HomeMy WebLinkAboutC2023-179 - 8/29/2023 - Approved DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
113S c
SERVICE AGREEMENT NO. 4864
Light Vehicle Repairs and Service for Fire Department
f'anwo�alev
1852
THIS Light Vehicle Repairs and Service for Fire Department Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and Sylvia Ann Barton dba Leroy and Richards
Automotive ("Contractor'), effective upon execution by the City Manager or the City
Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Light Vehicle Repairs and Service for Fire
Department in response to Request for Bid/Proposal No. 4864 ("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 Light Vehicle Repairs and Service for Fire
Department ("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 one year 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 two
additional one-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 Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
3. Compensation and Payment. This Agreement is for an amount not to exceed
$67,485.00, subject to approved extensions and changes. Payment will be made
for Services performed 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: Tracey Escalante
Department: Fire Department
Phone: 361-826-3994
Email: TraceyE@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 Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
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 Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
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: Tracey Escalante
Title: Contracts/Funds Administrator
Address: 2406 Leopard St., Suite 300, Corpus Christi, Texas 78408
Phone: 361-826-3994
Fax: 361-826-4566
IF TO CONTRACTOR:
Sylvia Ann Barton dba Leroy and Richards Automotive
Attn: Sylvia Ann Barton
Title: Owner
Address: 5544 Kostoryz Rd., Corpus Christi, Texas 78415
Phone: 361-853-0423
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
Fax: N/A
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 Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
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 Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
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
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
CONTRACTOR
^—Qo-c - ----'
usigneed by:
Signature:
/ , ry-tc)�
a
Printed Name: S1via Ann Barton
Title: owner
Date: 8/8/2023
CITY OF CORPUS CHRISTI M2023-130 Authorized By
Lby: ' Council 829/2023
Josh Chronley
Assistant Director of Finance - Procurement DS
Date: 9/5/2023 Er-;/s
Attached and Incorporated by Reference: ATTEST:
D—c Sjiqn db
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements Rebecca Huerta
Attachment D: Warranty Requirements City Secretary
Incorporated by Reference Only:
Exhibit l : RFB/RFP No. 4864
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
ATTACHMENT A: SCOPE OF WORK
General Requirements/Background Information
The Contractor shall provide light vehicle repairs and services to Fire Department
staff vehicles as outlined in this Scope of Work and listed in Exhibit 1 . Vehicles are
categorized in two groups: Category 1 - up to 9,000 lbs. GVWR and Category 2 -
9,001 to 19,000 lbs. GVWR as listed in Exhibit 1 .
Scope of Work
A. Contractor shall assure Fire Department units will receive priority over other
vehicles being serviced.
B. Contractor shall conduct State Inspections for CCFD units on site and have a
dedicated State Inspector licensed and employed full time at the place of
business to perform State inspections.
C. No off-site State Inspections or repairs will be permitted.
D. Contractor must have been in the vehicle repair business at the same location
for a minimum of 5 years and have Signs on the building or property identifying
it as a place of business.
E. Have an air-conditioned waiting area for customers to wait for their vehicles
being worked on.
F. Contractor must have adequate space in and around the shop to work on
CCFD equipment in a safe manner with adequate lighting, ventilation and free
from trip hazards and other obstacles to avoid damage and/or injury to our
personnel and equipment.
G. Contractor must be able to provide computer diagnostics on CCFD units.
H. Contractor shall provide the following services to Staff, Command Staff, and
Ambulance units:
a. Air conditioning and heating system diagnostics and repair.
b. Complete brake system diagnostics and repair.
c. Front suspension and rear suspension (shocks, struts, ball joints, bushings).
d. Complete electrical system diagnostic and repair.
e. Engine tune ups (plugs, wires, etc)
f. Engine cooling system diagnostics and repair (belts, hoses, water pumps,
etc)
g. Drive line and axle diagnostics and repair (drive shafts, half shafts,
differential's, CV-joints, U-joints, hub and wheel bearings)
Page 1 of 5
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
h. Drivetrain repair and replacement (engine, transmission, and axle).
L Complete fuel system diagnostics and repair
J. Complete engine management systems diagnostics and repair (check
engine light and evaporator/environmental systems).
I. When mechanical services are provided, the Contractor shall conduct a 21-
point inspection see Section 4.3. This service is done each time any unit comes
in for service.
J. Contractor shall provide invoices weekly to account payable with a copy of
the invoice to Fire Department.
21 Point Inspection
21-point inspection consists of:
1 . Check tire pressure and tread depth
2. Brake fluid level (if level is low, unit will need brake inspection)
3. Visual inspection of exhaust system (holes, leaks, or loose components)
4. Check and fill windshield washer fluid
5. Visual inspection of shocks and struts (leaking oil, loose bolts, bad bushings)
6. Check oil level
7. Check steering system
8. Inspect under carriage (leaks or drips)
9. Visual inspection of belts
10.Check and lube lubrication points
1 l .Visual inspection of hoses
12.Check coolant level
13.Visual inspection of tires (crack, splits, gauges)
14.Check coolant protection level
15.Check air filter and housing
16.Check acid base concentration of coolant
17.Check power steering fluid level
18.Check turn signals (operation and bulbs)
19.Check transmission fluid level
20.Check all lights
21 .Check drive axle condition (front wheel drive) and differentials and transfer case
(4 wheel drives)
Page 2 of 5
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
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.
Warranty
A. If automobile mechanical service rendered fails to perform satisfactorily from the
date of invoice, then the same service as covered by original invoice will be
rendered to the degree necessary to correct the faulty performance at no
additional cost.
B. Limited Lifetime Warranty does not apply to wears and tears. Items include brake
pads, fluid changes, batteries, and similar items.
C. 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.
D. Contractor warrants that all Services will be performed in accordance with the
standard of care used by similarly situated contractors performing similar services.
Special Instructions
A. Vehicle repairs shall be serviced within half of normal business day unless parts
need to be ordered or service requires extensive repairs that would normally
require more than a day to complete.
B. Repair hours to be based on Mitchel 1 labor guide.
C. Contractor must provide receipt for cost of parts upon request.
D. Contractor must be able to provide quote for labor and parts prior to starting
repair.
Page 3 of 5
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
Exhibit 1
Year Type Description Year Type Description
2000 Van Ford Wagon 15 Pass. 2008 Pick-up Ford F-150 Crew Cab XLT
2008 Pick-Up Ford F-150 Crew Cab 2008 SUV Ford Escape
2014 SUV Chevy Tahoe 2008 SUV Ford Escape
2014 SUV Chevy Tahoe 2008 SUV Ford Escape
2003 Pick-Up Ford F-250 2008 SUV Ford Escape
2014 SUV Chevy Tahoe 2009 Car Ford Focus
2017 Car Ford Fusion S Hybrid 2009 Pick-Up Ford F-150
2003 Pick-Up Ford F-250 2010 Brush Trk. Dodge 5500 Brush Truck
2017 Car Ford Fusion S Hybrid 2010 Brush Trk. Dodge 5500 Brush Truck
2005 Van Ford 15 Passenger Van 2014 SUV Ford Explorer
2017 Car Ford Fusion S Hybrid 2014 SUV Ford Explorer
2017 Car Ford Fusion S Hybrid 2009 Car Ford Focus
2017 Car Ford Fusion S Hybrid 2009 Car Ford Focus (Red Vehicle)
2017 Car Ford Fusion S Hybrid 2010 1 Brush Trk. Dodge 5500 Brush Truck
2003 Pick-Up Ford F-250 2019 SUV Tahoe
2004 SUV Ford Expedition 2019 SUV Tahoe
2004 Pick-Up Ford F-250-w/Tommy Lift 2019 SUV Tahoe
2005 Pick-Up Ford F-250 w/Tommy Lift 2019 SUV Tahoe
2008 SUV Ford Escape 2019 SUV Tahoe
2008 Pick-Up Ford Ranger 2019 SUV Tahoe
2005 Pick-Up Ford F-350 Dually 2019 SUV Tahoe
2005 Pick-Up Ford F-350 Dually 2019 SUV Tahoe
2005 Pick-Up Ford F-250 Crew Cab 2019 SUV Tahoe
2005 Pick-Up Ford F-250 Crew Cab 2019 SUV Tahoe
2005 Pick-Up Ford F-250 Crew Cab 2018 Ambulance Chevrolet 3500 (Frasier) NEW
2005 Pick-Up Ford F-150 Crew Cab 2007 Ambulance Chevrolet C-5500
2005 Pick-Up Ford F-150 Crew Cab 2019 Ambulance Chevrolet 3500 Frazer
2005 Pick-Up Ford F-150 Crew Cab 2002 Pick-Up Ford F-250
2013 SUV Chevrolet Tahoe 2014 SUV Chey Tahoe
2006 Pick-Up Ford Ranger 2018 Ambulance Dodge 4500 (Wheelcoach)
2006 Pick-Up Ford Ranger 2012 Ambulance Chevrolet 3500 (Frasier)
2018 Pick-Up Ford F-150 2008 Ambulance F350 Ford (Wheelcoach)
2006 Pick-Up Ford F-250 Crew Cab 4X4 2015 Ambulance Chevrolet 3500 (Frasier)
2007 SUV Ford Explorer 2018 Ambulance Chevrolet 3500 (Frasier) NEW
2007 Pick-Up Ford Ranger 2010 Ambulance Dodge 3500 (Frasier)
2007 Pick-Up Ford Ranger 2016 Ambulance Chevrolet C-3500 (Frasier)
2008 Pick-Up Ford F-350 Dually-Super Duty 2009 Ambulance Dodge 4500 (Wheelcoach)
2008 Pick-Up Ford F-150 Crew Cab XLT 2009 Ambulance Dodge 4500 (Wheelcoach)
2008 Pick-Up Ford F-150 Crew Cab 2011 Ambulance Chevrolet 3500 (Frasier)
Page 4 of 5
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
Exhibit 1
Year Type Description
2011 Ambulance Chevrolet 3500 (Frasier)
2011 Van Toyota Sienna
2011 Ambulance Chevrolet 3500 (Frasier)
2013 Ambulance Chevrolet C-3500 (Frasier)
2013 Ambulance Chevrolet C-3500 (Frasier)
2015 Ambulance Chevrolet 3500 (Frasier)
2016 Ambulance Chevrolet C-3500 (Frasier)
2015 Ambulance Chevrolet C-3500 (Frasier)
2015 Ambulance Chevrolet C-3500 Frasier
2018 Ambulance Chevrolet 3500 (Frasier) NEW
2019 Ambulance Dodge 4500 (Wheelcoach)
2018 Van Ford Transit
Page 5 of 5
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
ATTACHMENT B: BID/PRICING SCHEDULE
C CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
BID FORM
NP'PPoPpPPSE
RFB No. 4864
Light Vehicle Repairs and Service for Fire Department
Date:
01272023 PAGE 1 OF 1
[R IIC,HN::FIf:::1 If-: A[R1.DN Authorized
Bidder: Signature:
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Item Description Unit Yr. 1 Qty Unit Price Total Price
1 Labor Rate HR 250 100 2500
2 Computer Diagnostic Fee (per unit) EA 150 0 0
3 State Inspection Fee EA 90 0 0
4 21 Point Inspection EA 150 0 0
5 Oil Change 5 Qts SAE oil/filter EA 36 50 1800
6 Oil Change 6 Qts SAE oil/filter EA 28 1=5 1540
7 Oil Change 7 Qts SAE oil/filter EA 100 60 6000
8 Oil Change 5 Qts Synthetic oil/filter EA 24 55 1320
9 Oil Change 6 Qts Synthetic oil/filter EA 12 60 720
10 Oil Change 7 Qts Synthetic oil/filter EA 3 65 195
11 Oil Change 14 Qts Synthetic oil/filter EA 7 1,
0 910
Item Description Unit Yr. 1 Qty %Markup Total Parts
Price with
Marku
12 Parts-Mark up based on cost of parts % $20,000 50 30,000
Grand Total Year-1 67,481
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
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
Commercial General Liability Including: $250,000 Per Occurrence
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
GARAGE KEEPERS PHYSICAL DAMAGE $350,000
COVERAGE including:
Actual Cash Value of Vehicles While in
Physical Damage on a Direct Primary Care, Custody or Control
Basis
C. In the event of accidents of any kind related to this agreement, Contractor must furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
accident.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in an amount sufficient to assure
Page 1 of 3
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
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 30 calendar days advance written notice directly to City of any, cancellation,
non-renewal, material change or termination in coverage and not less than 10 calendar
days advance written notice for nonpayment of premium.
E. Within 5 calendar days of a cancellation, non-renewal, material change or termination
of coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to remove the exhibit
Page 2 of 3
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
hereunder, and/or withhold any payment(s) if any, which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to which
Contractor may be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor's performance of the work covered
under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self insurance carried by the City of Corpus Christi for
liability arising out of operations under this agreement.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
BOND REQUIREMENTS:
No bonds are required for this Agreement.
2022 Insurance Requirements
Ins. Req. Exhibit 4-D
Contracts for General Services -Services Performed Offsite
3/15/2022 Risk Management - Legal Dept.
Page 3 of 3
DocuSign Envelope ID:OF3A229D-1 E29-443D-B470-974F78431836
ATTACHMENT D: WARRANTY REQUIREMENTS
If automobile mechanical service rendered fails to perform satisfactorily from the
date of invoice, then the same service as covered by original invoice will be
rendered to the degree necessary to correct the faulty performance at no
additional cost.
Limited Lifetime Warranty does not apply to wears and tears. Items include
brake pads, fluid changes, batteries, and similar items.
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.
Contractor warrants that all Services will be performed in accordance with
the standard of care used by similarly situated contractors performing similar
services.
Page 1 of 1