HomeMy WebLinkAboutC2023-137 - 7/18/2023 - Approved DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
113S c
0
SERVICE AGREEMENT NO. 4552
Pump Repairs for Wastewater Treatment Plants and Lift
f�'anwo�alev
1852 Stations
THIS Pump Repairs for Wastewater Treatment Plants and Lift Stations Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and Excel Pump & Machine, Inc. ("Contractor'),
effective upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Pump Repairs for Wastewater Treatment
Plants and Lift Stations in response to Request for Bid/Proposal No. 4552 ("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. Contractorwill provide Pump Repairs for Wastewater Treatment Plants and
Lift Stations ("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.
(A) The Term of this Agreement is three years beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. 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.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
Service Agreement Standard Form -Consent Decree Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
3. Compensation and Payment. This Agreement is for an amount not to exceed
$873,300.00, subject to approved extensions and changes. Payment will be made
for Services provided and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. 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 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: Amanda Howard
Department: Corpus Christi Water
Phone: (361 ) 826-1894
Email: AmandaC@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
Service Agreement Standard Form -Consent Decree Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
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.
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.
Service Agreement Standard Form -Consent Decree Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
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.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
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: Amanda Howard
Title: Contracts/Funds Administrator
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: (361) 826-1894
Fax: (361) 826-4495
IF TO CONTRACTOR:
Excel Pump & Machine, Inc.
Attn: Randall Houghton
Title: President
Address: 1450 E. State Hwy. 44 Robstown, Texas 78380
Phone: (361) 387-4508
Service Agreement Standard Form -Consent Decree Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
Fax: (361) 387-8844
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
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 -Consent Decree Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
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
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form -Consent Decree Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
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.
28. Consent Decree Requirements. This Agreement is subject to certain requirements
provided for by the Consent Decree entered into as part of Civil Action No. 2:20-
cv-00235, United States of America and State of Texas v. City of Corpus Christi in
the United States District Court for the Southern District of Texas, Corpus Christi
Division (the "Consent Decree"). A set of Wastewater Consent Decree Special
Conditions has been attached as Attachment E, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety.
The Contractor must comply with Attachment E while performing the Services.
[Signature Page Follows]
Service Agreement Standard Form -Consent Decree Page 7 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
CONTRACTOR
M2023-103 Authorized By
Signature: .� � ,..�.
Council 7/18/2023
Printed Name:
Tithe: � � QS
w
Date: 2 'pl;w!3
ATTEST:
oocusigneaey
iTSi�e
Rebecca Huerta
Josh Chronley City Secretary
Assistant Director of Finance - Procurement
ate 7/21/2023
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/P'ricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D Warranty Requirements
Attachment E: Consent Decree Requirements
Incorporated) by Reference Only:
Exhibit 1: RPB/RFP No. 4552
Exhibit 2: Contractor's Bid/Piroposal Response
Service Agreement Standard Foran-Consent Decree Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
Attachment A - Scope of Work
1.1 General Requirements
A. The Contractor shall provide pump repairs at Wastewater Treatment Plants
and Lift Stations operated by Corpus Christi Water.
B. The work will be performed on an as needed basis.
C. The Contractor shall be responsible for labor, material, parts, and
transportation necessary to perform the services.
1.2 Repairs
A. The City's pump inventory for this contract, outlined in the Scope of Work,
consists of approximately 140 pumps. Most of the pump brands include, but are
not limited to: Wemco, Polyblend, Wilo, Farrell, Hoffman, Flowserve, Vaughn,
Goulds, Seepex, Nemo, Shanley, Pro Series, Gorman Rupp, Aurora, Moyno,
Amarillo Gear, Penn Valley, Fairbanks Morse, Norddrive Systems, Gardner
Denver, and KSB.
B. The Contractor shall disassemble, inspect, repair, and rebuild pumps.
C. The Contractor shall perform repairs to the following parts of pumps including,
but not limited to stator, shaft, impeller, volute, seals, gaskets, stuffing box,
packing gland, and bearings.
D. General machine work and/or repair shall consist of, but not limited to
balancing, welding, straightening, grinding, custom part manufacturing, shaft
rebuilding and fabricating, sand blasting, and coating of pump.
E. The Contractor shall clean using steam, grit, or solvent to obtain accurate
measurements and for non-destructive evaluation.
F. All repairs shall be in accordance with current pump nameplate data and
conditions, drawings, standards and/or OEM specifications. If the pump is
missing nameplate data, refer to Corpus Christi Water staff for additional
information.
G. After repairs, the pump(s) shall be repainted to manufacturer
recommendations and specifications, in a color approved by Corpus Christi
Water, and super coated equal to manufacturer recommendations or better.
H. While in Contractor's possession, Corpus Christi Water's equipment must be
properly stored and secured at all times.
I. Corpus Christi Water reserves the right to inspect the pump at any time during
the repair.
J. The Contractor's facilities may be subject to inspection at any time by a Corpus
Christi Water representative. When deemed appropriate, Corpus Christi Water
reserves the right to use third party inspection services at Corpus Christi Water's
expense.
Revised 11.30.20
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
K. Corpus Christi Water reserves the right to audit the Contractor's project costs at
any time during the contract term.
1.3 Approval
A. The repair(s) information shall be provided to the Contractor through work/task
order or phone/email request.
B. The Contractor shall be responsible for picking up and delivering the pumps in
a flatbed or trailer, capable of transporting at least 5,000 lbs.
C. The Contractor will pick up the pumps within 24 hours or notification. Corpus
Christi Water staff will load and unload the pumps to/from the Contractor's
vehicle.
D. Upon receipt of the pump, the Contractor will inspect the pump and submit
inspection report and repair estimate. The report shall include inspection results,
conclusions, recommendations, and visual findings by drawings or digital
photos. The Contractor shall submit repair estimates based on contract pricing
for each repair and shall include estimated repair time, hourly labor costs
(including regular time and overtime; if approved), parts to be replaced with
lead time, and shipping costs for parts. The repair estimate and inspection report
shall be submitted electronically in PDF format, via email.
E. If the repair estimate is high and is not economically feasible for Corpus Christi
Water to get repaired, then the Contractor shall provide comparative analysis
between the replacement and repair. Corpus Christi Water may decide to buy
a new pump through new solicitation.
F. The Contractor shall make a reasonable effort that all parts shall be original
equipment manufacturer (OEM). The Contractor shall include the lead time and
shipping costs for OEM parts in the repair estimate. If the lead time for an OEM
part will cause the repair time to exceed 30 days, then Corpus Christi Water may
approve non-OEM parts i.e. third party parts or fabricated parts.
G. The Contractor shall provide report and repair estimates within 10 business days
after receipt of the equipment. For larger or specialty pumps that may require
longer than 10 days, the Contractor shall notify Corpus Christi Water prior to the
end of 10 business days so additional time can be negotiated, as warranted.
H. If the estimate is accepted and work performed, the Contractor's invoice shall
not exceed the quoted amount unless authorized by the Contract Administrator
via an amendment or change order prior to the work being performed.
I. The repairs shall be completed within 30 calendar days of Contractor receipt of
equipment. If repairs require longer than 30 calendar days, the Contractor shall
notify Corpus Christi Water prior to the end of the 30 days so additional time can
be negotiated.
Revised 11.30.20
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
1.4 Contract Pricing
A. The Contractor shall perform services on Corpus Christi Water equipment during
normal working hours 8:00am to 5:00pm, Monday to Friday. The Contractor shall
not work afterhours, Saturdays, Sundays, and holidays without prior approval
from the Contract Administrator.
B. Labor rate includes, but is not limited to labor, overhead, profit, and
administrative costs.
C. Onsite technical labor rate includes, but is not limited to labor, overhead,
transportation, and administrative costs.
D. Materials shall be provided to Corpus Christi Water at manufacturer cost,
discount (if applicable), and mark up.
E. All pricing shall be as outlined in the bid/pricing schedule.
1.5 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 shall also provide
supervision of the work to ensure it complies with the contract requirements.
1.6 Work Site Locations
Pump locations are listed below. Corpus Christi Water reserves the right to add
additional locations, as needed.
WWTP Plant Name Address Number of Pumps
1 Broadway 801 Resaca 18
2 Oso 601 Nile 17
3 Greenwood 6541 Greenwood 13
4 Allison 4101 Allison 10
5 Laguna Madre 201 Jester 11
6 Whitecap 13409 Whitecap 20
Revised 11.30.20
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
Lift Lift Station Name Address Number of Pumps
Station
1 Up River Road 12300 Up River Rd 2
2 Allison 4101 Allison 3
3 Stillwell 8100 Stillwell Lane 2
4 Lexington 5233 Lear 2
5 Brownlee 400 12th Street 3
6 Everhart/Staples 780 Everhart 2
7 Morgan 8100 N. Brownlee 2
8 Studebaker 300 Kinney 2
9 Peoples "T" Head Peoples St. "T" Head 1
10 Lawrence "T" 400 S. Shoreline 2
Head
11 Schanen 6102 Del Starr 2
12 Country Club 6300 Everhart 3
13 Wooldridge 6610 Wooldridge 3
14 Williams 6602 Williams 3
15 Oso WWTP #1 501 Nile 6
16 Oso WWTP #2 501 Nile 4
17 Perry Place Thompson Road 2
18 Military/Jester 722 Jester 2
19 Laguna Madre 201 Jester 3
WWTP
20 Aquarius 15000 Aquarius 2
Revised 11.30.20
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
SC Attachment B - Bid/Pricing Schedule
ow A CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
v BID FORM
aCon ppIt RFB No. 4552
1852 Pump Repairs at Wastewater Treatment Plants and Lift
Stations
PAGE 1 OF 3
Date: 5/1?0 2
Authorized
Bidder: 4,UdIllt ����✓Cp/ r Signature: - y
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.
4. Bidders must not write over or revise the bid form. Bidders will be considered Non-
Responsive if the bid form is modified.
Item Description Unit Qty. Unit Total
Price Price
FIRST YEAR
1 . Shop labor normal hours,
Monday to Friday-
8:00am-5:00pm a� Ilei
Tear down, in-house
inspection, testing, rebuild Hrs. 1800 $ $
2. Shop labor after hours,
weekends, and holidays ? A
Tear down, in-house
inspections, testing, rebuild Hrs. 10 $ $
3. On-site technical support
normal hours, Monday to
Friday-8:00am-5:00pm Hrs. 10 $ $
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
4. Pickup charge from CCW
location to Contractor's
business location EA 30 $ $
5. Return charge from
Contractor's business ") "
location to CCW location EA 30 $ $
YAl
` r Estimated
Estimated Spend
+
Spend Mark Up Mark u
6. Parts/Materials $150,000
7. Freight allowance for
r
arts materials 10,000 '�� ,,'r� °
/ $ $10,000
77777,,
Total
SECOND YEAR
1 . Shop labor normal hours,
Monday to Friday -
8:00am-5:00pm
Tear down, in-house /
inspection, testing, rebuild Hrs. 1800 $ $
2. Shop labor after hours,
weekends, and holidays i �2 ,
Tear down, in-house, *� � w
inspection, testing, rebuild Hrs. 10 $
3. On-site technical support
normal hours, Monday to
Friday-8:00am-5:00 m Hrs. 10
4. Pickup charge from CCW
location to Contractor's ) 00
business location EA 30 lam'"
5. Return charge from
Contractor's business $ $ `
location to CCW location EA 30
Estimated
'' �'' Estimated Spend +
Sped Mark Up Mark u
6. Parts/Materials $150,000 _
i5'vp
0
7. Freight allowance $10,000 $10,000
Ml
Total
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
THIRD YEAR
1 Shop labor normal hours,
Monday to Friday - do 0
8:00am-5:00pm 609-11
Tear down, in-house
inspection, testing, rebuild H rs. 1800 $
2. Shop labor after hours,
weekends, and holidays
Tear down, in-house,
inspection, testing, rebuild H rs. 10 $
3. On-site technical support
normal hours, Monday to
Friday-8:00am-5:00pm H rs. 10
4. Pickup charge from CCW
location to Contractor's
business location EA 30
5. Return charge from
Contractor's business
location to CCW location EA 30
Estimated
Estimated lUted Spend +
Spend Mark Up Mark up
6. Parts/Materials $150,000 $
17Zj ydo
7. Freight allowance $10,000 $I 0,000
Total . .......
I �, "I � 1�11
V1, q1 /00
Total Price: $873,300.00
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
Attachment C - Insurance Requirements
CONTRACTOR'S LIABILITY INSURANCE
1 . Contractor must not commence work under this agreement until all insurance
required has been obtained and approved by the City. Contractor must not
allow any subcontractor to commence work until all similar insurance required
of any subcontractor Agency has been obtained.
2. Contractor must furnish to the City's Risk Manager and Contract Administrator,
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 for 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
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
AUTOMOBILE LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired & Non-owned
3. Rented & Leased
WORKERS' COMPENSATION Statutory
Employer's Liability $500,000 / $500,000 / $500,000
MOTOR TRUCK CARGO (or) $250,000 Combined Single Limit
TRIP TRANSIT
BAILEE'S CUSTOMER GOODS $250,000 Per Occurrence
3. In the event of accidents of any kind related to this project, Consultant must
furnish the Risk Manager with copies of all reports of such accidents within 10
days of the accident.
Revised 11.30.20
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
Additional Requirements -
1 . 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. An
All States endorsement shall be required if consultant is not domiciled in the
State of Texas.
2. 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.
3. Contractor shall be required to submit replacement Certificate of Insurance to
City at the address provided below within 10 days of any change made by the
Contractor or as requested by the City. 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 Management
P.O. Box 9277
Corpus Christi, TX 78469-9277
4. 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
Revised 11.30.20
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
■ Provide 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 calendar days advance written notice for nonpayment of
premium.
5. Within five 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.
6. In addition to any other remedies the City may have upon Contractor's failure
to provide and maintain any insurance or policy endorsements to the extent
and within the time herein required, the City shall have the right to order
Contractor to stop work hereunder, and/or withhold any payment(s) which
become due to Consultant hereunder until Contractor demonstrates
compliance with the requirements hereof.
7. 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.
8. 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.
9. 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 bond requirements therefore, Agreement Section 5 Insurance; Bond subsection 5(B),
is hereby void.
2021 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services - Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
Revised 11.30.20
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
Attachment D - Warranty Requirements
A. The Contractor shall warrant that work performed conforms to the
specification and is free of any defects in equipment, material or
workmanship performed by the contractor or any of its subcontractors or
suppliers. All work provided by the Contractor shall be warranted for a
minimum period of 1 year from the date of final acceptance of the work.
B. Material shall be warranted against material defects and defects in
workmanship for a period of 1 year. The warranty period shall commence
upon date of acceptance by the City. If the manufacturer's standard
warranty period exceeds one year, then the warranty period hereunder
shall be the length of the manufacturer's warranty. The Contractor shall
be responsible for the warranty. The Contractor shall provide the City with
all manufacturer's warranty documents upon completion of service.
C. The Contractor must provide onsite technical support within 24 hours of
notification by the City.
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECAO
ATTACHMENT E
WASTEWATER CONSENT DECREE
Special Conditions
Special Project procedures are required from the CONTRACTOR as specified herein. The
CONTRACTOR shall implement and maintain these procedures at the appropriate time,
prior to and during performance of the work.
The following special conditions and requirements shall apply to the Project:
I. Consent Decree Notice Provision—The City of Corpus Christi ("City"), the United
States of America and the State of Texas have entered into a Consent Decree in Civil
Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus
Christi in the United States District Court for the Southern District of Texas, Corpus
Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at
https://www®cdn.cctexas.com/sites/default/files/CC®Consent® ecree.pdf
By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree.
II. Performance of work. CONTRACTOR agrees that any work under this Contract is
conditioned upon CONTRACTOR's performance of the Work in conformity with the
terms of the Consent Decree. All Work shall be performed in accordance with the Design
Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative
Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure
that construction, management, operation and maintenance of the Sewer Collection
System complies with the Clean Water Act. Work performed pursuant to this contract
is work that the City is required to perform pursuant to the terms of the Consent Decree.
In the event of any conflict between the terms and provisions of this Consent Decree
and any other terms and provisions of this Contract or the Contract Documents, the terms
and provisions of this Consent Decree shall prevail.
III. Retention of documents — CONTRACTOR shall retain and preserve all non-
identical copies of all documents, reports, research, analytical or other data, records or other
information of any kind or character (including documents, records, or other information
in electronic form) in its or its sub-contractors' or agents' possession or control, or that
come into its or its sub-contractors' or agents' possession or control, and that relate in
any manner to this contract, or the performance of any work described in this contract
(the "Information"). This retention requirement shall apply regardless of any contrary
DocuSign Envelope ID: FEF45A2C-1 B5E-44EC-B460-OB969A27ECA0
city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's
sub-contractors and agents shall retain and shall not destroy any of the Information until
five years after the termination of the Consent Decree and with prior written authorization
from the City Attorney. CONTRACTOR shall provide the City with copies of any
documents, reports, analytical data, or other information required to be maintained at any
time upon request from the City.
IV. Liability for stipulated penalties — Article IX of the Consent Decree provides
that the United States of America, the United States Environmental Protection Agency
and the State of Texas may assess stipulated penalties including interest against the City
upon the occurrence of certain events. To the extent that CONTRACTOR or
CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the
assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall
pay to City the full amount of any stipulated penalty assessed against and paid by City that
is caused or contributed to in whole or in part by any action, failure to act, or failure to act
within the time required by any provision of this contract. CONTRACTOR shall also pay
to City all costs, attorney fees, expert witness fees and all other fees and expenses
incurred by City in connection with the assessment or payment of any such stipulated
penalties, or in contesting the assessment or payment of any such stipulated penalties.
In addition to any and all other remedies to which City may be entitled at law or in
equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed
and paid as stipulated penalties, and all associated costs, fees, or expenses from any
amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage
provided in the contract.