Loading...
HomeMy WebLinkAboutC2022-089 - 4/12/2022 - Approved DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 113S a SERVICE AGREEMENT NO. 4031 HVAC Preventative Maintenance and Repair f�'anwo�alev 1852 THIS HVAC Preventative Maintenance and Repair Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Coastline Refrigeration & 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 Repair in response to Request for Bid/Proposal No. 4031 ("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 Repair ("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 Division, or the performance date listed in the notice to proceed, whichever is later. 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 in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $1 ,686,033.00, 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 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF Invoices must 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: Rebecca Serna Department: Asset Management Phone: 361-826-3388 Email: RebeccaS@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 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 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 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 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: Rebecca Serna Title: Contract Manager Address: 5352 Ayers Bldg 3A, Corpus Christi, Texas 78415 Phone: 361-826-3388 Fax: N/A IF TO CONTRACTOR: Coastline Refrigeration & Service, LLC Attn: Moses DeAlejandro Service Agreement Standard Form Page 4 of 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF Title: Manager Address: 423. S. Alameda St., Corpus Christi, Texas 78401 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 may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City 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 may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City 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 Service Agreement Standard Form Page 5 of 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 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. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. 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. 22. 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. 23. 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). 24. 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. 25. 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. 26. 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 Service Agreement Standard Form Page 6 of 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. 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 7 of 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF CONTRAC S;gneaby: Signature: 6st's VLA aa.rb Printed Name: Moses DeAlejandro Title: Manager Date: 3/16/2022 M2022-053 Authorized By 4-12-2022 Council CITY , dORPUS CHRISTI DS Josh Chronley Interim Assistant Director, Contracts and Procurement Date: 5/16/2022 b�L�Stgned by u� APPRQVXD AS TO LEGAL FORM: o°O° gne yRebecca Huerta 6AAti ( ,t 5/13/2022 City Secretary Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 4031 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 8 of 8 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF ATTACHMENT A: SCOPE OF WORK r 1.1 General Requirements/Background Information A. 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. B. The Contractor shall provide preventative maintenance to all locations mentioned in the Scope of work. C. 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. D. 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. E. The Contractor shall maintain all equipment in accordance with each equipment manufacturer's recommendation and industry standards. F. 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. G. The Contractor shall provide labor, material, tools, equipment and transportation necessary to perform the preventative maintenance, inspection, repair and replacement services. H. The Contractor shall obtain permits as required. I. The Contractor shall be responsible for any disposal of equipment or refrigerants in accordance with federal, state and local rules and regulations. J. 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. K. 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 4. The proposed timeframe for the corrective action. DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 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, 1100 various sized MERV 8 pleated filters and 200 AHUs. 2. Inspect blowerwheel assemblies for cleanliness and integrity. Blowerwheels 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. D. Chillers 1. Check unit for water leaks and repair if necessary. DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 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. G. Duct work Check operation of damper and actuators (Zone, return, and outside air dampers.) Repair/Replace as needed. No work on the ceiling orwall under this contract. DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 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; '/4 turn toward the close position after valve is completely open. I. Inspect valve stem area forwater 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. L. 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. 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 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 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 emergency repair at the facility. The Contractor shall be on site within time frame agreed upon by the Contract Administrator. DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 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 orwithin 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 company issued photo identification. Contractor's employees working on site shall wear clothing with an identifiable logo bearing the name of the company DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 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 Warranty 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 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 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. 1.11 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. 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. 1.12 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. 1.13 Preventative Maintenance Equipment list 1. Health Services - 1702 Horne Rd, Corpus Christi, TX 78416 0 11 Air Cooled Al 20X2OX2 3 A2 BP51 20X2OX2 3 A3 BX60-BP60 16X20X2 4 A4 A42 24X24X2 4 A5 A44 24X24X2 2 A6 A34 18X24X2 1 A7 AP36 18X24X2 1 A8 A46 20X25X2 3 A9 A43 24X24X2 2 A10 16X20X2 2 All AP34 18X24X2 2 Al2 A42 24X24X2 2 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF A13 A13 16X20X2 3 B1 B50 20X25X2 3 B2 A44 24X24X2 2 B3 A43 24X24X2 3 C1 AX30(2) 25X25X2 2 C2 AX30(2) 20X25X2 2 C3 C4 A42 24X24X2 3 C5 C6 C7 E1 AX44 24X24X2 2 E2 E3 BP48 20X25X2 2 E4 BP48 20X25X2 2 2. City Hall — 1201 Leopard St, Corpus Christi, Tx 78401 ILII,III„I,I,h!I!!hi8Pi8�i�i�iii�iliBuuViVu, Iip,i;ea, Water Cooled 250 Water Cooled 250 Water Cooled 50 AHU-A 100 B140 24 x 24 x 2 20 AHU-B 100 B140 24 x 24 x 2 20 AHU-C 100 B140 24 x 24 x 2 20 AHU-D 100 B140 24 x 24 x 2 20 AHU-E 20 B63 24 x 24 x 2 8 Boiler 15 BTU DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 3. Gas Department- 4225 S Port Ave, Corpus Christi, Tx 78415 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 Robur Gas Absorption Chiller 4.8 AHU 50 BX99 20 x 24 x 2 4 20x20x2 10 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 4. Police Department- 321 John Sartain St, Corpus Christi, Tx 78401 Elm I Water Cooled 136 Water Cooled 136 ACCU 3 18x20x2 1 ACCO 5 24 x 24 x 1 1 ACCU 7.5 AX35 20 x 25 x 1 2 16x24x2 AHU-1 5 A27 20x24x2 1,1 AHU-2 5 BX39 24242 2 AHU-3 5 BX39 16x20x2 6 AHU-6 3 BX40 16x24x2 2 AHU-7 7.2 BX36 20x24x2 3 AHU-8 4 BX40 20x24x2 2 AHU-9 8 BX36 16x24x2 4 AHU-10 2 BX39 16x20x2 2 AHU-11 2.6 BX39 16x24x2 2 AHU-12 1.5 BX40 20x24x2 1 AHU-13 6.5 BX36 16x24x2 4 AHU-14 7.5 BX36 16x24x2 4 AHU-15 6 BX40 24242 2 AHU-16 7 BX36 16x24x2 4 16x20x2 AHU-17 12.5 BX41 16x24x2 2/2 AHU-18 2 BX36 16x20x2 2 AHU-19 5 BX36 16x20x2 6 AHU-20 3 BX43 16x24x2 2 AHU-21 9.5 BX38 16x24x2 4 AHU-24 8.5 BX32 16x20x2 6 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF ACCO 3 NA 18x20x2 1 Boiler 15 300 BTU AHU-23 BX54 24242 8 AHU-25 A49 20x24x2 4 AHU01 BX43 24242 2 RTU 6.1 AX52 16x20x2 2 RTU 6.1 AX52 16x20x2 2 AHU-05 BX43 16x20x2 6 AHU 3 NA 20x2Ox2 1 AHU 7.5 AX35 20x25xl 2 5. Frost Building- 2406 Leopard St, Corpus Christi, TX 78408 Air Cooled 110 Air Cooled 110 16.5 BP77 24x24X4 4 AHU-6 12x24x4 2 AHU-7 16.5 BP71 20x2Ox4 6 16.5 B90 24242 4 AHU-8 12x24x2 5 24242 8 AHU-9 16.5 BX100 12x24x2 2 24242 4 AHU-10 16.5 BP90 12x24x2 4 AHU-11 16.5 B68 24242 3 Boiler 15 BTUs 6. Water Utilities Department- 2726 Holly Rd, Corpus Christi, 78415 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF M= Gas 50 Split AHU 2 BP77 20x2Ox2 1 Split BP71 AHU 2.5 B90 15x20x1 1 AHU 10 BX100 16x24x2 4 16x20x2 1 13.5 AHU BP90 20x24x2 1 16x24x2 4 13.5 AHU B68 16x20x2 2 AHU 13.5 16x20x2 6 500000 Boiler BTU 7. Broadmoor Senior Center- 1651 Tartlon St. Corpus Christi, Tx 78415 Condenser AHU 5 20x25x4 1 Split 5 2425x4 2 AHU 10 B59 16x24x2 4 Condenser Condenser Split 5 2425x4 2 Condenser AHU 1.5 20x2Ox4 1 Condenser DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF AHU 7.5 A35 24244 1 B. Ethel Eyerly Senior Center- 654 Graham Rd, Corpus Christi, TX 78418 NMI I Condenser AX39 16x20x2 2 10 AHU 16x25x2 2 Condenser 1 AX36 16x20x2 2 7.5 AHU 16x25x2 2 Condenser 1 Condenser 4 16x20x2 4 20 AHU 16x24x2 4 9.Garden Senior Center- 5325 Greely Dr, Corpus Christi, Tx 78412 Split AHU 2.5 20x2Ox2 1 Split AHU 2.5 20x2Ox2 1 Split AHU 5.0 20x2Ox2 1 Split AHU 5.0 20x2Ox2 1 Split DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF AHU 5.0 20x2Ox2 1 Split AHU 5.0 20x2Ox2 1 Split 5.0 20x2Ox2 1 Split 5.0 20x2Ox2 1 10. Greenwood Senior Center- 4040 Greenwood Dr. Corpus Christi, Tx 78416 ACCU 4T AHU-1 5T 20x26x2 1 ACCU 4T AHU-2 5T 20x26x2 2 ACCU 10T ACCO 10T 20x25x2 6 AHU-3 20T BX42 20x2Ox2 2 ACCO 15T 20x25x2 4 AHU4 15T BX57 16x25x2 1 11. Lindale Senior Center- 3135 Swatner St, Corpus Christi, TX 78404 Split 3.5 18x24x1 1 Split 25.0 BX42 20x2Ox2 10 Split 15.0 B40 16x20x2 7 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 16x25x2 1 4.0 20x25x2 4.0 20x25x2 12. Northwest Senior Center- 9725 Upriver Rd, Corpus Christi, Tx 78410 Condenser 12.5 AHU-3 AX32 16x25x2 3 Condenser AHU-1 25 BX36 20x25x2 3 Condenser 20 Condenser AHU-2 16x25x2 2 20 A36 20x25x2 1 13. Oveal Williams Senior Center- 1414 Martin Luther King Split AHU 3.5 20x20xl 1 Split AHU 20 B64 16x25x2 5 Spilt AHU 3.5 20x20xl 1 Split AHU 1.5 16x20x1 1 Split AHU 5.0 20x25xl 1 Split DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF AHU 5.0 20x25x1 1 Condenser AHU 2.0 16x20x1 1 Condenser AHU 20x25x1 1 14. Zavala Senior Center- 510 Osage Dr, Corpus Christi, Tx 78405 Condenser AHU 15.0 B46 18x20x2 6 Condenser AHU 10.0 A54 14x20x2 4 Condenser Condenser AHU 12.5 AX33 24x30x2 2 15. La Retama Library- 805 Comanche St, Corpus Christi, Tx 78401 Air Cooled 120 Air Cooled 120 AHU 23 B53 16x25x2 18 AHU 35 BX68 16x25x2 28 AHU 43 B90 16x25x2 28 AHU 29 BX71 16x25x2 24 AHU 16x25x2 2 Boiler 1.25M BTU Split A60 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 16. Hopkins Public Library- 3202 Mckinzie Rd, Corpus Christi, Tx 78410 Split 7.5 A39 16x24x2 4 Split B40 16x20x2 4 15 16x24x2 4 Split 3 16x25x2 3 Split 5 20x25x2 1 Split 6 AX41 20x24x2 4 6 AX41 16x24x2 4 RTU B44 20x25x2 2 17. Neyland Public Library- 1230 Carmel Pkwy, Corpus Christi, Tx 78411 Split 10.0 A50 20x25x2 2 AHU BOILER AHU 7.5 A46 16x20x2 4 AHU 40 5VX1060 20x24x2 10 18. McDonald Library- 4044 Greenwood RD, Corpus Christi, Tx 78416 Air Cooled 150 Air Cooled 150 AHU 50 16x25x2 25 AHU 50 16x25x2 25 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF AHU 50 16x25x2 25 AHU 50 16x25x2 25 AHU 50 16x25x2 25 Split 50 24242 5 Boiler 4 BTUS 19. O.N Stevens WWTP-13101 Leopard St, Corpus Christi, Tx 78410 Wall mount 20x30xl 1 Wall Mount 20x20xl 2 RTU AX48 20x20x2 4 RTU 16x20x2 7 16x25x2 21 RTU BX60 20x25x2 8 RTU AX55 20x24x2 4 RTU AX52 20x20x2 4 Condenser Condenser AHU 4.0 AHU 3.5 Wall Mount 12x20x1 1 RTU AX47 16x20x2 4 Wall Mount 20x30xl 1 Wall Mount 12x20x1 1 Wall Mount 20x30xl 1 Wall Mount 20x30x2 1 20. Solid Waste- 2525 Hygeia St. Corpus Christi, Tx 78415 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF M= RTU AX54 20x25x2 4 RTU AX54 20x25x2 4 RTU AX58 20x25x2 4 RTU AX39 14x20x2 2 20x2Ox2 2 RTU RTU 14x20x2 4 Split 2 Split 2 21. Animal Care-2626 Holly Rd. Corpus Christi, Tx 78415 AHU-1 41-240 16x20x2 2 AHU-2 10 AX34 20x25x2 2 AHU-3 5 20x25x2 1 AHU-4 A41 16x25x2 1 6.0 16x16x2 1 AHU-5 2 14x20x2 1 AHU-6 3.5 4L230 14x20x2 1 AHU-7 16x16x2 1 41-230 16x20x2 1 AHU-8 16x20x2 1 4L250 16x16x2 1 AHU-9 5 20x2Ox2 1 AHU-10 3.0 20x2Ox2 1 AHU-11 2.5 16x20x2 1 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF AHU-12 2.5 16x20x2 1 AHU 24x1 8x2 4 22. Signs and Signals Building- 2525 Hygeia St, Corpus Christi, Tx 78415 RTU 20x25x2 6 RTU 20x25x2 4 23. PD Holly Warehouse- 1501 Holly Rd, Corpus Christi, Tx 78415 Split 7.5 20x24x2 3 Split 7.5 20x24x2 3 Split 12.5 20x24x2 5 Split 2 1 Mini-Split 20x24x2 1 Mini-Split 20x24x2 1 24. PD Internal Affairs- 5805 Williams Dr, Corpus Christi, Tx 78415 Split 4 24242 2 Split 5 24242 2 25. PD Flour Bluff- 1456 Waldron Rd, Corpus Christi, Tx RTU 3 24242 2 RTU 3 24242 2 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF RTU 3 24242 2 26. Park Ops- 5352 Ayers St, Corpus Christi, Tx 78415 Split 3 24242 2 Split 3 24242 2 Split 5 24242 2 AHU 16x25x2 3 7.5 20x2Oxl 2 Condenser 27. Fleet Services- 5352 Ayers St, Corpus Christi, Tx 78415 Split 3 24242 2 Split 3 24242 2 Condenser 5 24242 2 RTU 20x3Ox2 2 RTU 16x25x2 4 RTU 20x3Ox2 2 28. Facility Maintenance- 5352 Ayers St, Corpus Christi, Tx 78415 Split 3 24242 2 Split 3 24242 2 Split 3 24242 2 29. Ben Garza Gym- 1815 Howard St. Corpus Christi, Tx 78408 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF M= RTU 3T AX40 16x1 6x2 4 RTU 4T AX40 16x1 6x2 4 RTU 3T AX40 16x1 6x2 4 RTU 3T AX40 16x25x2 2 RTU RTU RTU RTU RTU 30.Litchenstein House- 1581 N Chaparral, Corpus Christi, Tx 78401 Condenser Condenser AHU AX29 28x28x1 2 8T 20x18x2 2 31. Sidbury House- 1581 N Chaparral, Corpus Christi, Tx 78401 Condenser Condenser Condenser Condenser AHU 1.5T AHU 1.5T 18x24x1 1 AHU 2T 18x24x1 1 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF AHU 3.5T 20x24xl 1 32. Littles Martin House- 1581 N Chaparral, Corpus Christi, Tx 78401 Condenser AHU 3.5 20x2Oxl 1 33. Gugenheim House- 1581 N Chaparral, Corpus Christi, Tx 78401 Package Unit 14x24x1 Package Unit 12x18x1 1 14x14x1 1 34. Galvan House- 1581 N Chaparral, Corpus Christi, Tx 78401 Condenser Package Unit 25x25x1 8 Condenser AHU 3T 18x20x1 1 AHU 3T 18x20x1 1 35. Merriman-Boby's House- 1581 N Chaparral St, Corpus Christi, Tx 78401 Condenser Condenser AHU 4T 18x24x1 1 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF AHU 5T 18x24x1 2 36. Grande-Grossman Heritage Park-1581 N Chaparral St, Corpus Christi, Tx 78401 AHU 16x20x2 1 AHU 16x20x2 1 Condenser Condenser 37. Jaluka-Gavatos House- 1581 N Chaparral St, Corpus Christi, Tx 78401 Condenser 5T AHU 5T NA 18x36x1 1 38. McCampbell House- 1581 N Chaparral St, Corpus Christi, Tx 78401 Package Unit 4T 16x18x1 2 Condenser 3T NA NA NA AHU 3T NA 20x25xl 1 40. Woolridge Lift Station, 6610 Woolridge Rd, Corpus Christi, Tx 78414 Condenser NA 3T NA NA NA AHU 3T 3T NA 20x2Ox2 NA 41. Sunrise Beach- 22825 State Park Rd 25-Mathis Texas DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF N= AHU 3T NA 20x25xl 1 Condenser 3T NA NA NA Condenser 2.5T NA NA NA AHU 2.5 NA 16x20x1 2 42. Wesley Seale Dam, CR365 Sandia, Tx AHU 20x2Ox2 1 4T 20x3Oxl 1 Condenser 4T NA NA NA Condenser 5T NA NA NA Condenser 5T NA NA N Condenser 2.5T NA NA NA AHU 5T 20x3Oxl 1 AHU 5T 20x3Oxl 1 AHU 2.5T 20x2Oxl 1 AHU 2.5T 20x2Oxl 1 Condenser 2.5T Condenser 3T AHU 3T 20x25xl 1 43. Carrol House, 1621 N Mesquite, Corpus Christi, Tx 78401 Condenser 4T NA NA NA AHU 4T NA 20x3Oxl 1 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 44. Bayfront Kiosk Restroom,1400 N Shoreline, Corpus Christi, Tx m= SCAC 3T 20X20X1 1 45. Bayfront Kiosk, 1401 N Shoreline, Corpus Christi, Tx NMI I SCAC 3T 20X20X1 1 46. Oso WWTP, 501 Nile St, Corpus Christi, Tx 11= 1 I Condenser NA 5T NA NA NA Wall Mount IOT NA 24x24x1 2 Wall Mount 10T NA 24x24x1 2 RTU 3T NA 16x20x2 4 RTU 3T NA 16x20x2 4 Wall Mount 5T 24x24x1 1 Wall Mount 5T 24x24x1 1 Wall Mount 2T 20x20xl 1 Wall Mount 5T 20x20xl 1 Wall Mount 5T 16x25x1 1 Wall Mount 3T 20x24xl 1 Wall Mount 3T 20x24xl 1 RTU 7.5 AX35 20x25x2 4 AHU 5T NA 20x20x2 1 47. Greenwood WWTP- 6451 Greenwood St, Corpus Christi, Tx 78415 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF N= RTU 7.5 AX51 16x20x2 4 RTU 6T AX52 16x20x2 4 Condenser 3T AHU 5T 18x24x1 1 AHU 5T 18x24x1 1 AHU 3T 20x2Ox2 1 RTU 3.5T NA 20x2Ox2 4 RTU 4T 16x20x2 4 RTU 4T AX35 16x25x2 5 Condenser 5T Condenser 5T Condenser 3T 48. Williams Lift Station, 6522 Williams Dr, Corpus Christi, Tx 78415 Condenser NA 3T NA NA NA AHU 3T NA NA 20X2OX2 49. Fire Stations #1-#18 RIMMIM111imillEw 1 514 Belden,CC,TX, 78401 Split 5 NA 18x20x1 1 Split 5 NA 18x20x1 1 Split 5 NA 18x20x1 1 2 13421 Leopard St, CC,TX, 78410 Split 3 NA 16x25x2 1 Split 4 NA 20x25x2 1 3 1401 Morgan Ave, CC,TX, 78404 Split 5 NA 12x24x1 1 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF Split 5 NA 22x24x1 1 Split 5 NA 20x24x1 1 4 2338 Rodd Field Rd, CC,TX,78414 Split 4 NA 16x25x1 1 Split 4 NA 20x25x1 1 5 3105 Leopard St, CC,TX, 78408 RTU AX54 20x25x2 4 RTU AX52 14x20x2 4 RTU A39 20x2Ox2 4 6 6713 Weber Rd, CC,TX, 78413 Split 3 NA 413 AP 1 Split 4 NA 213 AP 1 7 3722 S Staples St, CC,TX, 78411 Split 4 NA 20x2Ox1 2 Split 5 NA 20x2Ox1 2 8 4645 Kostoryz Rd, CC,TX, 78415 Split 4 NA 16X25X2 1 Split 5 NA 20X25X2 1 9 501 Navigation Rd, CC,TX, 78408 Split 3 NA 12x24x1 2 Split 4 NA 18x36x1 1 10 1550 Horne Rd, CC,TX, 78416 Split 7.5 NA 20x25x1 1 Split 7.5 NA 20x25x1 1 11 910 Airline Rd, CC,TX, 78412 Split 3 NA 18X30X1 1 Split 5 NA 16X20X1 2 12 2120 Rand Morgan Rd, CC,TX, 78410 Split 5 NA 20X25X1 1 Split 5 NA 20X25X1 1 13 1802 Waldron Rd, CC,TX, 78418 Split 3.5 NA 13.5X33.5X1 1 Split 5 NA 20X20X1/2Ox25xl 1 14 5901 S Staples St, CC,TX, 78413 Split 5 NA 20X20X1 1 Split 5 NA 20X20X1 1 15 14202 Commodores Dr, CC,TX, Split 5 NA PMAC-20C 1 78418 25X20X6 Split 5 NA PMAC-20C 1 25X20X6 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 16 8185 State Hwy 361, CC,TX, 78373 Split 6 NA 24x24x1 1 Split 6 NA 12x24x1 1 17 6869 Yorktown Blvd, CC,TX, 78414 Split 5 NA 20X25X1 1 Split 5 NA 20X25X1 1 18 6226 Ayers St, CC,TX, 78415 Split 4 NA 20X25X2 1 Split 4 NA 20X25X2 1 50. Fire Station Warehouse, 1501 Holly Rd, Corpus Christi, Texas 78417 Split 3 20x2Oxl 1 Split 3 20x2Oxl 1 Split 7.5 A48 20x2Oxl 2 Split 7.5 A48 20x2Oxl 2 Split 7.5 A48 20x2Oxl 2 Split 7.5 A48 20x2Oxl 2 Split 7.5 20x2Oxl 1 51. Hazmat Central, 3312 Leopard, Corpus Christi, Tx 78408 Split 4 20x24xl 1 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF A'1­1'AC11MEN'1' 13 - BID PRICING S cry 16 0 0 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM CO RPO A Al" 185 R F B No. 4031 HVAC Preventative Maintenance and Repairs PAGE 1 OF I Date: 02/22/2022 Authorized Bidder: Coastline Refrigeration & Service,LLC. 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 Price PRICE TOTAL Years I Health Services Year 3 $ 9,585 $ 28,755 2 City Hall Year 3 $ 25,590 $ 76,770 3 Gas Department Year 3 $ 8,592 $ 25,776 4 Police Year 3 $ 19,920 $ 59,760 Department 5 Frost Building Year 3 $ 7,451 $ 22,353 6 Water Utilities Year 3 $ 9,480 $ 28,440 Department Broadmoor Sr 7 Center Year 3 $ 990 $ 2,970 8 Ethel Eyerly Senior Year 3 $ 990 $ 2,970 Center 9 Garden Senior Year 3 $ 1,035 $ 3,105 1 Center I I DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF Greenwood 10 Senior Center Year 3 $1,035 $3,105 11 Lindale Senior Year 3 $ $ Center 1,035 3,105 12 Northwest Senior Year 3 $ $ Center 1,035 3,105 Oveal Willliams 13 Senior Center Year 3 $ 1,320 $3,960 14 Zavala Senior Year 3 Center $ 1,320 $3,960 D 15 La Retama Library Year 3 $ 5,400 $ 16,200 16 Library Hopkins p Y Year 3 $ 1,305 $.3;905...- 17 Neyland Library Year 3 $ 1,920 $ 5,760 18 McDonald Library Year 3 $ 2,700 $ 8,100 19 O.N Stevens Year 3 $ $ WWTP 3,Q90 9,270 20 Solid Waste Year 3 $ $ Department 1,290 3,870 Animal Care 21 Department Year 3 $2,400 $ 7.200 22 Signs and Signals Year 3 $ $ Building 855 2,565 23 Police Warehouse Year 3 $q $ 2,970 24 Police Internal Year 3 $ $ Affairs 990 2.970 25 Police Flour Bluff Year 3 $990 $ 26 Park Operations Year 3 $810 $ 2,430 27 Fleet Services Year 3 $ 99 $ 2,970 28 Facility Year 3 Maintenance $ 60 $ 180 29 Ben Garza Gym Year 3 $ 9,49Q $ 7,470 30 Litchenstein Year 3 $ $ House 330 990 31 Sidbury House Year 3 $ 660 $ 1,980 32 Littles-Martin Year 3 $ $ House 660 1,980 33 Guggenheim Year 3 $ $ House 1750 2,250 34 Galvan House Year 3 $ 900 $ 2,700 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 35 Merriman-Boby's Year 3 $ $ House 33Q 990 Grande- 36 Grossman House Year 3 $330 $990 37 Jalufka House Year 3 $330 $990 38 McCampbell Year 3 $ $ House 330 990 Wooldridge Lift 39 Station Year 3 $ 360 $ 1,080 40 Sunrise Beach Year 3 $ 1,050 $ 3,150 41 Wesley Seale Year 3 Dam $2,050 $ 6,150 42 Carroll House Year 3 $ 3 $ 1,080 43 Bayfront Kiosk Year 3 Restroom $ 630 $ 1,890 44 Bayfront Kiosk Year 3 $ 630 $ 1,890 45 Oso WWTP Year 3 $ 3,300 $ 9,900 46 Greenwood Year 3 $ $ WWTP 2,160 6,480 47 Williams Lift Year 3 $ $ Station 360 48 Fire Station #I Year 3 $ 1,404 $ 4,212 49 Fire Station #2 Year 3 $ 1,101 $3,303 50 Fire Station #3 Year 3 $ .1,404 $4,212 51 Fire Station #4 Year 3 $ $ 52 Fire Station #5 Year 3 $ 1 ,404 $ 53 Fire Station #6 Year 3 $ 1 ,101 $ 54 Fire Station #7 Year 3 $ $ 55 Fire Station #8 Year 3 $ 1 ,101 $ 56 Fire Station #9 Year 3 $ 1,101 $ 57 Fire Station #10 Year 3 $ 1,404 $4,212 58 Fire Station #11 Year 3 $ 1,101 $3 303 59 Fire Station #12 Year 3 $ 1 101 $3,303 60 Fire Station #13 Year 3 $ 1,101 $3,303 61 Fire Station #14 Year 3 $ 1,101 $ 3,303 62 Fire Station #15 Year 3 $ 1,101 $3,303 63 Fire Station #16 Year 3 $ 1,404 $4,212 64 Fire Station #17 Year 3 $ 1,101 $3,303 65 Fire Station #18 Year 3 $ 1,101 $3,303 66 Fire Warehouse Year 3 $ 1,500 $ DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF 67 Hazmat Central Year 3 $500 $ 1,500 Description Unit QTY 3 Unit Price Total Price Years HVAC Technician 68 Normal Hours Hours 5,000 $ 50.00 $ 250,000 (M-F 8AM to 5PM) HVAC Helper 69 Normal Hours Hours 5,000 $ 25.00 $125,000 (M-F 8AM to 5PM) HVAC Technician 70 Afterhours, Hours 100 $ 50.00 $ 5000 Weekends and Holidays HVAC Helper 71 Afterhours, Hours 100 $ 25.00 $2500 Weekends and Holidays Estimated5 Markup + Est. a va`t ,�'jMarkup /O i ,rta Spend Spend 72 Parts/Materials $800,000 $ 40,000 $ 840,000 [A�iv tl'14� ., 683 $...1607u .,� DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF Attachment C: Insurance and Bond 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 p roperty required on all certificates or by Damage Per occurrence - applicable policy endorsements aggregate Commercial General Liability $1,000,000 Per Occurrence Including: 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) $500,000 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 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. Page 1 of 3 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 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. Page 2 of 3 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC20E15EF 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. 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 underthis 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. Bond Requirements: No bonds are required. 2021 Insurance Requirements Ins. Req. Exhibit 4-13 Contracts for General Services -Services Performed Onsite 05/10/2021 Risk Management - Legal Dept. Page 3 of 3 DocuSign Envelope ID:806COFD6-432A-4239-B4F3-CBDEC2OE15EF ATTACHMENT D: WARRANTY REQUIREMENTS Warranty Labor/Workmanship 1 year Materials 1 year 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 9 of 19 RFQ Revised 4.19.2019