HomeMy WebLinkAboutC2024-094 - 5/14/2024 - Approved
SERVICE AGREEMENT NO. 5662
Motor and Clutch Repairs
THIS Motor and Clutch Repairs Agreement ("Agreement") is entered into by and
between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”)
and Faraday Electric Motors, LLC (“Contractor"), effective upon execution by the City
Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Motor and Clutch Repairs in response to
Request for Bid/Proposal No. 5662 (“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 Motor and Clutch Repairs (“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 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.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$1,191,995.00, subject to approved extensions and changes. Payment will be
made for Services performed and accepted by the City within 30 days of
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
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: Diana Zertuche-Garza
Department: Corpus Christi Water
Phone: (361) 826-1827
Email: Dianaz@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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
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
10. Non-Appropriation. The continuation of this Agreement after the close of any
th
fiscal year of the City, which fiscal year ends on September 30 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: Diana Zertuche-Garza
Title: Contracts/Funds Administrator
Address: 13101 Leopard Street, Corpus Christi, Texas 78410
Phone: (361) 826-1827
Fax: (361) 826-4495
IF TO CONTRACTOR:
Faraday Electric Motors, LLC
Attn: Raul G. Lopez III
Title: President
Address: 102 S. Navigation Blvd., Corpus Christi, Texas 78405
Phone: (361) 881-9200
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
Fax: (361) 500-4688
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
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
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
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
________________________________________________
Josh Chronley
Assistant Director of Finance - Procurement
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. 5662
Exhibit 2: Contractor’s Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
- Scope of Work
.1 General Requirements
A.The Contractor shall provide motor and clutch repairs at the O. N. Stevens Water
Treatment Plant (ONSWTP) and all booster and raw water pump stations
operated by ONSWTP and Mary Rhodes Pipeline (MRP) for Corpus Christi Water
outlined in this Scope of Work.
B.The City’s motor inventory for this contract, outlined in this Scope of Work, consists
of approximately 52 motors of various brands, with HP range from 5-1500. A large
percentage of these motors consist of the following brands: TECO Westinghouse,
GE, US Motors, Marathon, and NIDECU S. Electric.
C.The Contractor shall provide repair services on as needed basis.
D.The Contractor shall provide labor, equipment, transportation, and materials
necessary to perform the services.
E.The Contractor must hold an active Electrical Apparatus Service Association Inc.
(EASA) membership throughout the contract term.
F.The Contractor must be capable of conducting 5kV motor test runs and
rewinding in-house.
.2 Scope of Work
A.The Contractor’s work performance for motor and clutch repair will include, but
is not limited to, disassembly, inspection, repair, and remanufacturing.
B.Typical motor evaluation or repairs may include, but are not limited to stator,
bearings, rotor, brushes, brush holder, slip rings, packing gland, strip heaters,
vibration analysis, balance rotor, check mechanical fits, meg motor, motor
windings and alignment.
C.Typical clutch repairs may include, but are not limited to rotor, slip rings, shaft,
bearings, brushes, mandrel and drum, and balancing of clutch to motor,
including vibration analysis.
D.Service ID Tag required for each repair and must include date of service, weight
and job number.
Revised 11.30.20
E.To obtain accurate measurements and for non-destructive evaluation, the
Contractor shall clean using steam, grit, or solvent.
F.As repairs are needed, the City will contact the Contractor via email and/or
phone. The Contractor shall pick-up and deliver the motor and/or clutch.
G.Field labor including but not limited to teardown, field repairs and assistance in
the field.
H.The Contractor shall submit a repair estimate for each repair based on pricing
outlined in the contract within five business days after receipt of motor or clutch.
The repair estimate shall include any noted problems, special conditions,
inspection results, conclusion/recommendations, visual findings by drawings or
digital photos including a “No Destructive Testing Report” added to the “As
Received Report”.
1.Estimate must include travel time if the location is greater than 30 miles from
the O. N. Stevens Water Treatment Plant (ONSWTP) and will be charged to
Field Labor Line. Time will be charged at a 1:1 rate whereas 1 hour of travel
time is equivalent to 1 hour of field labor regardless of the personnel allocated
to travel.
2.Travel time not permitted for locations 30 miles or less from ONSWTP.
I.The repair estimate shall be submitted electronically in PDF format via email and
itemized as follows:
1.Estimated repair time, to include delay time for parts/materials. If repair time
is expected to exceed ten business days, the Contractor must define the
completion time, and outline the reason for delay. Repairs shall be completed
within ten business days of purchase order (PO) receipt. A PO number will be
submitted to Contractor via email.
2.Shipping costs for parts/materials
3.Costs to expedite parts/materials (will be deducted from the shipping
allowance), if requested and approved by a City representative.
4.List of parts/components to be repaired and/or replaced and costs of parts
5.Parts/materials mark-up as specified in the contract.
6.Hourly labor costs at rates set by Contract, to include Regular Time, and
Expedited or emergency repair (if approved).
7.Motor and/or clutch replacement cost – if Contractor deems items not
repairable a replacement cost shall be submitted to the City for review and
approval.
Revised 11.30.20
J.All parts shall be equivalent to or better than original equipment manufacturer
(OEM) standards.
K.All repairs shall be in accordance with current motor and/or clutch nameplate
data and conditions, drawings, standards and/or OEM specification(s).
L.General machine work and/or repair shall consist of, but is not limited to,
balancing, welding, straightening, grinding, custom part manufacturing, shaft
rebuilding and fabrication, sand blasting, and coating of motor and/or clutch.
M.After repairs, the motor and/or clutch shall be repainted to manufacturer’s
recommendation and specifications, in a color approved by a City
representative.
N.After repairs are completed, a mechanical documentation repair report must be
submitted. The report shall contain the following: cover page, as received
photographs, final photographs, rotor drawings showing run out and sizes before
and after repairs, balance report NDT reports, and additional information if
necessary.
O.Expedited and emergency hours must be authorized in writing by a City
representative. The City may ask for prioritization for emergency repairs.
P.The Contractor’s facilities may be subject to inspection at any time by a City
representative. When deemed appropriate, the City reserves the right to use
third party inspection services, at the City’s expense.
Q.The City reserves the right to inspect the motor and clutch at any time during the
repair.
R.The Contractor must be able to provide technical support as may be required by
the City.
S.The City reserves the right to audit Contractor’s project costs at any time during
the contract term.
T.The City’s equipment in Contractor’s possession must be properly stored and
secured at all times.
U.Where applicable, the loading/unloading of motor(s) must be done by
Contractor’s personnel.
Revised 11.30.20
.3 Invoicing
The Contractor’s invoice for payment must contain the following information:
1.Purchase Order (PO) number
2.Location and Address
3.Model and serial number of equipment
4.Description of service
5.Bill of materials
6.The Contractor will be required to attach copies of all invoices for
parts/materials (to include % of mark-up, if applicable) for each repair invoice
7.Total hours billed, itemized by position and hourly rate as shown in Contract.
8.Shipping costs at actual cost.
9.Authorizing City Representative
.4 Contract Pricing
A.The Contractor shall perform services on Corpus Christi Water equipment during
normal working hours 8:00am to 5:00pm, Monday through Friday. The
Contractor shall not work after hours, 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 the manufacturer’s cost,
discount (if applicable), and mark up.
E.All pricing shall be as outlined in the bid/pricing schedule.
.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.
Revised 11.30.20
.6 Warranty
The Contractor shall provide a minimum 90- day warranty period for reconditioned
motors and one-year warranty period for motor rewinds.
7 Work Site Locations
Pump locations are listed below. Corpus Christi Water reserves the right to add
additional locations, as needed.
A.Raw Water Building One (Nueces River Raw Water Complex):
Raw Water Motor 1 TECO Westinghouse 700 HP, 890 RPM,
4160V/3PH
Raw Water Motor 3 General Electric VSS motor, 400 HP, 885
RPM, 4160 V/3PH
Raw Water Motor 4 General Electric VSS motor, 400 HP, 885
RPM, 4160 V/3PH
B.Raw Water Building Two (Nueces River Raw Water Complex):
Raw Water Motor 7 TECO Westinghouse Vertical Solid Shaft
Motor, 800 HP, 592 RPM, 4160V/3PH
Raw Water Motor 8 Teco Westinghouse Vertical Solid Shaft
Motor, 800 HP, 590 RPM, 4160 V/3 PH
Raw Water Motor 9 TECO Westinghouse Vertical Solid Shaft
Motor, 800 HP, 595 RPM, 4160 V/3PH
Raw Water Motor 10 Teco Westinghouse Vertical Solid Shaft
Motor, 800 HP, 590 RPM, 4160 V/3 PH
C.High Service Building Two (Plant/Treated Water):
High Service 2 Motor 8 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 890 RPM, 4160 V/3 PH
High Service 2 Motor 9 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 890 RPM, 4160 V/3 PH
High Service 2 Motor 10 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 890 RPM, 4160 V/3 PH
High Service 2 Motor 11 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 890 RPM, 4160 V/3 PH
Revised 11.30.20
D.High Service Building Three (Plant/Treated Water):
High Service 3 Motor 12 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 450D Frame, 4160V/3PH
High Service 3 Motor 13 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 450 D Frame, 4160V/3PH
High Service 3 Motor 14 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 450D Frame, 4160V/3PH
High Service 3 Motor 15 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 450D Frame, 4160V/3PH
High Service 3 Motor 16 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 450D Frame, 4160V/3PH
High Service 3 Motor 17 Teco Westinghouse Horizontal Induction
Motor, 1500 HP, 450D Frame, 4160V/3PH
E.Low Lift Pumps (Raw Water/Pre-Sed Basin):
Low Lift Motor 1 US VHS Motor, 125 HP, 885 RPM, 480 V/3
PH
Low Lift Motor 2 US VHS Motor, 125 HP, 885 RPM, 480 V/3
PH
Low Lift Motor 3 US VHS Motor, 125 HP, 885 RPM, 480 V/3
PH
F.Wash Water Pumps (Plant/Treated Water – Filter Backwash):
Wash Water Motor 3 GE VSS Motor, 200 HP, 1190 RPM, 4160
V/3 PH
Wash Water Motor 5 GE VSS Motor, 200 HP, 1190 RPM, 4160
V/3 PH
Wash Water Motor 7 GE VSS Motor, 200 HP, 1190 RPM, 4160
V/3 PH
G.Staples Booster Pump Station (Treated Water):
Motor 1 US MOTOR-250HP HORIZONTAL-FRAME
449TS, 1785 RPM, 480 V
Motor 2 US MOTOR-250HP HORIZONTAL-FRAME
449TS, 1785 RPM, 480 V
Motor 3 US MOTOR-250HP HORIZONTAL-FRAME
449TS, 1785 RPM, 480 V
Revised 11.30.20
H.Navigation Booster Pump Stations (Treated Water):
Motor 1 US Motor Horizontal Induction Motor,
350 HP, 890 RPM, 480 V/3PH
Motor 2 US Motor Horizontal Induction Motor,
350 HP, 890 RPM, 480 V/3PH
Motor 3 US Motor Horizontal Induction Motor,
350 HP, 890 RPM, 480 V/3PH
I.Sand Dollar Booster Pump Station (Treated Water):
Motor 1 Marathon Horizontal Induction Motor,
300 HP, 1785 RPM, 480 V/3PH
Motor 2 Marathon Horizontal Induction Motor,
300 HP, 1785 RPM, 480 V/3PH
Motor 3 Teco-Westinghouse, 300HP, 1788 RPM,
480 V/3PH
J.Holly EST (Treated Water):
Holly Motor 1 Baldor Super-E Motor, 50 HP, 890 RPM,
230/480 V/3PH
Holly Motor 2 Baldor Super-E Motor, 50 HP, 890 RPM,
230/480 V/3PH
K.Rand Morgan EST
Rand Morgan Motor 1 Baldor Super-E Motor, 40 HP, 1190 RPM,
230/480 V/3PH
Rand Morgan Motor 2 Baldor Super-E Motor, 40 HP,1190 RPM,
230/480 V/3PH
L.Recycle Pond
Recycle Pond Motor 1 Flygt – 33.5 HP, 1165 RPM, 57 TDH, Rated
Condition: 1500 GPM
Recycle Pond Motor 2 Flygt – 33.5 HP, 1165 RPM, 57 TDH, Rated
Condition: 1500 GPM
Recycle Pond Motor 3 Flygt – 33.5 HP, 1165 RPM, 57 TDH, Rated
Condition: 1500 GPM
Revised 11.30.20
M.Wash Water Return Pit
Wash Water Return Pit #330 Flygt – 110 HP, 1185 RPM, 480 V
Wash Water Return Pit #340 Flygt – 110 HP, 1185 RPM, 480 V
Wash Water Return Pit #341 Flygt – 185 HP, 1780 RPM, 480 V
N.Sludge Vault
Sludge Vault Motor 1 Homa Pump, 4.56 HP, 3450 RPM, 230/
480 V/3PH
Sludge Vault Motor 2 Homa Pump, 4.56 HP, 3450 RPM, 230/
480 V/3PH
O.Woodsboro Pump Station
Woodsboro Motor 202 Titan Line 1250 HP, 1190 RPM, 4160V/
3PH
Woodsboro Motor 203 Titan Line 1250 HP, 1190 RPM, 4160V/
3PH
Woodsboro Motor 204 Titan Line 1250 HP, 1190 RPM, 4160V/
3PH
Woodsboro Motor 205 Titan Line 1250 HP, 1190 RPM, 4160V/
3PH
P.Bloomington Pump Station
Bloomington Motor 102 Titan Line 1000 HP, 1190 RPM, 4160V/
3PH
Bloomington Motor 103 Titan Line 1000 HP, 1190 RPM, 4160V/
3PH
Bloomington Motor 104 Titan Line 1000 HP, 1190 RPM, 4160V/
3PH
Bloomington Motor 105 Titan Line 1000 HP, 1190 RPM, 4160V/
3PH
Revised 11.30.20
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
Revised 11.30.20
days of the accident.
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
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
Attachment D-Warranty Requirements
The Contractorshall provide a minimum 90-daywarrantyperiod for
reconditionedmotors and one-year warranty period for motor rewinds.