Loading...
HomeMy WebLinkAboutC2025-168 - 9/2/2025 - Approved - SERVICE AGREEMENT NO. 6336 Heating, Ventilation, and Air Conditioning (HVAC) Preventative Maintenance and Repairs THIS Heating, Ventilation, and Air Conditioning (HVAC) Preventative Maintenance and Repairs Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Coastline Refrigeration & Service, LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Heating, Ventilation, and Air Conditioning (HVAC) Preventative Maintenance and Repairs in response to Request for Bid/Proposal No. 6336 ("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 Heating, Ventilation, and Air Conditioning (HVAC) Preventative Maintenance and 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 zero additional zero-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. Service Agreement Standard Form Page 1 of 8 Approved as to Legal Form October 29, 2021 3. Compensation and Payment. This Agreement is for an amount not to exceed $1 ,189,996.00, 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 emailed or 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 Email Address: accountspayable@cctexas.com 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Rebecca S. Guerra Department: Asset Management - Facilities Phone: 361-886-3388 Email: RebeccaS@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the Service Agreement Standard Form Page 2 of 8 Approved as to Legal Form October 29, 2021 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 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 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: Rebecca S Guerra Department: Asset Management - Facilities Address: 5352 Ayers Bldg 3A, Corpus Christi, Texas 78415 Phone: 361-826-3388 Fax: 361-826-1989 IF TO CONTRACTOR: Coastline Refrigeration & Service, LLC Attn: Moses DeAlejandro Title: Manager Address: 423 S. Alameda St., Corpus Christi, Texas 78401 Service Agreement Standard Form Page 4 of 8 Approved as to Legal Form October 29, 2021 Phone: 361-445-451 1 Fax: 361-855-451 1 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. (13) 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 Service Agreement Standard Form Page 5 of 8 Approved as to Legal Form October 29, 2021 Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1 ,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor Service Agreement Standard Form Page 6 of 8 Approved as to Legal Form October 29, 2021 agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 7 of 8 Approved as to Legal Form October 29, 2021 Coastline Refrigeration & Service, LLC Moses DeAleiandvo Signature: M1loses-1,j,,dro)S,p8,2025-05o25CDT) Printed Name: Moses DeAlejandro Title: Manager Date: 09/08/2025 M2025-119 ALIt110rized By 9/2/2025 CITY OF CORPUS CHRISTI COLincil R,,l,l Erb f�1234:29 CDTJ RHSB'� Rachel Erben Assistant Director, Contracts & Procurement 09/08/2025 Date: ATTEST: Attached and Incorporated by Reference: �ebeaa I`Wkta Rebecca Hue T,5,p 8,202517:19',55 CDT) Attachment A: Scope of Work Rebecca Hrieita Attachment B: Bid/Pricing Schedule city Secretary Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 6336 Exhibit 2: Contractor's Bid/Proposal Response Reviewed by-- �°"A �'�0� 09/05/2025 Nom Vag as[Sep S,02 15:3 Purchasing Manager Date Service Agreement Standard Form Page 8 of 8 Approved as to Legal Form October 29, 2021 ATTACHMENT A: SCOPE OF WORK 1.1 General Requirements A. The Contractor shall provide repair, replacement, inspection and preventative maintenance (PM) services to improve equipment operations, increase equipment efficiency, minimize equipment breakdown and prolong equipment life of the Heating, Ventilation, and Air Conditioning (HVAC) systems to all City owned locations mentioned in this Scope of Work and all other City owned locations on as needed basis. B. The Contractor shall provide preventative maintenance to all locations mentioned in the Scope of Work. C. The Contractor is responsible for repair, replacement, inspection, and (PM) services including, but not limited to, compressors, chillers, fan blades, fan coils, condenser fan motors, all electrical parts of HVAC unit, fuses, switches, pumps, filters, water treatment, refrigerant, boiler, and thermostats. D. The Contractor shall maintain all equipment according to each equipment manufacturer's recommendations and industry standards. E. The Contractor shall perform (PM) and inspection three times a year, every four months, or as needed, per the checklist outlined in this scope of work. The checklist is not exhaustive. F. The Contractor shall provide labor, material, tools, equipment, and transportation necessary to perform the (PM) inspection, repair, and replacement services. G. The Contractor, at their cost, shall obtain permits as required. H. The Contractor shall be responsible for any disposal of equipment or refrigerants in accordance with federal, state, and local rules and regulations. I. The Contractor shall perform all services during regular working hours (Monday to Friday 8:00 AM to 5:00 PM) and weekends, unless approved by the Asset Management Director or City's designee. J. During the contract term, the Contractor shall notify the City's Contract Administrator of any necessary and/or recommended work or addition he/she feels is essential to the existing equipment within two working days of becoming aware of such issues. The notification must include a fully detailed proposal to correct the situation, which must include the following: 1 . A detailed statement of the problem, identifying and quoting any applicable code, law, or regulations. 2. The correction action proposed. Page 1 of 31 3. The detailed costs at the applicable contract rates. 4. The proposed timeframe for the corrective action. 1.2 Preventive Maintenance and Inspection Checklist A. Condensing Units (condensing units and cooling towers) 1 . Check voltage and amp readings on motors and compressors. 2. Check voltage readings across contactors and relays. 3. Perform visual inspections of wire integrity and locations. Ensure wire positioning is free and clear of rubbing on metal or the condenser fan blade. Secure wires as needed. 4. Check capacitors for proper microfarad (MFD)readings. 5. Inspect condenser fan blades for corrosion and cracks. B. Air handling units and Furnaces (belt drive and direct drive) 1 . Belts must be inspected for potential failure points. (i.e., cracking, stretching, improper seating in sheaves/pulleys). Replace/adjust belts as needed. Approximately 150 various-sized drive belts, 1100 various-sized MERV 8 pleated filters, and 200 AHUs. 2. Inspect blower wheel assemblies for cleanliness and integrity. Blower wheels must be cleaned as needed for maximum performance. 3. Check voltage and amp draw on motors. 4. Check voltage readings across contactors and relays. 5. Check resistance/continuity across heating elements for electric heaters. 6. Perform visual inspections of wire integrity and locations. Ensure wire positioning is free and clear of rubbing on metal or the condenser fan blade. Secure wires as needed. 7. Perform startup checks when inspected before the winter season: Inspect heat exchangers, gas valves, ignition assemblies, and all safety limit switches. Check flame quality. If the flame quality is off, make necessary adjustments. 8. Clean and treat condensate/drain pans and lines. C. Motors and pumps (chill and hot water) 1 . Start up the motor/pump if it is not running. Check voltage and amp draw during operation. 2. Lubricate the pump/motor semiannually 3. Visually check the pump for water leaks and report findings. 4. Perform vibration tests on pumps/motors once a year. Page 2 of 31 5. If excessive vibration is found. Report possible resolutions and advise the City's Contract Administrator. D. Chillers 1 . Check the unit for water leaks and repair if necessary. 2. Check the unit for refrigerant leaks and repair if any leaks are found. Recharge with refrigerant according to the manufacturer's specifications after the leak is repaired. 3. Clean evaporator and condenser tubes once a year. 4. Change the oil and oil filter. Analyze oil and report findings. E. Boilers 1 . Check the unit and piping for water and gas leaks. 2. Inspect all electrical wiring for damage or improper positioning that could lead to failure. Correct deficiencies as needed. 3. Check for proper operation of all components during startup and regular operation. 4. Check for flue pipe integrity, report findings, and advise corrective action. 5. Clean heat exchangers and burner assemblies yearly. F. VAVs/Fan Powered Boxes 1 . Inspect and replace filters as needed. 2. Verify proper operation of the damper and the damper motor. 3. Check the operation of the chill/hot water valve and actuator. 4. Inspect hot water coils when applicable and clean as necessary. Provide before and after photos. 5. Check resistance/continuity/operation of electric heaters when applicable. 6. Check blower assemblies when applicable for the following items: • Blower motor operation • Blower motor voltage and amp draw • Blower motor capacitor MFD. • Blower wheel cleanliness and integrity. Replace as needed. 7. Check the static pressure sensor assembly operation and cleanliness. Clean and/or replace as needed. 8. Flush chill/hot water coils yearly. 9. The Contractor will create access panels into the unit if there is not one present already. Page 3 of 31 G. Ductwork Check the operation of the damper and actuators (zone, return, and outside air dampers). Repair/Replace as needed. Under this contract, no work is done on the ceiling or wall. H. Chill/Hot water valves (other than VAVs/FPBs) - Manual/Actuated (electronic/pneumatic actuators)- 1 . Check the actuator and valve operation. Repair/Replace as needed. 2. Cycle open/closed and verify valve closure. 3. Do not leave a valve back-seated; '/4 turn toward the closed position after the valve is entirely open. I. Inspect the valve stem area for water leaks. Tighten or replace packing as needed. Automatic Logic Control (ALC) Systems—Run a system check to ensure that the system is communicating properly. Troubleshoot and repair issues as needed. J. For Automatic Logic Control (ALC) Systems - Run system checks to ensure that the system is communicating correctly. Troubleshoot and repair issues as needed K. Filter Change—All filters shall be pleated and meet a minimum MERV 8 rating unless approved by the City's Contract Administrator. 1.3 Water Treatment Services A. The Contractor shall provide water treatment services as a part of the (PM) to the City Hall, Police Department, Gas Department, Water Department, Health Department, McDonald Library, La Retama Library, Neyland Library, and Frost Building (EOC). No other location requires water treatment services. B. The Contractor shall provide chemicals, chemical feeders, control equipment, laboratory analysis, annual inspection, tube brushing, specified chemical cleanings, and cooling tower cleaning to perform the water treatment services. C. The Contractor shall provide chemicals that comply with Federal, State, and City laws and guidelines regulating effluent pollution. D. The Contractor shall provide labor, chemicals, equipment, and transportation necessary for the water treatment services. E. The Contractor shall perform the following procedures for water treatment services: Page 4 of 31 1 . Cooling Tower - The condenser system shall be chemically treated twice per month to help prevent system fouling from scale, corrosion, and biological growth. 2. Cooling tower inspection and cleaning—At least once each year, the cooling tower shall be cleaned, including the removal of evaporative and biological growths from slats, spray nozzles, and screens. The tower shall also be inspected for corrosion, wood decay, and leaks. 3. Condenser inspection and brushing—At least once per year, the heads of each condenser shall be removed and the tubes brushed. After brushing, the condenser shall be inspected, and if hard scale is present, it shall be chemically cleaned at no additional charge to the City. 4. The closed system shall be chemically treated to control corrosion. The chemical program shall be serviced once each month. The Systems to be treated are the chill water system, hot water system, or combined chill and hot water system. The loop system is used at City Hall, Police Department, and Gas and Water service once per month. Loops at the Health Department, McDonald, Central, and Neyland Libraries every quarter. 5. Closed system inspection and cleaning—At least once yearly, the hot water boiler or converter should be opened, and the waterside brushed or power-sprayed to clean. At least once every three years, the Contractor should chemically clean the closed system to remove dirt and other harmful deposits brought into it by the make-up water. F. The Contractor shall submit a waterside written report to the City's Contract Administrator after inspection and cleaning of the cooling tower, condenser, and closed system 1.4 Repair / Replacement A. Repair parts and components must conform to the original equipment manufacturer's specifications. B. The Contractor shall furnish labor, technicians, parts, supplies, materials, tools, and equipment necessary to perform as-needed repair and replacement services for the equipment listed below, but not limited to: 1 . Gas absorption chillers up to 100 tons (specifically - YAZAKI CH-K50) 2. Water-cooled chillers up to 100 tons 3. Air Cooled Chillers up to 100 tons 4. Boilers 5. Split Systems up to 50 tons 6. RTU systems 7. Mini-split systems Page 5 of 31 8. Dehumidifier systems 9. Ice machines 10. Walk-in coolers/freezers 11 . Associated pumps, motor, valves, drives, and electronic components C. The Contractor shall perform repairs or replacements only after receiving a Contractor Invoice Checklist (CIC) with the details of the work order provided by the Asset Management Director or the City's designee. D. Emergency service calls are defined as an event requiring immediate action to prevent a hazard to life, health, safety, property, or to avoid equipment failure. When an emergency arises, the City's Contract Administrator will notify the Contractor of the emergency repair at the facility. The Contractor shall be on site within the agreed-upon time frame by the City's Contract Administrator. E. Replacement of parts shall only be performed when current parts cannot be repaired, it is not economical to fix the parts, or approved by the Asset Management Director or the City's designee. F. The Contractor shall use parts specified by the manufacturer or approved equivalent parts. All parts shall be new and not refurbished. G. The Contractor shall use parts specified by the manufacturer or approved equivalent. All parts shall be new and not refurbished. H. The Contractor shall provide justification if the equipment is beyond repair or not economically feasible to repair. The City may decide to buy new equipment through a new bid. I. During the contract term, if the City deems an estimate unreasonable, then the City reserves the right to request quotes from other Contractors for such service. J. The Contractor's vehicle used to respond to calls for service must be stocked with commonly used HVAC supplies and equipment to eliminate delays and/or interruptions in service. 1.5 Service Calls A. The Contractor shall be available to perform repair services as needed. The Contractor shall be on-site within two hours or within an agreeable timeframe determined by the Asset Management Director or the City's designee. B. The Contractor shall call or check in with the City's Contract Administrator before commencing any work. C. Upon completion of the service call, the Contractor shall provide a job ticket. The job ticket must include, but not be limited to, company name, name of technician and/or apprentice, date of service, equipment Page 6 of 31 details, detailed description of the work performed, root cause of failure, parts used, work order number, and total time spent on the job. D. If the Contractor is required to leave the premises to obtain parts or materials, the City's Contract Administrator shall be notified. E. The Contractor shall only invoice the City for time spent on the property. The City shall not pay for time spent en route or traveling to acquire parts or supplies. 1.6 Service Personnel A. The Contractor's personnel working on the City's units shall meet all applicable certification requirements of any regulatory agency having jurisdiction. The Contractor shall ensure that all personnel are continuously trained to meet the latest HVAC technology and industry standards. They must be certified air conditioning and refrigeration technicians or equivalent. B. All crews shall be fully and adequately equipped to perform services promptly and safely without delay. All personnel should wear a uniform, including safety equipment and company-issued photo identification. While working on site, all personnel shall wear clothing with an identification logo bearing the company's name visible from 15 feet. All personnel shall be neatly dressed in shirts, safety shoes, and long pants. Shorts or torn clothing are unacceptable. C. The Contractor shall deploy new personnel if the service personnel do not perform as required. D. The Contractor shall conduct background checks for all personnel before they are assigned to work under this contract. The Asset Management Director or the City's designee may request a background check report from the Contractor because various locations require mandatory background checks. The City reserves the right to approve or refuse employees because of an unsatisfactory background check. Background checks will be done at the sole expense of the Contractor. 1.7 Site Control A. The Contractor shall barricade or place cones around the work area before commencing services. The Contractor shall safeguard the area while services are performed to minimize interference with the building occupants and their day-to-day operations. The Contractor shall be responsible for assuring the safety of its employees, City employees, and the public during performance of all services under this agreement. B. The Contractor shall not store worn or defective parts on City premises at the end of the workday, unless otherwise approved by the City's Contract Administrator. Page 7 of 31 C. The Contractor must clean the work site from debris or hazards after completion of work. D. The Contractor shall dispose all worn/defective parts, oils, solvent, in accordance with all applicable laws, rules and regulations as to ensure the highest level of safety to the environment and public health. 1.8 Completion A. Upon completion of each preventative maintenance, repair, or replacement, the Contractor shall conduct a careful inspection and correct all defective work to the satisfaction of the Contract Administrator. B. Remove all scrap, litter and debris resulting from operations specified herein and leave work and the premises in clean and satisfactory conditions. 1.9 Recordkeeping The Contractor shall establish and maintain a log delineating complete and accurate records of all (PM), repairs, replacements, parts, supplies, and materials for each location for the term of the Contract. The Contractor shall update the logs after each service defined in the contract. 1.10 Contract Pricing A. Preventative maintenance pricing for all locations mentioned in the scope of work shall remain fixed during the term of the Contract. B. Repairs during the preventative maintenance or on call repairs shall be invoiced on hourly labor charge as established in this Contract. C. Parts/Materials installed shall be invoiced at the Contractor's actual cost to include any discount offered by the supplier or allowable markup. Material prices are subject to verification, and receipts are required. 1.11 Invoicing A.The Contractor shall submit invoices for all services to the City of Corpus Christi: The invoice shall include: a. Work description, Purchase Order Number (PO#), Service Agreement Number, Location, and date of Service and labor hours. b. The Contractor shall include copies of the Work Order and Contractor Information Checklist (CIC) as back-up for the invoice. c. Approval for payment shall be authorized by the Asset Management Director or the City's designee after final walkthrough. Page 8 of 31 1.12 Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. 1.13 Locations The Contractor shall perform services to the following locations including but not limited to: Dept BUILDING Address Zip Code Animal Animal Care-Main Bldg, Bldgs 1-8 2626 Holly Rd, Corpus Christi, Tx 78415 Asset Mgmt Facility Maintenance 5352 Ayers Building 3a, Corpus Christi,Tx 78415 Asset Mgmt Fleet Maintenance (Heavy Equip, 5352 Ayers Building 3B, Corpus Christi, Tx 78415 Light Equip) Asset Mgmt City Hall 1201 Leopard St, Corpus Christi, TX 78401 Asset Mgmt Frost Bank 2402 Leopard St, Corpus Christi, TX 78408 Asset Mgmt Facility Maintenance Warehouse 5352 Ayers Building 6, Corpus Christi, TX 78415 Engineering Engineering Annex 4917 Holly Rd, Corpus Christi, Tx 78415 Fire Fire Station #01 514 Belden Street 78401 Fire Fire Station #02 13421 Leopard Street 78410 Fire Fire Station #03 1401 Morgan Avenue 78404 Fire Fire Station #04 2388 Rodd Field Road 78414 Fire Fire Station #05 3105 Leopard Street 78414 Fire Fire Station #06 6713 Weber Road 78413 Fire Fire Station #07 3722 Staples Street (South) 78411 Fire Fire Station #08 4645 Kostoryz Road 78415 Fire Fire Station #09 501 Navigation Blvd 78408 Fire Fire Station #10 1550 Horne Road 78416 Fire Fire Station #11 910 Airline Road 78412 Fire Fire Station #12 2120 Rand Morgan Road 78410 Fire Fire Station #13 1801 Waldron Road 78418 Fire Fire Station #14 5901 Staples Street (South) 78413 Fire Fire Station #15 14202 Commodores Drive 78418 Fire Fire Station #16 8185 HWY 361 78418 Fire Fire Station #17 6869 Yorktown Blvd 78414 Fire Fire Station #18 6226 Ayers St 78415 Fire Fire -Warehouse and Auto Shop 1501 Holly Rd 78417 Fire Fire Department Resource Center 6226 Ayers St 78417 Page 9 of 31 Fire Hazmat Central 3312 Leopard Street 78415 Fire FDHQ-DSD 2406 Leopard Street 78408 Gas Gas Department 4225 S Port Ave, Corpus Christi, TX 78415 Health Health Department-including 1702 Horne Rd, Corpus Christi, TX 78416 WIC Clinic Health WIC portable building 1702 Horne Rd, Corpus Christi, TX 78416 Heritage Litchenstein House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Sidbury House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Littles-Martin House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Guggenheim House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Galvan House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Merriman-Bobbys House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Grande-Grossman House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Carroll House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage Jalufka-Gavatos House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Heritage McCampbell House 1581 N Chaparral, Corpus Christi, Tx 78401 Park Library La Retama Central Library 805 Comanche St, Corpus Christi, TX 78401 Library Garcia Public Library 5930 Brockhampton St, CC, TX 78414 Library Janeth Harte Public Library 2629 Waldron Rd, Corpus Christi, TX 78418 Library Hopkins Public Library 3202 McKenzie Rd, Corpus Christi,TX 78410 Library McDonalds Library 4044 Greenwood Dr, Corpus Christi, TX 78416 Library Neyland Public Library 1230 Carmel Pkwy, Corpus Christi, TX 78411 Mun Ct Municipal Courts 321 John Sartain St, Corpus Christi,TX 78401 Park& Rec Ben Garza Gym 1815 Howard St, Corpus Christi, Tx 78408 Park& Rec Broadmoor Senior Center 1651 Tarlton St, Corpus Christi, TX 78415 Park & Rec Ethel Eyerly Senior Center 654 Graham Rd. Corpus Christi, TX 78418 Park & Rec Garden Senior Center 5325 Greely Dr, Corpus Christi, TX 78412 Park & Rec Greenwood Senior Center 4040 Greenwood Dr, Corpus Christi, TX 78416 Park & Rec Lindale Senior Center 3135 Swantner St, Corpus Christi, TX 78404 Park & Rec Northwest Senior Center 9725 Up River Rd, Corpus Christi, TX 78410 Park & Rec Oveal Williams Senior Center 1414 Martin Luther King Dr, CC, TX 78401 Park & Rec Zavala Senior Center 510 Osage St, Corpus Christi, TX 78405 Park & Rec Joe Garza Recreation Center 3204 Highland Ave, Corpus Christi, TX 78405 Page 10 of 31 Park& Rec Lindale Recreation Center 3133 Swantner St, Corpus Christi,TX 78404 Park& Rec Oak Park Recreation Center 842 Erwin Ave, Corpus Christi, TX 78408 Park & Rec Oso Recreation Center 1 1 1 1 Bernice Dr, Corpus Christi, TX 78413 Park & Rec Solomon Coles Rec Center 924 Winnebago St, Corpus Christi, TX 78401 Park & Rec Al Kruse Tennis Center 502 King St, Corpus Christi,TX 78401 Park & Rec HEB Pool Complex 1520 Shelly St, Corpus Christi, TX 78404 Park & Rec MLK-Admin Building 1406 Martin Luther King Blvd, Corpus 78401 Christi,Tx Park & Rec Central Kitchen 4141 Old Brownsville Rd, CC, TX 78405 Park & Rec Beach Operations 8185 State HWY 361, Corpus Christi, Tx 78418 Park & Rec Science and History Museum 1900 N Chaparral St, Corpus Christi, TX 78401 Park & Rec Nutrition Center 4101 Old Brownsville Rd, Corpus Christi,Tx 78405 Police Police Department HQ 321 John Sartain St, Corpus Christi,TX 78401 Police Police Motor Pool 5352 Ayers Bldg 5A, Corpus Christi, Tx 78415 Police Police Impound 5485 Greenwood Dr, Corpus Christi, Tx 78417 Police Police Shooting Range 9600 Hearns Ferry Rd, Odem, Tx 78370 Police Police Training (Corona) 4510 Corona Dr, Corpus Chrisit, Tx 78411 Police Calallen Substation 1925 Tuloso Rd, Corpus Christi, TX 78409 Police Police Internal Affairs 5805 Williams Dr, Corpus Christi, Tx 78413 Police Police Property Room 321 John Sartain St, Corpus Christi, TX 78417 Asset Mgmt Facilities City Warehouse 5352 Ayers Bldg 6, Corpus Christi, Tx 78415 Solid Waste Solid Waste Building 2525 Hygeia, Corpus Christi, TX 78415 Utilities Sunrise Beach House 22787 Park Rd 25, Mathis Tx 78368 Utilities Water Department 2726 Holly Rd, Corpus Christi, TX 78415 Utilities ON Stevens Plant--Bldg 13101 Leopard St, Corpus Christi, TX 78410 Utilities Oso WasteWater Treatment Plant 501 Nile, Corpus Christi,TX 78412 Utilities Greenwood WWTP 6541 Greenwood Dr, Corpus Christi, TX 78417 Utilities Broadway WWTP 1402 W Broadway, Corpus Christi,TX 78401 Utilities Laguna Madre WWTP 201 Jester St, Corpus Christi, TX 78401 Utilities White Cap Waste WWTP 13409 White Cap St, Corpus Christi, TX 78418 Utilities Allison WWTP 4101 Allison St, Corpus Christi, TX 78410 Utilities Sand Dollar Pump Station 42201 Sand Dollar Dr, Corpus Christi, Tx 78418 Utilities Staples Street Pump Station CR 43/FM 2444 Staples, Corpus Christi, Tx 78415 Utilities Kinney Street Pump Station 302 N Shoreline Blvd, Corpus Christi, Tx 78401 Utilities Wooldridge Lift Station 6610 Wooldridge RD, Corpus Christi, Tx 78414 Utilities Williams Lift Station 6522 Williams St, Corpus Christi, Tx 78412 Utilities Sunrise Beach Bldg 1 22825 Park Rd, Corpus Christi, Tx 78368 Utilities Sunrise Beach Bldg 2 22825 Park Rd, Corpus Christi, Tx 78368 Utilities Sunrise Beach Bldg 3 22825 Park Rd, Corpus Christi, Tx 78368 Utilities Wesley Seale Dam Bldg 1 CR 365,Sandia, Tx 78383 Page 11 of 31 Utilities Choke Canyon Reservoir- 150 South Shore Park Rd, Corpus Christi,Tx 78071 Residence Utilities Choke Canyon-Shed 150 South Shore Park Rd, Corpus Christi,Tx 78071 Utilities Choke Canyon Reservoir 150 South Shore Park Rd, Corpus Christi, Tx 78071 Utilities Choke Canyon Reservoir- 150 South Shore Park Rd, Corpus Christi, Tx 78071 Maintenance Bldg Utilities Wesley Seale Dam Bldg 2 CR 365,Sandia, Tx 78368 Utilities Bloomington Pump Station 75 Edna In south, Bloomington, Tx 77951 Utilities Woodsboro Pump Station 75 Edna In south, Bloomington, Tx 77951 Utilities ON Stevens Plant--Warehouse 13101 Leopard St, Corpus Christi, TX 78410 and Chemical Bldg Utilities ON Stevens Plant--Warehouse 13101 Leopard St, Corpus Christi,TX 78410 and Chemical Bldg Unknown locations City Wide 1.14 Preventative Maintenance Equipment list 1. Health Services - 1702 Horne Rd, Corpus Christi, TX 78416 Capacity Belt Sizes Air Filter Size QTY Air Cooled B51 20X2OX2 3 FCU B51 20X2OX2 3 FCU B60 16X20X2 4 FCU A42 24X24X2 4 FCU A44 24X24X2 2 FCU A36 18X24X2 1 FCU A34 18X24X2 1 FCU A46 20X25X2 3 FCU A43 24X24X2 2 FCU A38 16X20X2 2 FCU A34 18X24X2 1 FCU A41 24X24X2 2 FCU A13 16X20X2 3 FCU B50 20X25X2 3 FCU A44 24X24X2 2 FCU A43 24X24X2 2 FCU AX30(2) 25X25X2 2 FCU AX30(2) 20X25X2 2 FCU B42 16X20X2 2 FCU A42 24X24X2 3 FCU A43 24X24X2 2 FCU Page 12 of 31 FCU B41 24X24X2 2 FCU AX44 24X24X2 2 FCU FCU BP48 20X25X2 2 FCU BP48 20X25X2 2 2. City Hall — 1201 Leopard St, Corpus Christi, Tx 78401 System Capacity Belt Air Filter Size Air Filter Water Cooled 250 NA NA NA Water Cooled 250 NA NA NA Water Cooled 50 PAH U-A 100 B 140 24 x 24 x 2 20 PAH U-B 100 B 140 24 x 24 x 2 20 PAH U-C 100 B 140 24 x 24 x 2 20 PAH U-D 100 B 140 24 x 24 x 2 20 PAHU-E 20 B63 24 x 24 x 2 8 OAHU-A B55 16X20X2 4 OAHU-B B55 16X20X2 4 OAHU-C B55 16X20X2 4 OAHU-D B55 16X20X2 4 CRAC#1 NA 16X24X4 6 CRAC#2 NA 16X24X4 6 CWAH U#2 A45 24X24X2 1 CHW AHU A59 16X24X2 4 SPLIT SYS - 1 15X20X1 1 SPLIT SYS -2 15X20X1 1 ELEVATOR 20X20X2 1 SPLIT- 1 ELEVATOR 16X20X2 1 SPLIT-2 Boiler 15K BTU 3. Gas De artment- 4225 S Port Ave, Corpus Christi, Tx 78415 ystem Capacity Belt Sizes Air Filter Size Air Filter Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Page 13 of 31 Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller Robur Gas Absorption 4.8 680-8M-20 NA NA Chiller AHU— 1 NA 16X20X2 2 AHU—2 NA 12X24X2 2 20X24X2 2 AHU— 3 NA 16X20X2 2 AHU-4 NA 12X24X2 2 20X24X2 2 AHU— 5 NA 20X24X2 2 AHU-6 NA 20x20x2 10 4. Police Department- 321 John Sartain St, Corpus Christi, Tx 78401 • Water Cooled 136 NA NA NA Water Cooled 136 NA NA NA Split 3 Split 5 Split 7.5 AHU-1 (CHW) 5 A27 24X24X2 2 Page 14 of 31 AHU-2 (CHW) 5 BX39 24242 2 AHU-3 (CHW) 5 BX39 16x20x2 6 AHU-4 (CHW) 20X25X2 1 AHU-5 (CHW) BX43 16x20x2 6 AHU-6 (CHW) 3 BX40 16x24x2/20X20X2 212 AHU-7 (CHW) 7.2 BX36 20x3Ox2 3 AHU-8 (CHW) 4 BX40 20x24x2 2 AHU-9 (CHW) 8 BX36 16x24x2 4 AHU-10 (CHW) 2 BX39 16x20x2 2 AHU-11 (CHW) 2.6 BX36 16x24x2 2 AHU-12 (CHW) 1.5 BX40 20x24x2 2 AHU-13 (CHW) 6.5 BX36 16x24x2 4 AHU-14 (CHW) 7.5 BX36 16x24x2 4 AHU-15 (CHW) 6 BX40 24242 2 AHU-16 (CHW) 7 BX36 16x24x2 4 AHU-17 (CHW) 12.5 BX41 16x20x2 2/2 16x24x2 AHU-18 (CHW) 2 BX36 16x20x2 2 AHU-19 (CHW) 5 BX40 16x20x2 6 AHU-20 (CHW) 3 BX43 16x24x2 4 AHU-21 (CHW) 9.5 BX38 16x24x2 4 AHU-22 (CHW) 20X25X1 1 AHU-23 (CHW) B54 24X24X2 8 AHU-24 (CHW) 8.5 BX32 16x20x2 6 OAH U-25 A49 20X24X2 4 CHW Boiler BTU NA NA NA SERVER RM-1 NA 16X25X1 3 (Split) SERVER RM-2 NA 16X25X1 3 (Split) SERVER RM-3 NA 16X16X2 1 (Split) METROCOM A32(2) 16x25x2 8 RTU METROCOM A32(2) 16x25x2 8 RTU Radio RM NA 20x25x2 1 (Split) Split-4T" FLR 3 NA 20x2Ox2 1 5. Frost Building- 2406 Leopard St, Corpus Christi, TX 78408 Page 15 of 31 Capacity Belt Sizes Air Filter Size Air Filter Air Cooled 110 Air Cooled 110 AHU-6 16.5 BP77 24244 4 , 2 12x24x4 AHU-7 16.5 BP71 20x2Ox4 6 AHU-8 16.5 B90 24X24X2 4 , 5 12X24X2 AHU-9 16.5 BX100 24X24X2 8 , 2 12X24X2 AHU-10 16.5 BP90 24242 5,1 12x12x2 AHU-11 16.5 B68 24 x 24 x 2 2 SCAC- 1 A34 20X2OX2 1 SCAC-2 A34 20X2OX2 1 Boiler 15 BTU 6. Water Utilities Department- 2726 Holly Rd, Corpus Christi, 78415 Capacity Belt Sizes Air Filter Size Air Filter Absorption Chiller 50 Split 2 BP77 20x2Ox2 1 Split 2.5 B90 15x20x1 1 AHU 10 BX100 16x24x2 4 16x20x2 1 13.5 AHU BP90 20x24x2 1 16x24x2 4 13.5 AHU B68 16x20x2 2 AHU 13.5 16x20x2 6 500000 Boiler BTU 7. Broadmoor Senior Center- 1651 Tartlon St. Corpus Christi, Tx 78415 System Capacity Belt Sizes Air Filter Size v Air Filter Page 16 of 31 Split System 5 20x25x4 1 Split System 5 20x2Ox4 1 Split System 10 B59 16x24x2 4 Split System -OA 7.5 24x24x4 1 8. Ethel Eyerly Senior Center- 654 Graham Rd, Corpus Christi, TX 78418 System Capacity Belt Sizes Air Filter Size Air Filter 16x20x2 2 Split 10 AX39 16x25x2 2 16x20x2 2 Split 7.5 AX36 16x25x2 2 16x30x2 2 Split—Two Circuit 20 NA 16x25x2 4 9.Garden Senior Center- 5325 Greely Dr, Corpus Christi, Tx 78412 System L Air Filter Split 2.5 NA 20x2Ox2 1 Split 2.5 NA 20x2Ox2 1 Split 5.0 NA 20x2Ox2 1 Split 5.0 NA 20x2Ox2 1 Split 5.0 NA 20x2Ox2 1 Split 5.0 NA 20x2Ox2 1 10. Greenwood Senior Center- 4040 Greenwood Dr. Corpus Christi, Tx 78416 Ize r System—ICCapa:c:it:y Belt Sizes Air Filter;7 Air Filter Split-1 15T 14X25X2 1/4 20x25x2 Split-2 20T 20x25x2 6/2 20X24X2 Split-3 5T BX42 20x25x2 6 Split-4 5T___L BX57 20x25x2 4 Page 17 of 31 11. Lindale Senior Center- 3135 Swatner St, Corpus Christi, TX 78404 System Capacity Air Filter Size QTY Split 1340(2) 16x24x2 4/4 16X20X2 Split BX42 20x25x2 1 Split 16x20x2 B66 16X25X2 4/4 Split 20x25x2 1 Split 20x25x2 1 12. Northwest Senior Center- 9725 Upriver Rd, Corpus Christi, Tx 78410 System Capacity Belt Sizes Air Filter Size Air Filter Split— 1 25 B36 20x25x2 3 Split—2 12.5 AX32 16x25x2 2 20x25x2 1 Split—3—Two Circuit 20 A32 16x25x2 3 13. Oveal Williams Senior Center- 1414 Martin Luther King Air Filter System Capacity Belt Sizes Air Filter S QTY Split 3.5 NA 16X20X2 2 Split 20 B64 20X25x2 1 Split 3.5 NA 20x25xl 1 Split 1.5 NA 25x20x1 1 Split 5.0 NA 20x2Ox2 1 Split 5.0 NA 20x25x2 1 Split 2.0 NA 20x2Oxl 1 Split 5.0 NA 20x25xl 1 14. Zavala Senior Center- 510 Osage Dr, Corpus Christi, Tx 78405 EM Split 15.0 B46 24x20x2 1/1 24X24X2 Page 18 of 31 Split 10.0 A45 24x20x2 3 12X24X2 Split 12.5 AX37 24x20x2 1/1/1 24X24X2 15. La Retama Library- 805 Comanche St, Corpus Christi, Tx 78401 System Capacity Belt Sizes Air Filter Size Air Filter Air Cooled 120 NA NA NA Air Cooled 120 NA NA NA AHU 23 5VX560 16x25x2 28 AHU 35 BX68 16x25x2 18 AHU 43 B90 16x25x2 2 AHU 29 BX71 16x25x2 24 AHU 5 A60 16x25x2 28 Boiler 1.25M BTU NA NA NA CRAC NA 16x20x2 2 16. Hopkins Public Library- 3202 Mckinzie Rd, Corpus Christi, Tx 78410 System C pacity Belt SizesvAir Filter Sizel 0 Air Filter Split 7.5 B40 16x20x2 8 Split 15 A39 16x24x2 4 Split 3 NA 16x25x1 3 Split 5 NA 16x25x1 3 Split 6 NA 20x25x2 1 Dehumidifier BX44 16x20x2 4 17. Neyland Public Library- 1230 Carmel Pkwy, Corpus Christi, Tx 78411 System Capacity Belt Sizes Air Filter Size Filter Air Split 10.0 A50 20x25x2 2 Page 19 of 31 BOILER NA NA NA Split 7.5 A46 16x20x2 4 Split 40 5VX1060 20x24x2 10 18. McDonald Library- 4044 Greenwood RD, Corpus Christi, Tx 78416 System Capacity Belt Sizes Air Filter Size Air Filter Air Cooled 150 NA NA NA AHU (CHW) 50 B78 16x25x2 16 Split 5 NA 20x25x2 1 Split 5 NA 20x25x2 1 Boiler 40K BTUS NA NA NA 19. O.N Stevens WWTP-13101 Leopard St, Corpus Christi, Tx 78410 I System Capacity Belt Sizes Air Filter Size I Air Filter Filter Bldg Split - 1 5 NA 20x25x4 1 Filter Bldg Split - 2 2 NA 20x25x4 1 Filter Bldg Split- 3 3 NA 20x25x4 1 Filter Bldg Split- 4 5 NA 20x25x4 1 Filter Bldg Split—5 5 NA 20x25x4 1 Filter Bldg Split- 6 5 NA 20x25x4 1 Filter Bldg Split— 7 5 NA 20x25x4 1 Filter Bldg Split—8 7.5 AX55 16x25x2 3 Filter Bldg Split—9 8 B31 20x25x4 2 Filter Bldg Split 4 NA 12x20x1 1 Filter Bldg Mini Split- 1 3 NA NA NA Filter Bldg Mini Split- 2 3 NA NA NA Filter Bldg Mini Split— 3 3 NA NA NA Filter Bldg Mini Split—4 3 NA NA NA Filter Bldg Mini Split— 5 3 NA NA NA Page 20 of 31 Chemical Bldg Chiller 25 NA NA NA Chem Bldg -AHU 20 A58 20x25x2 6 CHW Chem Bldg — Mini Split 1 NA NA NA Lab- AHU (CHW) 12 A50 16x20x2 6 Lab— Split 1 2.5 NA 24x24x1 1 Lab— Split 2 1.5 NA 24x24x1 1 Lab— Split 3 10 A50 16x20x2 6 Lab— Split 4 9.5 NA 24x24x2 1 Lab— Split 5 9.5 NA 24x24x2 1 High Service 2 3 NA NA NA High Service 3 50 B86 16x25x2 16 ECR 1 Wall Mount 6 NA 20x2Ox2 1 ECR 1 Wall Mount 6 NA 20x2Ox2 1 ECR 2 Package 10 A54 20x24x2 4 ECR 3 Package 20 BX55 20x25x2 8 ECR 4 Wall Mount 5 NA 20x25x2 1 ECR 4 Wall Mount 5 NA 20x25x2 1 ECR 5 Wall Mount 2 NA 12x20x1 1 ECR 5 Wall Mount 2 NA 12x20x1 1 ECR 6 Wall Mount 5 NA 16x30x1 1 ECR 6 Wall Mount 5 NA 16x30x1 1 ECR 7 Package 7.5 A48 20x2Ox2 4 ECR 8 Package 7.5 A47 20x2Ox2 4 ECR 9 Package 7.5 A52 16x20x2 4 20. Solid Waste- 2525 Hygeia St. Corpus Christi, Tx 78415 RTU 7.5 AX54 20x25x2 4 RTU 5 AX54 20x25x2 4 RTU 10 AX58 20x25x2 4 Page 21 of 31 RTU AX39 16x20x2 2 7.5 20x2Ox2 2 RTU 4 NA 16x25x2 1 RTU 3 NA 14x20x2 4 Split 2 NA 20x2Oxl 1 Split 2 NA 20x25x2 1 Wall Mount 3.5 NA 16x25x1 1 Wall Mount 2 NA 20x2Oxl 1 Mini Split 1 NA NA NA 21. Animal Care-2626 Holly Rd. Corpus Christi, Tx 78415 Air Filter Capacity es i79% QTY Split-1 10 41-230 16x20x2 1 16x16x2 1 Split-2 3.5 AX34 20x25x2 2 Split-3 7.5 NA 20x25x2 2 16x25x2 1 Split-4 15 A41 16x16x2 1 Split-5 2 NA 14x20x2 1 Split-6 6 41-220 16x16x2 1 Split-7 2 4L230 16x16x2 1 Split-8 2 16x20x2 1 A20 16x16x2 1 Split-9 2.5 NA 20x2Ox2 1 Split-10 3.0 NA 16x20x2 1 Split-11 12.5 NA 16x20x2 1 Split-12 12.5 NA 16x20x2 1 Split-13 2 A55 20x25x2 3 Split-14 2 NA 20x25x2 1 Split-15 2 NA 20x25x2 1 Page 22 of 31 Split-16 2 NA 18x24x2 4 Split-17 25 NA 20x3Ox2 1 22. Signs and Signals Building- 2525 Hygeia St, Corpus Christi, Tx 78415 r �v �-; �T ys'tem Capacity Belt Sizes Air Filter Size RTU 7.5 NA 20x25x2 4 RTU 10 NA 20x25x2/2Ox2Ox2 3/3 23. PD Holly Warehouse- 1501 Holly Rd, Corpus Christi, Tx 78415 Air Filter System Capacity Belt Sizes Air Filter Size QTY Split 7.5 NA 16x25x2 3 Split 7.5 NA 16x25x2 3 Split 12.5 NA 15x20x2 8 Split 12.5 NA 16x20x2 1 Split 2 NA 16x20x2 1 Split 2 NA 16x20x2 8 Mini-Split 1 NA 20x24x2 1 Mini-Split 1 NA 20x24x2 1 24. PD Internal Affairs- 5805 Williams Dr, Corpus Christi, Tx 78415 System Capacity Belt Sizes Air Filter Size Air Filter Split 3.5 NA 24x24x2 1 Split 3.5 NA 24242 1 Split 3.5 NA 20x25x2 1 25. PD Flour Bluff- 1456 Waldron Rd, Corpus Christi, Tx System Capacity Belt Sizes Air Filter Size Air Filter Split 5 NA 20x25x2 1' Split 5 NA 20x25x2 1 Page 23 of 31 Split 5 NA 20x25x2 1 26. Park Ops- 5352 Ayers St, Corpus Christi, Tx 78415 System Capacity Belt Sizes Air Filter Size Air Filter Split 1.5 A55 16x25x2 3 27. Fleet Services- 5352 Ayers St, Corpus Christi, Tx 78415 System Capacity Belt Sizes Air Filter Size Air Filter Split 5 NA 20x2Oxl 1 Split 1.5 NA 20x2Ox2 1 RTU 4 NA 20x3Ox2 2 RTU 5 NA 20x3Ox2 2 RTU 7.5 A32 14x30x2 2 RTU 5 4L280 20x3Ox2 2 Split 5 NA 20x25xl 1 RTU Heater 35K BTU A45 20x2Oxl 2 RTU Heater 35K BTU A45 16x20x1 6 RTU Heater 35K BTU A45 16x20x1 6 RTU Heater 30K BTU A43 16x20x1 6 28. Facility Maintenance- 5352 Ayers St, Corpus Christi, Tx 78415 System Capacity Belt Sizes Air Fitr Size Air Filter Split 3 NA 16x25x2 1 Split 3 NA 16x25x2 1 Split 3 NA 14x30x1 1 Split (Electrical) 3 NA 16x25x2 1 29. Ben Garza Gym- 1815 Howard St. Corpus Christi, Tx 78408 System Capacity Belt Sizes Air Filter Size Air Filter RTU 3T AX40 16x16x2 4 Page 24 of 31 RTU 4T AX40 16x16x2 4 RTU 3T AX40 16x16x2 4 RTU 3T AX40 16x25x2 2 RTU 15 BX54 24X24X2 6 RTU 15 BX54 18X24X2 6 RTU 10 BX60 24X24X2 6 RTU 10 AX46 18X24X2 6 30.Litchenstein House- 1581 N Chaparral, Corpus Christi, Tx 78401 System Capacity Belt Sizes Air Filter Size Air Filter Split 1.5T 18x24x2 1 Split 1.5T 18x24x1 1 Split 2T 20x25xl 1 Split 3.5T 20x24xl 1 31. Sidbury House- 1581 N Chaparral, Corpus Christi, Tx 78401 System Capacity Belt Sizes Air Filter Size Air Filter Split 1.5T 18x24x2 1 Split 1.5T 18x24x1 1 Split 2T 20x25xl 1 Split 3.5T 20x24xl 1 32. Littles Martin House- 1581 N Chaparral, Corpus Christi, Tx 78401 System Capacity Belt Sizes Air Filter Size Air Filter Split 3.5 NA 20x2Oxl 1 33. Gugenheim House- 1581 N Chaparral, Corpus Christi, Tx 78401 Package Unit 3 NA 714x24xl 2 Package Unit 3 NA 1 Page 25 of 31 18x36x1 1 34. Galvan House- 1581 N Chaparral, Corpus Christi, Tx 78401 System Capacity Belt Sizes Air Filter Size Air Filter Package Unit 17.5 NA 25x25x1 8 AHU 3T NA 18x20x1 1 AHU 3T NA 18x20x1 1 AHU 5 NA 20x3Oxl 1 35. Merriman-Boby's House- 1581 N Chaparral St, Corpus Christi, Tx 78401 rAir Filter System Capacity Belt Sizes Air Filter Size QTY Split 4T NA 18x30x1 1 Split 5T NA 18x24x1 1 36. Grande-Grossman Heritage Park-1581 N Chaparral St, Corpus Christi, Tx 78401 It. System Capacity Belt Sizes Air Filter Size Air Filter Split 2.5 NA 10x24x1 2 Split 2.5 NA 16x20x2 1 37. Jaluka-Gavatos House- 1581 N Chaparral St, Corpus Christi, Tx 78401 System Capacity Belt Sizes Air Filter Size Air Filter Split 5T NA 18x36x1 1 38. McCampbell House- 1581 N Chaparral St, Corpus Christi, Tx 78401 System A Capacity Belt Sizes Air Filter Size Air Filter Package Unit 4 NA 16x18x1 2 Split 3T NA 20x25xl 1 Page 26 of 31 39. Woolridge Lift Station, 6610 Woolridge Rd, Corpus Christi, Tx 78414 System Sizes Air Filter Size Air Filter Split 3T NA 20x20x2 6 40. Sunrise Beach- 22825 State Park Rd 25-Mathis Texas -W Air Filter System Capacity Belt Sizes Air Filter Size QTY Split 3T NA 20x25xl 1 Split 2.5 NA 16x20x1 2 41. Wesley Seale Dam, CR365 Sandia, Tx Air Filter System Capacity Belt Sizes Air Filter Size A QTY 20x20x2 1 Split 4 NA 20x30xl 1 Split 5T NA 20x30xl 1 Split 5T NA 20x30xl 1 Split 2.5T NA 20x20xl 1 Split 2 5T NA 20x20xl 1 Split 3T NA 20x25xl 1 42. Carrol House, 1621 N Mesquite, Corpus Christi, Tx 78401 System Capacity Belt Sizes Air Filter Size Air Filter Split 4T NA 20x30xl 1 43. Bayfront Kiosk Restroom,14O0 N Shoreline, Corpus Christi, Tx System Capacity Belt Sizes Air Filter Size Air Filter SCAC 3T A46 20X20X1 1 44. Bayfront Kiosk, 1401 N Shoreline, Corpus Christi, Tx Air Filter System Capacity Belt Sizes Air Filter Size QTY SCAC 3T A46 20X20X1 1 Page 27 of 31 45. Oso WWTP, 501 Nile St, Corpus Christi, Tx Air Filter System Capacity Belt Sizes Air Filter Size QTY Wall Mount 10T NA 22x2x2 2 Wall Mount 10T NA 22x24x2 2 RTU 3T NA 16x20x2 4 RTU 3T NA 16x20x2 4 Wall Mount 5T NA 24x24x1 1 Wall Mount 5T NA 24x24x1 1 Wall Mount 2T NA 20x2Oxl 1 Wall Mount 5T NA 20x2Oxl 1 Wall Mount 5T NA 16x25x1 1 Wall Mount 3T NA 20x24xl 1 Wall Mount 3T NA 20x24xl 1 Wall Mount 5 NA 16x30x1 1 Wall Mount 5 NA 16x30x1 1 Wall Mount 5 NA 16x25x1 1 RTU 7.5 AX35 20x25x2 4 Split s NA 20x2Ox2 1 46. Greenwood WWTP- 6451 Greenwood St, Corpus Christi, Tx 78415 Air System Capacity Belt Sizes Air Filter Size Filter QTY RTU 7.5 AX51 16x20x2 4 RTU 6 AX52 20x24x2 4 Split 5T NA 16x24x2 2 Split 5T NA 16x25x2 2 Split 3T NA 20x2Ox2 1 RTU 3 NA 20x2Ox2 2 16x20x2 2 RTU 4 NA 16x20x2 4 RTU 4 AX35 16x20x2 1 Page 28 of 31 12x30x2 1 47. Williams Lift Station, 6522 Williams Dr, Corpus Christi, Tx 78415 System Capacity Belt Sizes Air Filter Size Air Filter Split 3T NA 20X2OX2 1 48. Fire Stations #1 - #18 FA rdd r 7es s System Capacity Belt Air Filter Size Size 1 514 Belden, CC, TX, 78401 Split 5 NA 18x20xl 1 Split 5 NA 20x24x4 1 Split 5 NA 20x24x4 1 2 13421 Leopard St, CC, TX, 78410 Split 3 NA 16x25x2 1 Split 4 NA 20x25x2 1 3 1401 Morgan Ave, CC, TX, 78404 Split 5 NA 12x24x1 1 Subject to change. Split 5 NA 22x24x1 1 Split 5 NA 20x24xl 1 4 2338 Rodd Field Rd, CC, TX, 78414 Split 4 NA 16x25x1 1 Split 4 NA 20x25xl 1 5 3105 Leopard St, CC, TX, 78408 RTU AX54 20x25x2 4 RTU AX52 14x20x2 4 RTU A39 20x2Ox2 4 6 6713 Weber Rd, CC, TX, 78413 Split 3 NA 413 AP 1 Split 4 NA 213 AP 1 7 3722 S Staples St, CC, TX, 78411 Split 4 NA 20x24xl 1 Split 5 NA 20x25x4 1 8 4645 Kostoryz Rd, CC, TX, 78415 Split 4 NA 16X25X2 1 Split 5 NA 20X25X2 1 9 501 Navigation Rd, CC, TX, 78408 Split 3 NA 18x18x1 2 Split 4 NA 18x18x1 1 10 1550 Horne Rd, CC, TX, 78416 Split 7.5 NA 20x25x2 1 Page 29 of 31 Split 7.5 NA 20x25x2 1 11 910 Airline Rd, CC, TX, 78412 Split 3 NA 18X30X2 1 Split 5 NA 16X20X2 2 12 2120 Rand Morgan Rd, CC, TX, Split 5 NA 20X25X1 1 78410 Split 5 NA 20X25X1 1 13 1802 Waldron Rd, CC, TX, 78418 Split 3.5 NA 20x25x2 1 Split 5 NA 20x25x2 1 14 5901 S Staples St, CC, TX, 78413 Split 5 NA 20X25X2 1 Split 5 NA 20X25X2 1 14202 Commodores Dr, CC, TX, PMAC-20C 15 78418 Split 5 NA 25X20X6 1 Split 5 NA PMAC-20C 1 25X20X6 16 8185 State Hwy 361, CC, TX, 78373 Split 6 NA 16x25x2 4 17 6869 Yorktown Blvd, CC, TX, 78414 Split 5 NA 20X25X1 1 Split 5 NA 20X25X1 1 18 6226 Ayers St, CC, TX, 78415 Split 4 NA 20X25X2 1 Split 4 NA 20X25X2 1 49. Fire Station Warehouse, 1501 Holly Rd, Corpus Christi, Texas 78417 Air HIM System Capacity Belt Sizes - Air Filter SizeAMQTY dM Split 3 NA 14x20x2 2 Split 3 NA 20x30xl 1 Split 7.5 A48 16x25x2 3 Split 7.5 A48 16x25x2 3 Split 7.5 A48 16x25x2 3 Split 7.5 A48 16x25x2 3 Split 7.5 NA 16x25x2 3 Page 30 of 31 50. Hazmat Central, 3312 Leopard, Corpus Christi, Tx 78408 Split 4 NA 20x24x2 2 Page 31 of 31 ATTACHMENT B - PRICING -� CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM RFB No. 6336 Heating, Ventilation, and Air Conditioning (HVAC) Preventative Maintenance and Repairs Date: 04/01 /2025 PAGE 1 OF 2 Coastline Refrigeration&Service, LLC. 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. DESCRIPTION 3 YCEAR TY Unit Unit Cost Price Total Water Treatment Services Health Department 36 MONTHLY $195.00 $7,020.00 City Hall 36 MONTHLY $945.00 $34,020.00 Gas Department 36 MONTHLY $640.00 $23,040.00 Police Department (HQ) 36 MONTHLY $640.00 $23,040.00 Frost Building 36 MONTHLY $275.00 $9,900.00 Water Utilities Building 36 MONTHLY $457.00 $16,452.00 La Retama Library 36 MONTHLY $140.00 $5040.00 Neyland Library 36 MONTHLY $104.00 $3,744.00 McDonald Library 36 MONTHLY $140.00 $5,040.00 DESCRIPTION QTY Unit Unit Cost Price Total HVAC Technician 80.00 240,000.00 Normal Hours 3,000 Hours $ M-F 8 AM-5 PM HVAC Helper 37.00 111,000.00 Normal Hours 3,000 Hours $ M-F 8 AM PM HVAC Technician $80.00 8,000.00 After Hours, Weekends and Holidays 100 Hours HVAC Helper $37.00 3,700.00 After Hours, Weekends and Holidays 100 Hours Parts/Materials Estimated Spend $ 700,000.00 Three Year Total 1,189,996.00 PAGE 2 OF 2 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: $1 ,000,000 Per Occurrence 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 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 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 hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. Page 2 of 3 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 the is service agreement. 2024 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services - Services Performed Onsite O1/01/2024 Risk Management - Legal Dept. Page 3 of 3 ATTACHMENT D: WARRANTY REQUIREMENTS Warranty Labor/Workmanship 1 year Materials 1 year A. The Contractor shall warrant materials and workmanship against defects arising from faulty material, faulty workmanship for a period of 12 months following the final acceptance of the work and shall replace such defective materials or workmanship without cost to the City. B. Where items of equipment or material carry a manufacturer's warranty for any period in excess of 12 months, then the manufacturer's warranty shall apply for that piece of material or equipment. The Contractor shall replace such defective equipment or materials, without cost to the City, within the manufacturer's warranty period. C. The Contractor shall clean the system at no additional charge if the condenser or boiler become fouled by calcium carbonate scale during the term of the contract. D. Any additional service call to repair deficiencies previously addressed will not be considered for payment Page 1 of 1