HomeMy WebLinkAboutC2020-110 - 3/17/2020 - Approved ,,SUSC
464- Ih
►'ii ill 3,4
III
SERVICE AGREEMENT NO. 2621
4 ORP�p'i Generator Preventative Maintenance, Repairs and Rentals
x852
THIS Generator Preventative Maintenance, Repairs and Rentals Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas
home-rule municipal corporation ("City") and Loftin Equipment Company, Inc.
("Contractor"), effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Generator Preventative Maintenance,
Repairs and Rentals in response to Request for Bid/Proposal No. 2621 ("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 Generator Preventative Maintenance, Repairs and
Rentals ("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
$470,760.00, 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.
Invoices will be mailed to the following address with a copy provided to the
Contract Administrator:
Service Agreement Standard Form Page 1 of 7
Approved as to Legal Form November 11, 2019
SCANNED
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 : Charles Mendoza
Department: Asset Management
Phone: (361) 826-1941
Email: Charlesm2@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
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form November 11, 2019
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.
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.
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form November 11, 2019
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: Charles Mendoza
Title: Deputy Director of Asset Management
Address: 5352 Ayers, Bldg. 3A, Corpus Christi, Texas 78415
Phone: (361) 826-1941
Fax: (361) 826-1989
IF TO CONTRACTOR:
Loftin Equipment Company, Inc.
Attn: Steven Stewart
Title: Account Manager
Address: 1241 Universal City Blvd., Universal Ciy, Texas 78148
Phone: (210) 870-0974
Fax: (210) 881-2143
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form November 11, 2019
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.
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.
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form November 11, 2019
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. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
26. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form November 11, 2019
CONTRACTOR --' - ---F r
Signature:
Steven Stewart
Printed Name:
Service Sales Manager
Title:
Date:
2/20/2020
CITY OF CORPUS CHRISTI
Kim Baker
Director of Contracts and Procurement
Date: J• l Qj . ZOZO ATTEST:
REB CA HUERTA
Attached and Incorporated by Reference: CITY SECRETARY
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only: 1VLa0a0 d5$ AUTMUIt�tt►
Exhibit 1: RFB/RFP No. 2621 IT mo '— LT.� Q )
Exhibit 2: Contractor's Bid/Proposal Response
SECRETARY
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form November 11, 2019
Attachment A - Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall provide Generator Preventive Maintenance on an annual
basis; Repairs, and Generator rentals on an as needed basis.
B. The Contractor shall provide services to multiple generators of various brands -
Olympian, Cummins, Caterpillar, Generac, Onan, Baldor, and Detroit,which are
located at various locations throughout the City. The City may add or remove
generators from the list at their own discretion.
C. The Contractor shall be responsible to furnish labor, supervision, tools, materials
and equipment necessary to perform preventive maintenance and repair
services in accordance with all terms, conditions, and schedules of this scope
of work.
D. The Contractor shall provide emergency and non-emergency generator
repairs. The Contractor technician shall be available 24 hours, 7 days a week for
emergency services.
E. The Contractor shall provide preferential response for any emergency services
requested by the City over any non-agreement customers.
F. All work performed under this contract shall be performed in accordance with
all applicable codes and standards.
1.2 Preventative Maintenance
A. The Contractor will perform preventive maintenance services on an annual
basis. The service to be completed on or before a date agreed by both parties
each year. The City will schedule preventive maintenance service visits.
B. Preventive maintenance will be performed, Monday to Friday, from 8:00 AM to
3:00 PM. The Contractor will check in and check out with the on-site Work
Coordinator before and after all authorized work is performed.
C. The preventive maintenance services shall include at a minimum the following
tasks outlined below. This list is not intended to be all inclusive for each
generator. The Contractor shall also comply with the specific recommendations
of the Original Equipment Manufacturer recommendation for the preventive
maintenance and for all parts/materials/fluid requirements.
1. Complete inspection of engine, generator, and associated equipment,
including the battery, battery charger, control panel, gauges, support
structure, mounting systems, fuel tanks, and exterior of equipment.
2. Check and test all safety devices.
3. Check Engine Coolant.
4. Check for faulty codes and correct deficiencies.
Revised 4.4.19
5. Verify voltage and frequency output.
6. Adjust engine speed.
7. Adjust fuel regulator (if applicable).
8. Inspect fuel system, air intake, and exhaust systems.
9. Inspect oil for contamination, if necessary, perform metal wear analysis.
10. Test and inspect battery charging cable and connections.
11. Perform fuel analysis, if necessary (diesel fuel generator).
12. Remove and replace lubricating oil and filters.
13. Remove and replace fuel filter and air filter.
14. Remove and replace sparkplugs.
15. Test and inspect battery charging system for proper function.
16. Manually start the generator.
17. Supply load test equipment and perform load test as per requirement of
generator or informed by the Work Coordinator.
18. Transfer Switches
i. Inspect and clean each drive
ii. Lubricate moving parts and contact surfaces
iii. Inspect and ensure all connections are tight and meet required
and/or recommended torque specifications
iv. Perform power transfers to ensure proper operation.
19. Dispose any used parts and fluid in accordance with current EPA and/or
TCEQ rules and regulations.
D. The Contractor shall perform repair and/or replacement parts identified during
preventive maintenance. Preventive repairs shall be made to prevent an
unscheduled generator breakdown and to ensure continued normal operation
of the generator. Replacement of parts shall be made to extend the useful life
of the generator.
E. Once identified necessary repair and/or replacement of parts, the Contractor
shall provide not to exceed estimate inclusive of labor and parts/material cost
to the onsite work coordinator for approval.
F. The Contractor shall completely document all repairs. A copy of each
preventive maintenance service and repair report will be provided to on-site
personnel at the time of completion and shall provide the following information:
1. Work Order Number
2. Service Address
Revised 4.4.19
3. Model and serial number of equipment repaired
4. Description of the repairs
5. Itemized list of replacement parts/materials
6. Start time, End time and Total hours worked
7. Name of approving City personnel
1.3 Repair Service
A. The City Staff will provide the work order before commencement of services.
After inspection of work, if the anticipated cost of labor and materials exceeds
$1,000.00, the Contractor must obtain approval from the Contract Administrator
prior to commencement of work.
B. Repair service will be done on an as needed basis through a request from the
Contract Administrator or onsite work coordinator to the Contractor requesting
the Contractor to go to a specific generator to correct any problems which
needs attention.
C. Work that has to be re-done shall also pertain to emergency or non-emergency
repair services. The onsite work coordinator will use prudent judgment to define
emergency or non-emergency. The work coordinator decision shall remain final
and the Contractor shall act accordingly.
D. The Contractor will receive emergency repair requests via telephone and must
call back within 15 minutes of call being placed by the work coordinator. During
emergencies, the Contractor shall be on site within two-hours.
E. During non-emergency, the Contractor shall be available at the site within
three-hours.
F. In the event of adverse weather i.e. hurricane, storm, tornado etc., the
Contractor shall be available after the post weather event.
G. The Contractor shall identify the repair required and provide the onsite work
coordinator a written estimate of the time and parts/materials required for the
repair in order to obtain approval to perform the repair in accordance with the
contract pricing.
H. The Contractor shall complete repairs within 24 hours of arrival on site. The
Contractor will communicate to onsite work coordinator any conditions that
may delay work being completed within 24-hour period.
I. In case of emergency or adverse weather, the City reserves the right to use
another Contractor, if the Contractor response times are non-compliant.
J. If the Contractor is required to leave the premises to obtain parts/materials,
onsite work coordinator must be notified.
K. Contractor' shall only invoice City's for the time spend on the property. City's
shall not pay for time spend in route or travelling to acquire parts/supplies.
Revised 4.4.19
1.4 Generator Rentals
A. The City will request the Contractor to provide generator rental, if the City needs
back up power or current generator is in non-repairable condition.
B. The Contractor shall supply a temporary back-up generator meeting the load
rating of the affected site to ensure continuity of operations. The Contractor
shall supply necessary accessories to start the generator.
C. In case of non-emergency or emergency, the City reserves the right to use
another Contractor, if the Contractor response times are non-compliant.
D. The City may rent a generator that varies in size from 100 to 600 KW, based on
prices listed in the contract.
E. The Contractor shall be responsible for the delivery and pick up of the
generator. The City Staff will be responsible for the loading and unloading of the
generator.
F. The rental period will start when the equipment leaves from the Contractor
premises and the rental period will end when the equipment handed over by
the City Staff to the Contractor.
G. The City may rent a generator on Single Shift, Double Shift or Triple Shift,
depending on the circumstance(s). The Single Shift defined as 8 hours/day, 40
hours/week and 160 hours/month, Double Shift defined as 16 hours/day, 80
hours/week and 320 hours/month. Triple Shift defined as unlimited usage in a
day, week and unlimited month. Month is defined as 28 days and Week is
defined as 7 days.
H. During the rental period, the Contractor shall be responsible for the preventive
maintenance, repairs and/or replacement of parts of the generator.
I. The Contractor shall provide price inclusive of insurance and damage waiver.
J. The Contractor shall deliver the generator full of diesel fuel. The City shall return
the equipment full of diesel fuel.The Contractor shall charge the City, if City fails
to fill the tank. The prices should be charged per market rate.
1.5 Parts and Warranty
A. The Contractor shall make repairs using new and unused Original Equipment
Manufacturer (OEM) parts.
B. The Contractor shall provide one-year warranty on repairs and one-year
warranty or manufacturer warranty on OEM parts.
C. Warranty repairs shall be corrected in a timely manner upon notification. If the
Contractor, after notice, fails to proceed promptly, the City may have the
defects corrected by a third party and the Contractor shall be liable for all
expenses incurred. Such action shall not relieve the Contractor of further
warranty liabilities.
Revised 4.4.19
D. The Contractor will be responsible for submitting warranty claims to the
manufacturer.
1.6 Service Personnel
A. The Contractor shall employ sufficient full-time service personnel to perform
services outlined in this contract. The Contractor's service technician(s) must be
trained, experienced and qualified to perform services outlined in this contract.
B. The Contractor shall provide proper Personnel Protective Equipment (PPE) for
their employees performing the work as required by OSHA and any other
Federal, State, or Local codes, Law and Regulations.
C. The Contractor's technician shall check in with the onsite work coordinator prior
to commencing work and check out after completing the work. This
requirement applies to regular maintenance and call back repairs.
1.7 Invoicing
A. Invoice pricing shall reflect pricing as shown in the Contract.
B. All invoices shall provide detailed information, including:
1. P.O No/Work order Number
2. Service Address
3. Model and Serial number of equipment
4. Description of repair, PM and rental services
5. Itemized list of charges i.e. labor, parts/material, to include copies of
all invoices for parts/materials
6. Name of authorizing City representative
C. Approval of payment shall be authorized by the Contract Administrator
1.8. Recordkeepinq
The Contractor shall establish and maintain a log delineating complete and
accurate records of all repairs, 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.
1.9 Safety
The Contractor shall ensure that all work is performed in a safe manner and shall
provide all necessary equipment and barriers to protect the work site, workers,
City's employees, City's vehicles and property, and the public during performance
of all services under this agreement.
1.10 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
Revised 4.4.19
the Contract are provided as specified. The Contractor will also provide
supervision of the work to ensure it complies with the contract requirements.
1.11 Work Site Locations
The Contractor shall perform general services to the following locations on an as
needed basis:
Item Building Address Manufacturer Serial #
Name AModel #
1 Health 1702 Horne Rd. Kohler TS-883 500
Department Corpus Christi, 2055881
TX 78416
2 City Hall 1201 Leopard Cummins/500DFEK
Corpus Christi, H 120372505 515
TX 78401
3 City Hall 1201 Leopard MAGNA
St. Corpus One/680FDR8062GG SE3293432 500
Christi, TX 78401
4 Gas 4225 S. Port Ave. Caterpillar/3304PC
Department Corpus Christi, 02B6355 300
TX 78415
5 Police 321 John Sartain Olympian/B50P3 OLY00000CNPF 500
Department St. Corpus 01601
Christi, TX 78401
6 CCPD Service Center Generac/3859010100 2076244
Motor Pool Drive, Corpus 150
Bldg. 5 Christi, TX 78415
7 Frost Bank 2402 Leopard Generac/433RSL4021 400
St. Corpus LM239963-0901
Christi, TX 78408
Staples
8 City Fuel 2726 Service 2018 Kohler/20RESC 339TGVFPo436 17
Station Center Drive,
Corpus Christi,
TX 78415
9 Cefe 2397 Co. Rd. 20 Coleman 03013867 100
Landfill Robstown, TX EN/C41 17GP
78380
10 Cefe 2397 Co. Rd. 20 Cummins/DGDB G060946257 100
Landfill Robstown, TX
78380
11 Cefe 2397 Co. Rd. 20 Cummins/DGDB G060946256 100
Landfill Robstown, TX
78380
12 Street 2525 Hygeia LIMA ELECT/2846-0- A35515TU 150
Operations Corpus Christi, 814
TX 78415
Revised 4.4.19
13 JC Elliot 6594 Coleman 03013867 100
Transfer Greenwood EN/C41 17GP
Station Corpus Christi,
TX. 78415
14 Fleet 5352 Ayers St. Generac/Generator 2076244 300
Corpus Christi,
TX 78415
15 Fleet 5352 Ayers St. Beloit/Generator 504192RE 300
Corpus Christi,
TX 78415
16 Water Utility 2726 Holly Road Kohler/80RZ207 260073 300
Building Corpus Christi,
TX 78415
17 Animal 2626 Holly Road Caterpillar/3304 PC 02B6355 300
Care Corpus Christi,
TX 78415
1.12 Preventative Maintenance Tracking - Maximo
In order to properly install, operate, and maintain all new equipment for maximum reliability,
minimum lifecycle costs, and maximum life; the City requires equipment vendors to provide
the following sets of information for input into the City's Preventative Maintenance system
(Maximo):
1. Name plate data for each equipment package or package component as
applicable.
2. Installation instructions, diagrams, and specifications including tolerances for items
such as alignment, balancing, and running vibration.
3. Operation start, run, and stop instructions; operating ranges, operator monitoring
parameters, and operator inspection instruction and schedule.
4. Planned Maintenance schedule, including time-based preventive, meter-based
preventative, and predictive monitoring tasks. Job plans, logout-tagout instructions, and
required parts lists should be included for all planned maintenance tasks.
5. Parts lists with quantities for all planned maintenance. Recommended spare parts list
and quantity for breakdown maintenance.
The City will provide formats and forms to submit the above information.
Revised 4.4.19
Attachment B - Bid/Pricing Schedule
° ' CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT DEPARTMENT
r~ BID FORM
RFB No. 2621
1852
Generator Preventative Maintenance, Repairs and Rentals for
Asset Management
Date:
12/23/2019 PAGE 1 OF 4
Authorized
Loftin Equipment Company, Inc. C�
Bidder: 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 Annual Preventative Unit Qty. Unit Total Price
Maintenance and Price
Inspection
1 Health Department Year 3 $ 825 $ 2475
2 City Hall (2 Generators) Year 6 $ 885 $ 5310
3 Gas Department Year 3 $ 440 $ 1320
4 Police Department Year 3 $ 380 $ 1140
5 CCPD Motor Pool BLDG 5 Year 3 $ 525 $ 1575
6 Frost Bank Year 3 $ 670 $ 2010
7 City Fuel Station Year 3 $ 380 $ 1140
8 Cefe Land Fill (3 -Generators) Year 9 $ 525 $ 4725
9 Streets Operations Year 3 $ 525 $ 1575
10 JC Elliot Transfer Station Year 3 $ 525 $ 1575
11 Fleet (2 Generators) Year 6 $ 670 $ 4020
12 Water Utility Building Year 3 $ 525 $ 1575
13 Animal Care Year 3 $ 440 $ 1320
Item Repairs Unit Qty Unit Price Total Price
14 Technician Normal Hours, M-F Hours 1000
$
(8:00 AM to 5:00 PM) 85.00 $ 85,000.00
15 Technician After Hours, Hours 400 $ 127.50 $ 51,000.00
Weekends and Holidays
Estimated Spend Markup
(%)
16 Parts $220,000 25 % $ 275,000.00
17 Allowance for Rental of $30,000 $30,000
Generators *
Total $ 470,760.00
* See attached pricing sheets for specific generator rentals
Generator Rental Price List
A. If the Contractor does not have the generator specified, then the Contractor can
provide a rate for the equivalent one.
B. The Contractor needs to provide a rate for single shift, double shift and triple shift.
Item Type of Generator Daily Rental Weekly Rental Monthly Rental
1 Kohler/TS- 883
500KW
Single Shift $ 1,920 $ 5,080 $ 12,520
Double Shift $ 2,460 $ 6,690 $ 17,340
Triple Shift $ 2,990 $ 8,290 4 22,150
2 Cummins 500 DFEK
515KW
Single Shift $ 1,920 $ 5,080 $ 12,520
Double Shift $ 2,460 $ 6,690 $ 17,340
Triple Shift $2,990 $ 8,290 $ 22,150
3 Magna
One/680FDR*062GG
500 KW
Single Shift $ 1,920 $ 5,080 $ 12,520
Double Shift $ 2,460 $ 6,690 $ 17,340
Triple Shift $2,990 $ 8,290 $22,150
4 Caterpillar 3304 PC
300 KW
Single Shift $ 1,280 $ 3,390 $ 8,400
Double Shift $ 1,640 $ 4,480 $ 11,660
Triple Shift $ 2,000 $ 5,560 $ 14,920
5 Olympian B50P3
500 KW
Single Shift $ 1,920 $ 5,080 $ 12,520
Double Shift $ 2,460 $ 6,690 $ 17,340
Triple Shift $ 2,990 $ 8,290 $ 22,150
6 Generac 3859010100
100KW
Single Shift $ 580 $ 1,540 $ 3,820
Double Shift $ 750 $ 2,040 $ 5,310
Triple Shift $ 910 $ 2,530 $6,790
7 Generac 433RSL4021
400KW
Single Shift $ 1,920 $ 5,080 $ 12,520
Double Shift $ 2,460 $ 6,690 $ 17,340
Triple Shift $ 2,990 $ 8,290 $ 22,150
8 2018 Kohler/20 Resc
17 KW
Single Shift $ 580 $ 1,540 $ 3,820
Double Shift $ 750 $ 2,040 $ 5,310
Triple Shift $ 910 $ 2,530 $ 6,790
9 Coleman EN/C4117GP
100 KW
Single Shift $ 580 $ 1,540 $ 3,820
Double Shift $ 750 $ 2,040 $ 5,310
Triple Shift $ 910 $ 2,530 $ 6,790
10 Cummins DGDB
100 KW
Single Shift $ 580 $ 1,540 $ 3,820
Double Shift $ 750 $ 2,040 $ 5,310
Triple Shift $ 910 $ 2,530 $ 6,790
11 Lima 2846-0-814
150 KW
Single Shift $ 860 $ 2,260 $ 5,500
Double Shift $ 1,090 $ 2,950 $ 7,570
Triple Shift $ 1,320 $ 3,640 $ 9,640
12 Coleman EN/C4117GP
100KW
Single Shift $ 580 $ 1,540 $ 3,820
Double Shift $ 750 $ 2,040 $ 5,310
Triple Shift $ 910 $ 2,530 $6,790
13 Generac
300KW
Single Shift $ 1,280 $ 3,390 $ 8,400
Double Shift $ 1,640 $ 4,480 $ 11,660
Triple Shift $ 2,000 $ 5,560 $ 14,920
14 Beloit/POW
300KW
Single Shift $ 1,280 $ 3,390 $ 8,400
Double Shift $ 1,640 $ 4,480 $ 11,660
Triple Shift $ 2,000 $ 5,560 $ 14,920
15 Kohler 80RZ207
300KW
Single Shift $ 580 $ 1,540 $ 3,820
Double Shift $ 750 $ 2,040 $ 5,310
Triple Shift $ 910 $ 2,530 $ 6,790
Sub-Total Rentals $ 57,120 $ 155,550 $ 403,620
Attachment C- Insurance Requirements
CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this contract until all insurance required has
been obtained_and such insurance has been approved by the City. Contractor must
not allow any subcontractor, to commence work until all similar insurance required of
any subcontractor 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 endorsement is
required on all applicable policies. Endorsements must be provided with Certificate of
Insurance. Project name and/or number must be listed in Description Box of Certificate
of Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-written day notice of cancellation Bodily Injury and Property Damage
required on all certificates or by Per occurrence - aggregate
applicable policy endorsements.
COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence
including: $1,000,000 Aggregate
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'S COMPENSATION Statutory
Employers Liability $500,000/$500,000/$500,000
C. In the event of accidents of any kind related to this contract, 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 statutory amounts according to
the Texas Department of Insurance, Division of Workers' Compensation. An All States
Endorsement shall be required if Contractor is not domiciled in the State of Texas.
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 renewal certificates of insurance throughout the
term of this contract and any extensions within 10 days of the policy expiration dates.
All notices under this Exhibit 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, and volunteers, as additional insureds
by endorsement with regard to operations, completed operations, 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,
cancellation, non-renewal, material change or termination 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 cancellation, non-renewal, material change or
termination 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.
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 stop work hereunder,
and/or withhold any payment(s) 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 contract.
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 contract.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this contract.
2019 Insurance Requirements
Ins. Req. Exhibit 4-6
Contracts for General Services -Services Performed Onsite
04/26/2019 Risk Management - Legal Dept.
Attachment C - Bond Requirements
No bond requirements necessary for this service agreement; Section
5. Insurance; Bonds Subsection (B) is null for this service agreement.
Attachment D - Warranty Requirements
A. The Contractor shall make repairs using new and unused Original
Equipment Manufacturer (OEM) parts.
B. The Contractor shall provide one-year warranty on repairs and one-year
warranty or manufacturer warranty on OEM parts.
C. Warranty repairs shall be corrected in a timely manner upon notification.
If the Contractor, after notice, fails to proceed promptly, the City may
have the defects corrected by a third party and the Contractor shall be
liable for all expenses incurred. Such action shall not relieve the
Contractor of further warranty liabilities.
D. The Contractor will be responsible for submitting warranty claims to the
manufacturer.