3 3 24x24x4 2
ACCU 5 5 24x24x4 2
ACCU 7.5 7.5 24x24x4 2
AHU 11 .5 24x24x4 2
AHU-1 5 24x24x4 2
AHU-2 5 24x24x4 2
AHU-6 3 24x24x4 2
AHU-7 7.2 24x24x4 2
AHU-8 4 24x24x4 2
AHU-9 8 24x24x4 2
AHU-10 2 24x24x4 2
AHU-11 2.6 24x24x4 2
AHU-12 1.5 24x24x4 2
AHU-13 6.5 24x24x4 2
AHU-14 7.5 24x24x4 2
AHU-15 6 24x24x4 2
AHU-16 7 24x24x4 2
AHU-17 12.5 24x24x4 2
AHU-18 2 24x24x4 2
AHU-19 5 24x24x4 2
AHU-20 3 24 x 24 x 4 2
AHU-21 9.5 24x24x4 2
Page 10 of 17
AHU-24 8.5 24x24x4 2
ACCU 3 24x24x4 2
Boiler 15
5 Frost Building -2406 Leopard St, Corpus Christi, TX 78408
System AH Size Chiller Belt Belt Qty Air Filter Air Filter
Tonnage Size Size Qty
Air Cooled 100
Air Cooled 100
AHU-6 16.5 B90 2 24x24x2 5
AHU-7 16.5 B100 2 24x24x2 5
AHU-8 16.5 BP71 2 24x24x2 5
AHU-9 16.5 BP90 4 24x24x2 5
AHU-10 16.5 24x24x2 5
AHU-11 16.5 24x24x2 5
Boiler 15 BTUs
6 Water Department- 2726 Holly Road, Corpus Christi, TX 78415
System AH Size Chiller Compressor Air Filter Size Air Filter Qty
Tonnage
Gas 50
Split 2 2 24x 16 x 2 3
Split 2.5 2.5 24 x 16 x 2 3
AHU 10 16x20x2 3
AHU 13.5 16x20x2 3
AHU 13.5 16x20x2 3
AHU 13.5 16x20x2 3
7 Broadmoor Senior Center- 1651 Tartlon St, Corpus Christi, TX 78415
System AH Size Compressor Air Filter Size Air Filter Qty
Split 5 5 24x 25x 4 2
Split 5 5 24x 25 x 4 2
Split 10 10 24x 25 x 4 2
Split 5 5 24x 25x 4 2
Split 1.5 1.5 24x 25 x 4 2
Split 7.5 7.5 24x 25 x 4 2
8 Ethel Eyerly Senior Center- 654 Graham Rd, Corpus Christi, TX 78418
System AH Size Compressor Air Filter Size Air Filter Qty
Split 10 10 151/2 x 231/4 x 2 4
Split 7.5 7.5 151/2 x 19 1/2 x 2 4
Page 11 of 17
Split 20 10 15 1/2 x 23 1/4 x 2 4
AHU 10 15 1/2x 19 1/2x2 4
9 Garden Senior Center-5325 Greely Dr, Corpus Christi, TX 78412
System AH Size Compressor Air Filter Size Air Filter Qty
Split 2.5 2.5 20 x 20 x 2 1
Split 3 3 20x20x2 1
Split 5 5 20x20x2 1
Split 5 5 20x20x2 1
Split 5 5 20 x 20 x 2 1
Split 5 5 20x20x2 1
Split 5 5 20x20x2 1
Split 5 5 20x20x2 1
10 Greenwood Senior Center- 4040 Greenwood Dr, Corpus Christi, TX 78416
System AH Size Compressor Air Filter Size Air Filter Qty
Split 5 5 20 x 25 x2 3
Split 5 5 20x25x2 3
Split 50 50 20 x 25 x 2 3
11 Lindale Senior Center-3135 Swantner St, 78404
System AH Size Compressor Air Filter Size Air Filter Qty
Split 4 4 24x 16x 2 1
Split 25 25 24 x 22 X 1 1
Split 15 15 24x 22 X 1 1
12 Northwest Senior Center-9725 Upriver Rd, Corpus Christi, TX 78410
System AH Size Compressor Air Filter Size Air Filter Qty
Split 12.5 12.5 16 x 25 X 2 2
Split 25 25 16 x 25 X 2 2
Split 20 10 16 x 25 X 2 2
AHU 10 16x25X2 2
13 Oveal Williams Senior Center- 1414 Martin Luther King Dr
System AH Size Compressor Air Filter Size Air Filter Qty
Split 4 4 16x 25 X 2 2
Split 7.5 7.5 16 x 25 X 2 2
Split 5 5 16 x 25 X 2 1
Page 12 of 17
Split 1.5 1.5 16 x 25 X 2 1
Split 5 5 16x 25 X 2 2
Split 5 5 16x 25 X 2 2
14 Zavala Senior Center- 510 Osage Dr, Corpus Christi, TX 78405
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 25 25 20x 18 x2 10
Split 7.5 7.5 20x 18 x 2 5
Split 10 20 20x 18x 2 5
Split 10 16x 25 X 2 4
15 La Retama Library-805 Comanche St, Corpus Christi, TX 78401
System AH Size Chiller Compressor Air Filter Size Air Filter
Tonnage Qty
Air 100
Cooled
Air 100
Cooled
AHU 50 16x25x2 25
AHU 50 16x25x2 25
AHU 50 16x25x2 25
AHU 50 16x25x2 25
Split 5 5 24 x 24 x 2 5
Boiler 15 BTUs
16 Hopkins Public Library- 3202 Mckinzie Rd, Corpus Christi, TX 78410
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 7.5 7.5 16 x 25 X 2 3
Split 15 15 16x 25 X 2 3
Split 3 3 16x 25 X 2 3
Split 5 5 16x 25 X 2 3
17 Neyland Public Library- 1230 Carmel Pkwy, Corpus Christi, TX 78411
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 40 40 24 x 15 x2 12
Split 7.5 7.5 24 x 15 x 2 12
Split 10 10 24x 15 x 2 12
Page 13 of 17
18 O.N. Stevens Water Treatment Plant- 13101 Leopard St, Corpus Christi, TX 78410
System AH Chiller Compressor Air Filter Size Air
Size Tonnage Filter
Qty
Air 30
Cooled
AHU 20 24x 15x2 3
AHU 10 24x 15x2 3
Split 5 5 24x 15 x 2 3
Split 2 2 24 x 15 x 2 3
Split 3 3 24 x 15 x 2 3
Split 2.5 5 24 x 15 x 2 3
Split 2.5 24 x 15 x 2 3
Split 5 5 24 x 15 x 2 3
Split 5 5 24 x 15 x 2 1
Split 5 5 24 x 15 x 2 1
Split 3 10 24x 15 x 2 2
Split 3 24 x 15 x 2 2
Split 3 24 x 15 x 2 2
Split 4 4 24 x 15 x 2 1
Split 8 8 24 x 15 x 2 3
De- 400 24 x 15 x 2 2
humidifier CFM
De- 400 24 x 15 x 2 2
humidifier CFM
Split 3 3 24 x 15 x 2 1
Split 3 3 24 x 15 x 2 1
Split 3 3 24 x 15 x 2 1
Split 3 3 24 x 15 x 2 1
Split 3 3 24 x 15 x 2 1
RTU 7.5 24x 15x2 1
Split 3.5 3.5 24 x 15 x 2 1
Split 3.5 3.5 24 x 15 x 2 1
Split 13 13 24 x 15 x 2 4
Split 3.5 3.5 24 x 15 x 2 1
Split 1.5 1.5 24 x 15 x 2 1
Split 2.5 2.5 24 x 15 x 2 1
Split 6 6 24 x 15 x 2 2
Split 6 6 24 x 15 x 2 2
RTU 7.5 7.5 24x 15x2 1
RTU 10 10 24x 15x2 1
RTU 20 20 24 x 15 x 2 1
Split 10 10 24 x 15 x 2 2
Wall 6 6 24x 15x2 2
mount
Wall 5 5 24x 15x2 1
mount
Page 14 of 17
Wall 5 5 24x 15x2 1
mount
Wall 5 5 24x 15x2 1
mount
Wall 6 6 24x 15x2 1
mount
19 Solid Waste- 2525 Hygeia St, Corpus Christi, TX 78415
System AH Compressor Air Filter Size Air Filter Qty
Size
RTU 7.5 20 x 25 x 1 1
RTU 7.5 20x25x 1 1
RTU 10 30x20x 1 1
RTU 5 20x 25 x 1 1
RTU 3 20x 25 x 1 1
RTU 4 20x 25 x 1 1
Split 2 2 20x 25 x 1 1
Split 3 3 20 x 25 x 1 1
20 Animal Care -2626 Holly Road, Corpus Christi, TX 78415
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 12.5 12.5 20 x 24 x 2 4
Split 5 5 20x24x2 1
Split 2 2 20x24x2 1
Split 2 2 20x24x2 1
Split 2.5 2.5 20 x 24 x 2 1
Split 2 2 20x24x2 1
Split 25 25 20 x 24 x 2 4
21 Signs & Signals Building -2525 Hygeia St, Corpus Christi, TX 78415
System AH Compressor Air Filter Size Air Filter Qty
Size
RTU 10 20x24x2 3
RTU 7.5 20x24x2 3
22 PD Holly Warehouse - 1501 Holly Rd, Corpus Christi, TX 78415
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 7.5 7.5 20 x 24 x 2 3
Page 15 of 17
Split 7.5 7.5 20 x 24 x 2 3
Split 12.5 12.5 20x24x2 5
Split 2 2 20x24x2 1
Mini- 1 20x24x2 1
Split
Mini- 3 20x24x2 1
Split
23 PD Internal Affairs —5805 Williams Dr
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 4 4 24 x 24 x 2 2
Split 5 5 24 x 24 x 2 2
24 PD Hour Bluff— 1456 Waldron Rd
System AH Compressor Air Filter Size Air Filter Qty
Size
RTU 3 3 24x24x2 2
RTU 3 3 24x24x2 2
RTU 5 5 24x24x2 2
25 Park Ops— 5352 Ayers St, Corpus Christi, TX 78415
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 3 3 24x24x2 2
Split 3 3 24x24x2 2
Split 5 5 24x24x2 2
26 Fleet Services—5352 Ayers St, Corpus Christi, TX 78415
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 3 3 24 x 24 x 2 2
Split 3 3 24x24x2 2
Split 5 5 24x24x2 2
27 Facility Maintenance —5352 Ayers St, Corpus Christi, TX 78415
System AH Compressor Air Filter Size Air Filter Qty
Size
Split 3 3 24x24x2 2
Page 16 of 17
Split 3 3 24x24x2 2
Split 5 3 24x24x2 2
28 McDonald Library-4044 Greenwood Rd, Corpus Christi, TX 78416
System AH Chiller Compressor Air Filter Size Air Filter Qty
Size Tonnage
Air 150
Cooled
Air 150
Cooled
AHU 50 16x25x2 25
AHU 50 16x25x2 25
AHU 50 16x25x2 25
AHU 50 16x25x2 25
AHU 50 16x25x2 25
Split 5 5 24x24x2 5
Boiler 4
BTUS
Page 17 of 17
Attachment B: Bid/Pricing Schedule
(O USC
Aim as CITY OF CORPUS CHRISTI
° CONTRACTS AND PROCUREMENT
DEPARTMENT
M'RYRRRT EBID FORM
185
RFB No. 2581
•
HVAC Preventative Maintenance and Repair
Services
PAGE 1 OF 2
Date: 12/02/2019
Authorized
Bidder: Coastline Refrigeration & Service Signature:
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Item Location UNIT QTY-3 Unit Total Price
years Price
Preventative Maintenance, Inspection and
Water Treatment Services (at applicable locations only marked as *)
1* Health Services Year 3
$18,260.00 $54,780.00
2* City Hall Year 3 $74,300.00 $222,900.00
3* Gas Department Year 3 $16,480.00 $49,440.00
4* Police Department Year 3 $25,290.00 $75,870.00
5 Frost Building Year 3 $13,530.00 $40,590.00
6* Water Department Year 3
$16,400.00 $49,200.00
7 Broadmoor Senior Year 3
Center
$1,500.00 $4,500.00
8 Ethel Eyerly Year 3 $1,500.00 $4,500.00
9 Garden Senior Center Year 3 $1�f(n no $.5,n4n on
10 Greenwood Senior Year 3
Center $1,680 00 $5 040 00
11 Lindale Senior Center Year 3
$1.600 00 $4.800 00
12 Northwest Senior Center Year 3 $1,780.00 $5,340.00
13 Oveal Williams Senior Year 3
Center $1,800.00 $5,400.00
14 Zavala Senior Center Year 3 $1,800.00 $5,400.00
15* La Retama Library Year 3
$11,330.'_0 $33,990.00
16 Hopkins Public Library Year 3 $1,800.00 $5,400.00
17* Neyland Public Library Year 3
$3,220.00 $9,660.00
18 O.N. Stevens WWTP Year 3 $23,830.0) $71,490.00
19 Solid Waste Year 3 $2,400.0 $7,200.00
20 Animal Care Year 3 $2,400.00 $7,200.00
21 Signs and Signals Building Year 3 $1,600.00 $4,800.00
22 PD Holly Warehouse Year 3
$1,600.00 $4.800.00
23 PD Internal affairs Year 3 $1,600.00 $4,800.00
24 PD Flour Bluff Year 3 $1,600.00 $4,800.00
25 Park Ops Year 3 $1,600.00 $4,800.00
26 Fleet Services Year 3 $1,600.00 $4,800.00
27 Facility Maintenance Year 3 $1,600.00 $4,800.00
28* McDonald Library Year 3 $8,220.00 $24,660.00
Item Descri tion: T1 °‘-..-:;i440,1 ''` x W,Q0 fa";ifig rit r e
rin:t x ',V f ~ � i,......6,4.- � y i
a t i� f a� �
z.
,4' :-k% trifgrOM
Repairs 4ti�, . �v , ft ` `•
29 HVAC Technician Hours 5,000
Normal Hours $50.00 $250,000.00
(M-F 8:00 AM to 5:00 PM)
30 HVAC Helper Hours 5,000
Normal Hours $30.00 $150,000.00
(M-F 8:00 AM to 5:00 PM)
m `bestrpo�n' ,� , xr '�1N�tr` , r�QT�f '3 ;< Unit Total`Price
n' . F`.'AfiM F� 'j �`'i �i F y - r 1 ?r r r r4�.
years :Price . .
31 HVAC Technician Hours 100
Afterhours, Weekends $50.00 $5,000.00
and Holidays
32 HVAC Helper Hours 100
Afterhours, Weekends $30.00 $3,000.00
and Holidays
Estimated Markup
Spend 1%)
33 Parts/Materials $800,000 � � a t> W4-°'6 ��' �'
�o� � •8430;08000
Total
-$1-9-34,800,93
,0,0( 3604 0 CI °
ATTACHMENT C: INSURANCE REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance
required has been obtained and such insurance has been approved by the City.
Contractor must not allow any subcontractor Agency to commence work until
all similar insurance required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one
(1) copy of Certificates of Insurance (COI) with applicable policy endorsements
showing the following minimum coverage by an insurance company(s)
acceptable to the City's Risk Manager. The City must be listed as an additional
insured on the General liability and Auto Liability policies by endorsement, and a
waiver of subrogation is required on all applicable policies. Endorsements must
be provided with COI. Project name and or number must be listed in Description
Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-written day notice of cancellation, Bodily Injury and Property Damage
required on all certificates or by
applicable policy endorsements Per occurrence - aggregate
Commercial General Liability Including: $1,000,000 Per Occurrence
1. Commercial Broad Form
2. Premises-Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $1,000,000 Combined Single Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
INSTALLATION FLOATER Value of the equipment
Page 1 of 3
C. In the event of accidents of any kind related to this agreement, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days
of the accident.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company.The coverage must be written
on a policy and endorsements approved by the Texas Department of Insurance.
The workers' compensation coverage provided must be in an amount sufficient
to assure that all workers' compensation obligations incurred by the Contractor
will be promptly met.
B. Contractor shall obtain and maintain in full force and effect for the duration of
this Contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written on an occurrence basis, by companies authorized and
admitted to do business in the State of Texas and with an A.M. Best's rating of no
less than A- VII.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All
notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all
insurance policies are to contain or be endorsed to contain the following
required provisions:
• List the City and its officers, officials, employees, volunteers, and elected
representatives as additional insured by endorsement, as respects operations,
completed operation and activities of,or on behalf of,the named insured performed
under contract with the City,with the exception of the workers' compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the
City of Corpus Christi where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide thirty (30) calendar days advance written notice directly to City of any
suspension, cancellation, non-renewal or material change in coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of
coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend
Contractor's performance should there be a lapse in coverage at any time
during this contract. Failure to provide and to maintain the required insurance
shall constitute a material breach of this contract.
Page 2 of 3
F. In addition to any other remedies the City may have upon Contractor's failure to
provide and maintain any insurance or policy endorsements to the extent and
within the time herein required, the City shall have the right to order Contractor
to remove the exhibit hereunder, and/or withhold any payment(s) if any, which
become due to Contractor hereunder until Contractor demonstrates
compliance with the requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to
which Contractor may be held responsible for payments of damages to persons
or property resulting from Contractor's or its subcontractor's performance of the
work covered under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-
contributory with respect to any insurance or self-insurance carried by the City of
Corpus Christi for liability arising out of operations under this agreement
I. It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this agreement
2019 Insurance Requirements
Ins. Req. Exhibit 4-I
Contracts for General Services -Services Performed Onsite - Installation Floater
05/31/2019 Risk Management- Legal Dept.
BONDS
No bonds are required; therefore Section 5(B) is null to this Service Agreement.
Page 3 of 3
ATTACHMENT D: WARRANTY REQUIREMENTS
A. The Contractor shall warrant materials and workmanship against defects arising
from faulty material, faulty workmanship for a period of 12 months following the
final acceptance of the work and shall replace such defective materials or
workmanship without cost to the City.
B. Where items of equipment or material carry a manufacturer's warranty for any
period in excess of 12 months, then the manufacturer's warranty shall apply for
that piece of material or equipment. The Contractor shall replace such defective
equipment or materials, without cost to the City, within the manufacturer's
warranty period.
C. The Contractor shall clean the system at no additional charge if the condenser or
boiler become fouled by calcium carbonate scale during the term of the contract.
D. Any additional service call to repair deficiencies previously addressed will not be
considered for payment.
Page 1 of 1