HomeMy WebLinkAboutC2020-140 - 4/14/2020 - Approved oun
cP
MI41i
satSERVICE AGREEMENT NO. 2773
yJ
Truck Scale for Solid Waste Services
1&52
THIS Truck Scale for Solid Waste Services Agreement ("Agreement") is entered into
by and between the City of Corpus Christi, a Texas home-rule municipal corporation
("City") and A-1 Scale Service, Inc. ("Contractor'), effective upon execution by the
City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Truck Scale for Solid Waste Services in
response to Request for Bid/Proposal No. 2773 ("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 Truck Scale for Solid Waste Services ("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 5 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
$76,463.00, 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: Gabriel Maldonado
Department: Solid Waste Services
Phone: (361) 826-1986
Email: GabrielM3@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: Gabriel Maldonado
Title: Contracts/ Funds Administrator
Address: 2525 Hygeia Street, Corpus Christi, Texas 78415
Phone: (361) 826-1986
Fax: (361) 826-1971
IF TO CONTRACTOR:
A-1 Scale Service, Inc.
Attn: Christopher Buchhorn
Title: President
Address: 4807 N.W. Industrial, San Antonio, Texas 78238
Phone: (210) 521-7848
Fax: (210) 521-1333
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
Signature: 4IE
Printed Name: S..�AO U OS.Ltb
Title: uf. 1' ,(.L.oet.
Date: S'Sltt?a
CITY OF CORPUS CHRISTI
e rr
Kim Baker r.
,Ar
of Contracts and Procurement ATTEE ' RE, CCAHUERTA
CITY SECRETARY
Date: L . IS. 2020
Attached and Incorporated by Reference: mAUTNORI�L`
Attachment A: Scope of Work
B:
Attachment Bid/Pricing Schedule if �K
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements Van
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 2773
Exhibit 2: Contractor's Bid/Proposal Response
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, install and maintain one truck scale and its
components per the specifications outlined in this Scope of work for the Solid
Waste Operations located at the J.0 Elliot Transfer Station.
B. The annual number of vehicles, which pass through the scale is approximately
22,162. The software the scale will communicate is with Mettler-Toledo.
C. The scale provided shall fit the same foundation and ties into the existing software.
D. The design and manufacturer of the scale weighbridge, load cells and
associated accessories shall be one manufacturer as to maximize compatibility
and availability of components.
1.2 Specifications
A. Motor Truck Scale Weighbridge
1. The Scale shall be Mettler Toledo Model VTS101 or equivalent
2. The Scale weighbridge shall be capable of weighing trucks that have dual-
tandem axle weights (4 feet minimum between dual axles and at least 10feet
from next axle) of up to 60,000 pounds and shall have a Concentrated Load
Capacity (CL) of 80,000 pounds.
3. The Scale weighbridge shall have an overall weighing surface of not less than
60 feet by 11 feet wide.
4. The Scale shall be fully electronic in design and shall not incorporate any
mechanical weighting elements.
5. The scale shall be calibrated to a minimum of 120,000 pounds by 20-pound
increments and not be exceed 200,000 pounds. System configurations with
increments greater than 20-pound increment will not be accepted; therefore,
scales with gross capacities in excess of 200,000 pounds will not be
acceptable in order for the scale to meet NTEP Legal-for-Trade regulatory
requirements
6. All enclosed chambers created by joining two steel members must be
hermetically sealed to eliminate internal corrosion.
7. The weighbridge decking shall be no less than 5/16" tread plate.
8. The scale weighbridge assemblies shall incorporate no bolted connections
between the load cell and weighbridge assemblies
9. The weighbridge platform shall be provided with side-to-side and end-wall
checking assemblies.The side checking assemblies shall be integrated into the
load cell base plates. End-wall bumper plates shall be embedded or bolted
to the end-walls.
Revised 11.08.19
10. The load cell base plates shall have a minimum thickness of Yz" and shall be
anchored securely to the scale foundation.
11. The scale shah meet the requirements set forth by the current edition of the
National Institute of Standards and Technology Handbook 44(NIST H-44). The
scale manufacturer shall provide a Certificate of Conformance (NTEP
Certification) to these standards upon request.
12. The weighbridge structural members shall be shot blasted to a minimum SSPC-
SP6 specification prior to painting
13. All exterior surfaces of The scale shall have a two-component, high-build
epoxy finish, impregnated with aluminum flake for increased corrosion
resistance and UV protection, providing total Dry Film Thickness of 8-10 mils
(International/Akzo Nobel Intergard 7562 or equivalent).
B. Motor Truck Scale Load Cell specifications
1. Load cells shall be METTLER TOLEDO POWERCELL® PDX® load cell or
equivalent.
2. Each load cell shall have a minimum capacity of 50 metric tons (110,000
pounds) with 300% ultimate overload rating.
3. All Load cells shall be certified by NTEP and meet the specifications as set forth
by NIST HB-44 for Class IIIL devices.The manufacturer shall provide a Certificate
of Conformance to these standards upon request.
4. All load cells shall be certified to meet the specifications set forth by the
International Organization of Legal Metrology (OIML) in document R60 for C3
load cells, which requires 60% tighter accuracy tolerances than NIST HB-44 for
Class IIIL devices. The manufacturer shall provide a Certificate of
Conformance to these standards upon request.
5. Load cells shall be digital with an integral microprocessor and analog-to-
digital conversion function located within the load cell housing.
6. Load cells shall output only converted digital information without load
correction for load position to the scale instrument. Analog output of signals
from the load cell is not acceptable due to susceptibility of signal interference.
7. The load cell assembly shall be constructed so as to perform as a rocker pin
and shall have no positive fixed mechanical connectors, such as bolts or links
that are required in mounting the load cell to the weighbridge or foundation
base plates.
8. The load cell shall not require check rods, flexures, or chain links for
stabilization, as these items are sources of ongoing maintenance
requirements.
9. The load cell shall not require a junction box to communicate between the
load cell and scale instrument. No other devices shall be permitted between
the load cell and the digital weight display. Junction boxes, summing boards,
gathering boards, gathering boxes, totalizers, external analog-to-digital
Revised 11.08.19
converter boxes, and sectional controller boxes will not be accepted
because of their significant and inherent maintenance issues.
10. The load cell shall be of stainless-steel construction and hermetically sealed
with a minimum NEMA 6P / IP68 (submersible) and IP60K rating.
11. The load cell shall contain integral Transient Voltage Surge Suppressors (TVSS)
for all input and communication lines. Each TVSS shall contain self-resetting
thermal breakers to protect the load cell components from voltage and
current surges.
12. The load cell shall come equipped with a neoprene rubber boot to keep
debris from contaminating the lower bearing surface.
13. The load cell shall have a positive-lock quick connector integral to its housing
for connecting and disconnecting the load cell interface cable at the load
cell. The connector shall be of glass-to-metal, pin-type construction to
maintain a hermetic seal.
14. System shall be so designed as to permit a load cell cable to be replaced
without either splicing the load cell cable or replacing the load cell, either of
which will contribute to eventual system failure and unnecessary service costs.
System shall be so designed as to permit the replacing the load cell cable
without requiring that the scale must be recalibrated, further reducing service
and maintenance costs.
15. The load cell shall have the following specifications:
• Vmin: 5.0 pounds maximum
• Hysteresis: ± 0.025% of full scale
• Non-Linearity: ± 0.015% of full scale
• Creep (30 minutes): ±0.017% of applied load
• Temperature range: -10°C + 40°C
16. The load cell interface cable shall be stainless steel sheathed for
environmental and rodent protection. Neoprene covered load cell cable
shall not be permitted.
17. Load cell cables which are hard wired directly to the load cell are not
acceptable due to the failure rates associated with moisture wicking into the
load cell from aged cables or damaged cables, and due to the unnecessary
expense associated with replacing entire load cells when only a cable has
been damaged.
C. Motor Truck Scale Instrumentation specifications
1. The scale instrument shall be Mettler Toledo IND246 Power cell or equivalent.
2. The scale instrument shall be NTEP certified. A Certificate of Conformance shall
be provided by the manufacturer upon request.
3. The scale instrument shall be housed in an enclosure that is suitable for desktop
mounting.
Revised 11.08.19
4. The scale instrument shall use full text (descriptive word) based prompts for
entry of setup and calibration parameters. Data and configuration
parameters shall be entered through the instrument's alpha-numeric keypad
-no external keyboard shall be required.
5. The scale instrument shall provide multiple digital filtering parameters of the
displayed weight.
6. The scale instrument shall have preconfigured software to perform truck in /
out weighments.
7. The Contractor will integrate the scales and corresponding instrumentation
with the current scale reporting software: Auto Scale CMRS by Mettler Toledo.
8. The scale instrument shall have gross/net weight switching and the ability to
recall the gross or tare weights in the net mode.
9. The scale instrument shall be capable of being programmed and calibrated
in pounds or kilograms
10. The scale instrument shall have a (2) standard communication ports. One
provides bi-directional RS232C and the second can be configured for RS232C,
R5422 or RS485. The port shall be capable of receiving a remote print
command vial serial communication or hard wire input.
11. The scale instrument shall have Ethernet communication card.
12. The scale instrument shall have a standard analog output providing either 4-
20mA or 0-10y.
13. The scale instrument shall have two standard optically isolated inputs.
14. The scale instrument shall have two standard relay output contacts.
15. The scale instrument shall have addition slots available for additional option
cards.
16. The scale instrument shall have a built-in clock / calendar.
D. Motor Truck Scale Junction Box and Cable
1. Junction boxes shall not be permitted in the scale, attached to the exterior of
the scale, or remotely mounted from the scale. Sectional controllers with
encapsulated PCBs shall not be permitted due to the failure rates associated
with PCBs that have wired connections made within enclosures which are not
hermetically sealed.
2. Load cell cables and scale instrument cables shall be stainless steel sheathed
for environmental and rodent protection.
3. In order to minimize maintenance issues, only a single cable shall be used to
transmit data or weight signals between the weighbridge and the digital
weight display.
Revised 11.08.19
E. Motor Truck Scale Lighting Protection
1. The lightning protection system shall be a METTLER TOLEDO StrikeShielda
Lightning Protection System or equivalent.
2. A comprehensive lightning protection system shall be provided with the scale.
3. The system shall not require complicated wiring or devices to provide this
protection.
4. Major scale components including load cells and scale instrument (terminal)
shall be included in the lightning protection system.
5. Grounding of all scale components including load cells, scale instrument, and
accessories shall be to one common point. Systems with multiple ground
points are not acceptable.
6. An AC line surge protector shall conveniently plug into a common electrical
outlet and have a receptacle.
7. Each AC line surge protector required shall have one isolated, grounding,
hospital-grade duplex receptacle, and an internal 15-amp circuit breaker.
8. Verification of the lightning protection system's performance shall be
available in writing from a third-party verification laboratory upon request.
Proposals submitted without confirming the availability of third-party
verification that the load cells, cables, and instrument as a system have been
able to withstand the equivalent of a lightning strike with 80,000 amperes will
be rejected.
1.3 Motor Truck Scale Installation
A. The existing foundation shall be used for the new scale.
B. The existing scale shall be removed from the foundation and hauled away from
the site.
C. All dirt and debris shall be removed from the foundation and make ready for the
new scale.
D. The scale shall be bolted down to the existing foundation.
E. Modification or additions to the foundation will be allowed upon approval of the
Contract Administrator. Measurement of the pad for the new scale and pictures
of the current scale are attached
F. The Contractor shall safeguard the areas while services are being performed.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.
G.The Contractor will be responsible for damage to surrounding surface, facilities or
person caused by its materials, equipment or workers.
H. The Contractor will be responsible for protecting the work from damage from any
source prior to final acceptance.
Revised 11.08.19
I. Upon completion of installation, the Contractor shall conduct careful inspection
with the department personnel and shall correct all defective work to the
satisfaction of the Contract Administrator.
J. The Contractor shall remove all scarp, litter and debris resulting from operations
specified herein and leave work and the premises in clean and satisfactory
conditions.
1.4 Delivery
A. The Contractor shall deliver the Truck Scale and its components per the
specifications outlined in this Scope of Work.
B. Once the notice to proceed is issued, the acceptable lead time for delivery and
installation is 3 months.
C. The Contractor will supply operational manual and maintenance manual with
the delivery for the Truck Scale and its components.
D. Delivery will be accepted between Monday through Friday (excluding City
Holidays) between 8:00 AM to 3:00 PM, Central Standard Time.
E. Delivery FOB: JC Elliott Transfer Station located at the Corner of Ayers and SH 286
(7001 Ayers) Corpus Christi, TX 78401
1.5 Preventative Maintenance, Inspection, and Calibration Services
A. The Contractor shall provide preventative maintenance, inspection, and
calibration services as per manufacturer recommendation, local regulations, and
NIST H-44
B. The Contractor shall provide labor, equipment, supervision and transportation
necessary to perform the preventative maintenance, inspection, and calibration
services.
C. The Contractor shall responsible for repairs or replacement of scale and its
components due to lack of preventative maintenance.
D. The Contractor shall provide calibration services as an when required the
Contract Administrator.
E. The Contractor shall perform preventative maintenance, inspection, and
Calibration services during normal hours, Monday through Friday between 8:00
AM to 5:00 PM unless afterhours approved by Contract Administrator.
1.6 Warranty
A. The Contractor shall warrant the scale weighbridge structure, instrumentation,
junction boxes and all other components for a period of five - years from date of
acceptance. Truck scale and its components will be accepted after installation.
B. The load cell shall have a minimum 10-year warranty against defects in materials
and workmanship and failure resulting from lightning or surge voltages.
C. The warranty shall support 100% coverage of repair parts, labor, travel time, and
mileage from the closest service location, or at the manufacturer's sole
discretion, replacement of the product under warranty. The full cost of warranty
as specified herein shall be supported solely by the manufacturer or distributor.
Revised 11.08.19
D. The Contractor shall provide support during the warranty period.
1.7 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.
1.8 Special Instructions
See attached pictures and dimensions of the existing conditions
11
I
'.\ . ' - 'Aiiiiiliffp:'-.7"-= .').7.-r1:01'ti iiiiie—i,r 0 fp,i • _
-'
itti
o
Revised 1 1.08.19
TS Seale#,
The scale is approt.iniately 60 ft in total length and 10 ft wide.
10 ft
ti 0 ft S ill Oft
IIIIIIIIIIIWIIIIII
•
1
.N., ' 'i,- MIE111
w'.. . Lz7i8 'K'?
• ., . lit, '. ;I x'3" 2.3 ''.
Revised 1 1.08.19
_..Attachment B=Bid/Pricing Schedule
GD . C1tit,
Civ " II CITY OF CORPUS CHRISTI
"�I� CONTRACTS AND PROCUREMENT
lc() lig•TaligHp. DEPARTMENT
°RPORI BID FORM
1852
RFB No. 2773
Truck Scale for Solid Waste
PAGE 1 OF 2
Date: 01/30/2020
Authorized
Bidder: A-1 Scale 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:
n. 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.
e. The Truck Scale and Components price includes the purchase, delivery, and
installation of truck scale and its components. The unit price includes all work
necessary to complete the scope such as labor, supervision, equipment, and
transportation.
f. Inspection, Maintenance and Calibration includes annual price for the
preventative maintenance, inspection, and calibration services as per
manufacturer recommendation. The annual price includes but not limited to labor,
supervision, equipment, and transportation necessary to perform inspection,
preventative maintenance and calibration services.
Item Description UNIT QTY Unit Price Total Price
1 Truck Scale and its components LS 1
with Installation as per scope of 71,963.00
work
2 Inspection, Maintenance and Year 5 $900.00 $ 4,500.00
Calibration Services
Total $76,463.00
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 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-day advance written notice of Bodily Injury and Property Damage
cancellation, non-renewal, material Per occurrence - aggregate
change or termination required on all
certificates and policies.
COMMERCIAL GENERAL LIABILITY including: $1,000,000 Per Occurrence
1. Commercial Broad Form $1,000,000 Aggregate
2. Premises -Operations
3. Products/Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
WORKERS'S COMPENSATION Statutory and complies with Part II
(All States Endorsement if Company is not of this
domiciled in Texas) Exhibit.
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 payments) 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 7-D - IT Contracts - Hardware Installation
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 warrant the scale weighbridge structure,
instrumentation,junction boxes and all other components for a period of
five- years from date of acceptance. Truck scale and its components will
be accepted after installation.
B. The load cell shall have a minimum 10-year warranty against defects in
materials and workmanship and failure resulting from lightning or surge
voltages.
C. The warranty shall support 100% coverage of repair parts, labor, travel
time, and mileage from the closest service location, or at the
manufacturer's sole discretion, replacement of the product under
warranty. The full cost of warranty as specified herein shall be supported
solely by the manufacturer or distributor.
D. The Contractor shall provide support during the warranty period.