HomeMy WebLinkAboutC2025-078 - 5/6/2025 - Approved SC
o SERVICE AGREEMENT NO. 6183
Blower Repairs and Alignments for WWTPs
boonron t o
1852
THIS Blower Repairs and Alignments for Wastewater Treatment Plants Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and Lone Star Blower, Inc. ("Contractor"), effective
upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Blower Repairs and Alignments for
Wastewater Treatment Plants in response to Request for Bid/Proposal No. 6183
("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 shall provide Blower Repairs and Alignments for Wastewater
Treatment Plants ("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. 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 agree to renew this Agreement for up to two
additional one-year periods (each, an "Option Period"), provided, the parties do
so in writing prior to the expiration of the initial term or the then-current Option
Period.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$310,000.00, subject to approved renewals, 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:
Service Agreement 6183-Lone Star Blower Page 1 of 8
I
E
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, TX 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:
Amanda Howard
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
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
Service Agreement 6183-Lone Star Blower Page 2 of 8
s
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.
4
F
(A) The Contractor warrants that all products supplied under this Agreement are
new, quality items, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and
that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance with
the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
Service Agreement 6183- Lone Star Blower Page 3 of 8
12. Subcontractors. In performing the Services, the Contractor may use
subcontractors in connection with the work performed under this Agreement.
j When using subcontractors, however, the Contractor must obtain prior written
approval from the Contract Administrator unless the subcontractors were named
in the bid or proposal or in an Attachment to this Agreement, as applicable. In
using subcontractors, the Contractor is responsible for all their acts and omissions
to the same extent as if the subcontractor and its employees were employees of
the Contractor. All requirements set forth as part of this Agreement, including the
necessity of providing a COI in advance to the City, are applicable to all
subcontractors and their employees to the same extent as if the Contractor and
its employees had performed the work. The City may, at the City's sole discretion,
choose not to accept Services performed by a subcontractor that was not
approved in accordance with this paragraph.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Corpus Christi Water
Attn: Amanda Howard, Contracts/Funds Administrator
2726 Holly Rd., Corpus Christi, TX 78415
Phone: 361-826-1894
Fax: 361-826-4495
IF TO CONTRACTOR:
Lone Star Blower, Inc.
Attn: Michael Bahnsen, Regional Sales Manager
Address: 8883 W. Monroe Rd., Houston, TX 77061
Phone: 832-532-31 12
Fax: 832-532-31 15
Service Agreement 6183-Lone Star Blower Page 4 of 8
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
I
THE C►TY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
z 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
i 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,
TO THE EXTENT THEY ARE CAUSED BY CONTRACTOR'S BREACH OF THIS
AGREEMENT OR THE NEGLIGENT ACT, OMISSION, OR FAULT OF THE
CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT
ITS OWN EXPENSE, INVESTIGATE ALL COVERED 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.
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
Service Agreement 6183- Lone Star Blower Page 5 of 8
k
g
E
event shall the City or the Contractor be liable to the other for incidental,
consequential or special damages.
21. Assignment. No assignment of this Agreement b the Contractor, or of any right
9 g g Y
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. 1n accordance with Chapter 2271, Texas Government
Code, Contractor verifies that Contractor does not boycott Israel and will not
boycott Israel during the term of this agreement. In accordance with Chapter
2274, Texas Government Code, Contractor verifies that Contractor does not have
a practice, policy, guidance, or directive that discriminates against a firearm
entity or firearm trade association and will not discriminate during the term of the
contract against a firearm entity or fire trade association. In accordance with
Chapter 2276, Texas Government Code, Contractor verifies that Contractor does
not boycott energy companies and will not boycott energy companies during the
term of this agreement.
Service Agreement 6183-Lone Star Blower Page 6 of 8
I
E
I
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.
i
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
j negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
i
[Signature Page Follows]
Service Agreement 6183-Lone Star Blower Page 7 of 8
CONTRACTOR
Signature: jer7� nyY��,�al�CDT)
Printed Name: Jeremy Haas
Title: CFO
Date: 04/02/2025 Res.033646 ,1_1�11crizecl S-jl�
COUncit 5/6/2025
CITY OF CORPUS CHRISTI RffSS
selvlo VlUasaira
Sergio Vi asana(May 7,2025 23:09 CDT)
Sergio Villasana
Director, Finance & Procurement
Date: 05/07/2025
- APPROVED AS TO LEGAL FORM:
05/07/2025
Eliza Hundley(May 7,2025 161A CDT)
Assistant City Attorney Date
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
ATTES 1:
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 6183
Rebecca Huerta(May 8,2025 13:48 CDT)
Exhibit 2: Contractor's Bid/Proposal Response Rebecca HLierta
City Secretary
Service Agreement 6183— Lone Star Blower Page 8 of 8
I
I
i
ATTACHMENT A: SCOPE OF WORK
I
1.1 General Requirements/Background Information
i
A. The Contractor shall provide blower repairs and blower-motor alignments for
the City's wastewater treatment plants as outlined in this Scope of Work.
B. The City's blower inventory is outlined in Section 4.3 and consists of 43 (installed
and spare) multi-stage centrifugal and turbo blowers of various manufacturers,
with HP ranging from 75-300. The most common manufacturers are Gardner
Denver, Atlas Copco, Lamson, Hoffman, Lone Star, and Spencer.
C. The Contractor shall provide labor, materials, parts, equipment, and
transportation necessary to perform the service.
D. All work onsite shall be completed during regular business hours Monday
through Friday from 8:OOAM to 4:OOPM. When work cannot be performed during
regular business hours, overtime hours shall be authorized via written
documentation by a City representative, only.
E. The highest valued piece of equipment is $125,000, with the potential to have
up to three pieces of equipment in the vendor's shop at the same time.
1.2 Scope of Work
A. Pick-up Equipment and Delivery
1 . The Contractor shall be responsible for transportation of the blower to and
from the City's location to the Contractor's location. The City shall assist in the
physical loading and unloading of the blower. A crane will be utilized in the
removal and replacement of equipment. The crane will be provided by the
City and only City staff will operate the crane. City staff only will load and
unload the equipment onto and off the vendor's transport vehicle. Pickup
and delivery hours shall be Monday through Friday 8:OOAM - 4:OOPM.
2. The pick-up of equipment shall be coordinated with City personnel.
Revised 1 1.30.20
Page 1 of 5
i
3. Due to the critical function of the blowers in the treatment process, upon
notification for service from the City, the Contractor shall pick up the blower
I within 24 hours of receiving notification.
B. Disassembly and Inspection
1 . Disassembly and Inspection includes but is not limited to the following:
t
a. Record any visual findings by drawings and digital photos
b. Clean by hydro/steam cleaning, solvent, and/or abrasives
C. Thoroughly clean all parts and remove paint for non-destructive
j evaluation, and to obtain accurate measurements
d. Perform dimensional inspection and record, based on data from
inspection, calculate and record the running clearances and check
against OEM standards
e. Perform runout inspection and record
f. Perform concentricity inspection and record
g. Perform non-destructive inspection and record, level II or higher
h. Perform positive material identification of all components and record
2. The Contractor shall submit to the Contract Administrator a repair estimate
for each repair within 15 days of receipt of the blower. The repair estimate
shall be submitted electronically in PDF format via email and itemized as
follows:
a. A summary of any noted problems, special conditions, inspection results,
recommendations, and visual findings
b. Hourly labor cost: OT labor costs must be pre-approved
c. Cost of parts to be repaired and/or replaced
d. Parts markup
e. Shipping costs for parts, including expedited shipping if approved by the
Contract Administrator.
f. Estimated lead time for completion of blower repair including shipment
to City jobsite
C. Repairs
1 . The Contractor shall complete repairs within the estimated repair time
outlined in the repair estimate. If a repair becomes delayed, the Contractor
shall notify the Contract Administrator and provide a revised estimated
repair time.
Revised 1 1.30.20
Page 2 of 5
2. The Contractor shall use original equipment manufacturer (OEM) parts;
however, in some cases, the City may approve aftermarket parts. If the
Contractor recommends the use of new aftermarket parts, it must provide
the Contract Administrator with the price and lead time for both the OEM
part and the aftermarket part. Based on the information provided, the City
shall make the final determination for which part to use. The Contractor shall
make a reasonable attempt to obtain parts at the lowest possible price. The
City reserves the right to purchase repair parts from other sources.
3. General machine work and/or repairs shall consist of, but not limited to:
a. Balancing
b. Welding
c. Straightening
d. Grinding
e. Custom part manufacturing
f. Shaft rebuilding and fabrication
g. Sand blasting
4. Typical repairs may include, but are not limited to:
a. Hone and de-burr mating surfaces
b. Tapping threaded holes
c. Repair/replace impeller sleeves
d. Repair/replace impellers
e. Replacement of radial thrust bearing
f. Replacement of process seals
g. Repair/replace blower shaft
5. After repairs, the blower shall be repainted to manufacturer's
recommendation and specifications, in a color approved by a Contract
Administrator.
6. Etch the City asset # (example WW-1234") either on the nameplate or on a
place on blower near nameplate.
D. Blower-Motor Alignments
1 . All blower-motor alignments must be performed with the use of modern,
calibrated laser alignment equipment.
2. The Contractor shall perform cold and hot blower-motor alignment(s),
including but not limited to, installation of laser alignment system onto shafts,
Revised 1 1.30.20
Page 3 of 5
I
! soft foot inspection with laser system, and correction, if necessary, alignment
with laser system, with required corrections, removal of laser alignment
system, and removal of locks. Shims must be available and may be used as
E required.
I
3. All blower repairs and blower-motor alignments shall be performed in
accordance with current nameplate data and conditions, drawings,
standards, and/or OEM specifications.
4. The Contractor may designate a 3rd party contractor to perform blower-
motor alignment services with the approval of a City representative. The
selection of a 3rd party alignment service shall not void repair warranty.
5. Not all blower repairs will require a blower-motor alignment.
6. When an alignment is requested, the Contractor shall perform the service
on-site within 2 business days of the request.
7. When an emergency blower alignment is required, service must be
performed within 24 hours.
8. After alignment, the Contractor shall submit an electronic report of findings.
1.3 Work Site
#of
WWTP # Plant Name Address Blowers
1 Allison WWTP 4101 Allison Dr. 6
2 Broadway WWTP 801 Resaca St. 6
3 Greenwood WWTP 6541 Greenwood Dr. 5
4 Laguna Madre WWTP 201 Jester St. 7
5 Oso WWTP 601 Nile Dr. 15
6 Whitecap WWTP 13409 Whitecap Blvd. 4
Revised 1 1.30.20
Page 4 of 5
I
1.4 Invoicing
The Contractor shall submit an itemized invoice for payment, which shall
include the following:
1 . Service Agreement No. and/or PO No.
2. Name and address of service location
3. Description of service
j 4. Model and serial number of equipment
5. City Asset #
6. Labor cost per hour
7. Parts cost with Itemized list of parts repaired/replaced, including copies
of parts invoice to verify markup
8. Shipping costs, including copy of shipping bill/invoice
9. Name of authorizing City representative
1.5 Warranty
A minimum of one year for both repairs and alignments are required. Parts and
materials warrantied by the manufacturer should be at least one year.
1.6 Travel
Contractor must adhere to the City's travel policy. Contractor shall ensure that all
arrangements and reimbursements involving travel pursuant to this Agreement,
including obtaining approval in advance of travel, be conducted in compliance
with the City's travel policy, Exhibit A.
Revised 1 1.30.20
Page 5 of 5
i
Exhibit A: Travel Policy
I OUT OF TOWN TRAVEL FOR CONTRACTORS
i
Reimbursement for Contractors that have contracts with the City that contain travel reimbursement,
must comply with this policy unless otherwise noted in their contract.
I. Transportation:
Mileage Reimbursement: ,
For a Contractor to receive mileage reimbursement, the Contractor must meet the following criteria:
• Have a valid Driver's License for the class of vehicle driven;
• Maintain current proof of minimum liability insurance coverage as required by the State of Texas.
• Maintain the vehicle in compliance with applicable state laws.
When traveling by vehicle, reimbursement will be made for self-parking only.
Contractors are responsible for accurately reporting mileage for reimbursement.
Failure to provide accurate and complete information will be considered non-reimbursable.
Car Rental:
In the event that a Contractor must utilize a rental car for business travel, a small to mid-size car
should be requested at the most economical rate to the City.
Airfare:
The Contractor should reserve the lowest priced domestic coach class airfare at time of booking in
order to keep costs to the City down to a minimum.
Reservations should be made as early as possible in order to minimize cost to the City.
Luggage fees are reimbursable, but upgrades and preferred seating charges are not unless due to
extraordinary circumstances and subsequently approved by the Department Director.
Dues for airport or airline frequent flyer programs are not reimbursable.
II.Lodging and Meals:
Overnight Travel for Meals and Hotel Expenses:
Expenses for meals and all tips involving overnight travel will be paid on a per diem basis based on
meal charges recommended by the federal per diem rate.
Destination cities that are not listed will be reimbursed at the standard continental United States
(CON US) per diem rate. The rates can be accessed at www.gsa.gov.
When a Contractor travels only part of the day, the federal per diem rate may not be claimed for the
entire day. The following times should be considered when requesting meal reimbursement for partial
days:
Page 1 of 2
Departure Time Returninq Time
Before 8am Before 12pm Breakfast
By 12pm 12pm - 5pm Lunch
By 5pm After 5pm Dinner
Contractors are expected to use good judgment in minimizing such cost to the City.
If a Contractor incurs costs for Internet connections and/or other business-related costs while on City
business, City will reimburse with receipts.
III.Non-Allowable Expenses:
The cost of alcoholic beverages, laundry/dry cleaning, in-room movies, tours, personal entertainment,
limousines, expenses related to a personally owned vehicle, parking and traffic violations, lost
baggage, and spouse or other family expenses are specifically excluded from reimbursement except
when approved by the City Manager as "extraordinary expenses".
All reimbursements MUST be submitted in writing with required receipts attached.
Page 2 of 2
ATTACHMENT B: BID/PRICING SCHEDULE
so
o�� CITY OF CORPUS CHRISTI
0 CONTRACTS AND PROCUREMENT
U BID FORM
OOOPONAEO
1852 RFB No. 6183
Blower Repairs and Alignments for the WWTPs
PAGE 1 OF 2
Date: 12/04/2024
Lonestar Blower Authorized mbc k.� d ba.�i nfa tL
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 1-Yr Unit Price Total Price
Q
1 Technician for Repairs HR 700 $ 150.00 $ 105,000.00
M-F 8:00 AM -4:00 PM
2 Technician for Repairs After HR 50 $ 225.00 $ 11 ,250.00
Hours, Weekends, Holidays
3 Technician for Alignments HR 150 $ 150.00 $ 227500.00
M-F 8:OOAM -4:OOPM
4 Technician for Alignments After HR 50 $ 225.00 $ 11 250.00
Hours, Weekends, Holidays ,
Estimated : Estimated,spend
Item Description mark up (�)
Send - plus markup
5 parts/Materials $100,000 25 % $125,000.00
6 Allowance for Shipping/Freight $10,000 $ 10,000
7 Allowance for Travel $25,000 $ 25,000
Total $ 3109000.00
ATTACHMENT C: INSURANCE REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
1 . Contractor must not commence work under this contract until all insurance
required has been obtained and such insurance has been approved by the City.
Contractor must not allow any subcontractor, to commence work until all similar
insurance required of any subcontractor has been obtained.
2. Contractor must furnish to the City's Risk Manager and Park & Recreation Director
one (1 ) copy of Certificates of Insurance with applicable policy endorsements
showing the following minimum coverage by an insurance company(s)
acceptable to the City's Risk Manager. The City must be listed as an additional
insured on the General liability and Auto Liability policies by endorsement, and a
waiver of subrogation endorsement is required on GL, AL and WC if applicable.
Endorsements must be provided with Certificate of Insurance. Project name
and/or number must be listed in Description Box of Certificate of Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-day advance written notice of Bodily Injury and Property Damage
cancellation, non-renewal, material Per occurrence - aggregate
change or termination required on all
certificates and policies.
Commercial General Liability including: $1,000,000 Per Occurrence
1 . Commercial Broad Form $1 ,000,000 Aggregate
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTOMOBILE LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired & Non-owned
3. Rented & Leased
WORKERS' COMPENSATION Statutory and complies with Part II
this Exhibit.
Employer's Liability
$500,000 / $500,000 / $500,000
PROPERTY COVERAGE $250,000 Per Occurrence
*Must Provide Coverage for City of
Corpus Christi Property While in
Care, Custody or Control
Revised 11.30.20
Page 1 of 4
MOTOR TRUCK CARGO (or) TRIP TRANSIT $250,000 Combined Single Limit
*Must Provide Coverage for City of Corpus
Christi Property While in Transport.
C. In the event of accidents of any kind related to this contract, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days
of the accident.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be
written on a policy and endorsements approved by the Texas Department of
Insurance. The workers' compensation coverage provided must be in statutory
amounts according to the Texas Department of Insurance, Division of Workers'
Compensation. An All States Endorsement shall be required if Contractor is not
domiciled in the State of Texas.
B. Contractor shall obtain and maintain in full force and effect for the duration of
this Contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written on an occurrence basis by companies authorized and
admitted to do business in the State of Texas and with an A.M. Best's rating of
no less than A- VII.
C. Contractor shall be required to submit renewal certificates of insurance
throughout the term of this contract and any extensions within 10 days of the
policy expiration dates. All notices under this Exhibit shall be given to City at
the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that, with respect to the above required insurance, all
insurance policies are to contain or be endorsed to contain the following
required provisions:
• List the City and its officers, officials, employees, and volunteers, as additional
insureds by endorsement with regard to operations, completed operations,
Revised 11.30.20
Page 2 of 4
and activities of or on behalf of the named insured performed under contract
with the City, with the exception of the workers' compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply
to the City of Corpus Christi where the City is an additional insured shown on
the policy;
• Workers' compensation and employers' liability policies will provide a waiver
of subrogation in favor of the City; and
• Provide thirty (30) calendar days advance written notice directly to City of
any, cancellation, non-renewal, material change or termination in coverage
and not less than ten (10) calendar days advance written notice for
nonpayment of premium.
E. Within five (5) calendar days of a cancellation, non-renewal, material change
or termination of coverage, Contractor shall provide a replacement Certificate
of Insurance and applicable endorsements to City. City shall have the option to
suspend Contractor's performance should there be a lapse in coverage at any
time during this contract. Failure to provide and to maintain the required
insurance shall constitute a material breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to
provide and maintain any insurance or policy endorsements to the extent and
within the time herein required, the City shall have the right to order Contractor
to stop work hereunder, and/or withhold any payment(s) which become due to
Contractor hereunder until Contractor demonstrates compliance with the
requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to
which Contractor may be held responsible for payments of damages to persons
or property resulting from Contractor's or its subcontractor's performance of the
work covered under this contract.
H. It is agreed that Contractor's insurance shall be deemed primary and non-
contributory with respect to any insurance or self insurance carried by the City
of Corpus Christi for liability arising out of operations under this contract.
Revised 1 1.30.20
Page 3 of 4
I. It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this contract.
Bond Requirements:
No bond requirements therefore, Agreement Section 5 Insurance; Bond subsection
5(B), is hereby void.
2024 Insurance Requirements Exhibit
Contracts for General Services -Services Performed Onsite-Offsite - Motor Truck Cargo
- Property Coverage
10/03/2024 Risk Management - Legal Dept.
Revised 11.30.20
Page 4 of 4
ATTACHMENT D: WARRANTY REQUIREMENTS
A minimum of one year for both repairs and alignments are required.
Parts and materials warrantied by the manufacturer must be at least one year.
i
i
i
i
Page 1 of 1