HomeMy WebLinkAboutC2018-308 - 6/12/2018 - Approved �V8
A
SERVICE AGREEMENT NO. 1657
�\ _ MARY RHODES PHASE 2 - PUMPS AND MOTORS
\\\
miss_ MAINTENANCE
THIS Mary Rhodes Phase 2 Pumps and Motors Maintenance Agreement
("Agreement') is entered into by and between the City of Corpus Christi,a Texas home-
rule municipal corporation ("City") and Smith Pump Company, Inc. ("Contractor'),
effective upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Pumps and Motors Maintenance in
response to Request for Bid/Proposal No. BI-0198-13 ("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 Mary Rhodes Phase 2 Pumps and Motors
Maintenance ("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. This Agreement is for thirty-six months,with performance commencing upon
the date of issuance of a notice to proceed from the Contract Administrator or
Purchasing Division. The parties may mutually extend the term of this Agreement
for up to two additional 12-month periods ("Option Periods)"), provided, the
parties do so in writing and prior to the expiration of the original term or the then-
current Option Period. The City's extension authorization must be executed by
the City Manager or designee.
3. Compensation and Payment. The total value of this Agreement is not to exceed
$636,717.00, subject to approved extensions and changes. Payment will be made
for Services completed 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.
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
2018-308
6/12/18 t)Itn '
Page 1 ,
M2018-095 �
Smith Pump Company Inc.
INDEXED
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: LJ Francis
Department: Utilties/Water Resources
Phone: 361.826.1670
Email: LarijaiFQcctexas.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.
Addifionally, 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 Managers 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 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. Any Services 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.
Service Agreement Standard Form Poge 2 0l),
Approved as to Legal Form 12/15/17 yHIpV.t.�/\
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.
9. Qualtiy/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 301h 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. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator if
the subcontractors were not named at the time of bid or proposal, 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.
Service Agreement Standard Form Page 3 of
Approved as to Legal Form 12/15/17
13. Amendments. This Agreement may be amended or modified only by written
change order signed by both parties. Change orders may be used to modify
quantities as deemed necessary by the City.
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 related 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: Li Francis
Title: City Project Manager for Water Resources
Address: 2726 Holly Rd, Corpus Christi, TX 78415
_ Phone: 361.826.1670
Fax: 361.826.1715
IF TO CONTRACTOR:
Attn: L Granger Smith, P.E.
Title: C.E.O.
Address: 301 MB Industrial, Woodway, TX 76712
Phone: 254.776.0377
Fax: 254.776.0023
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
Y7
Service Agreement Standard Form Page 4 of a V
Approved as to Legal Form 12/15/17 ,q//�)
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 Manager may terminate this Agreement for Contractor's failure to
perform the work specified in this Agreement or to keep any required insurance
policies in force during the entire term of this Agreement. The Contract
Administrator 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 Manager may terminate this Agreement immediately thereafter.
(8) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager 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. 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 Managers right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
20. 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.
21. 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:
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form 12/15/17
111
A. this Agreement (excluding attachments and exhibits);
B. ifs attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then.
D. the Contractor's bid response (Exhibit 2).
22. 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.
23. Verification Regarding Israel. In accordance with Chapter 2270, Texas
Government Code, the City may not enter into a contract with a company for
goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during
the term of the contract. The signatory executing this Agreement on behalf of the
Contractor verifies that the company does not boycott Israel and will not boycott
Israel during the term of this Agreement.
24. Governing Law.This Agreement is subject to all federal,State,and local laws,rules,
and regulations. 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.
25. 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.
(SIGNATURE PAGE FOLLOWS)
ServiceAgreement St nda Form Page d of 7Approved as
to Legal Form 12/1
CONTRACTOR , /
Signature: AIM ,,,A ,
Printed Name: 1• , \ Iri
VINCI°4
Title: C Sc..O .
Date: 2.141(441_12,
CITY OF CORPUS CHRISTI
Signature: .) \Th Ck ice_ CL
Printed Name: 0 A c'_ v . '1' ,t-�
Title: -VC a c .f ..
Date: (.,If / 3/ I '
.cl.l.e. i IIN-Q9c ---
ATTEST
RE=ECCA HUERTA
CITY SECRETARY
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only: ...‘
� �' t E--072.---
„
Exhibit 1: RFB/RFP No. N/A 4y COUNCIL.. .�Z
Exhibit 2: Contractor's Bid/Proposal Response
J
SECRET-A'v;
I
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form 12/15/17
Attachment A - Scope of Work
The Maintenance of the pumps shall be as outlined in the following schedule:
Equipment Service Schedule
stent
Equipment Service'Meniltipn Frequencil 1 Sptdal laCUltione 'lieu
i
verticid Turbine Pumps
a. Check packing lubrication piping quarterly
b. check and mast Pauline elands quarterly
c. Replace parkin[elands Special As needed
d. Check cotrplinealignment Amos*
e. deck hold dawn bolts on punps and motors for proper
r Quarterly
f. dean Drains , Uncial As needed
6 fi esisemrwpiMfeeeial t
h Measure vibration Annoath
PIA and Inspect Panpsal within 6 moths of maintenance
wnV P9fornliA[!T Ven
>¢arirlent end date
within 6 maths of mairoSperm! ma ce i
k. Credt unpears Clearance gad date
m Cock shaft seal end
Quarterly
a- Check for mese or vbss
mram
a. ahruniantempaiolioniArecity RIDReams Qoarterly
p. Ensure no fluid or lbricant leaks _ Quarterly
q. duck oil lubricant kwei ty
✓ Check a nTrary supplies if fated Quarterly
died tar beanog ksbricant dunce due to pimp
operation record annually
_ t inspection of bowl assembly special Dray 3 to 5 tears
2 Swap Motors
a. Check cid leads Quarterly
b. diargeod Semiannually Depends on roe fuse
c dean air passages Cettake and exhaust) ash
d. verify an cows re in dace and serve
e. Check for prosper kbriatson
f. peck beaenR temperature rise elraronty
deck phase,voltage,frequency,and power
consumption mammy
h. deck for warns spots on ataesuri ectilg wiring Cataiterly
t duct electrid connections
} Inspect and dean rotor ends,wigs,and tan blades L5 3r�%atter
ontat4Coo
k_ deck resistance ofwirsdirnet Serniannusgy
I- deck cable mad:aim resistance Smsaro y
m Verify noxa apron heaters wort Scmj arpnrdty
it/Chest bearing coding Fines and cods Quarterly
a Rotate Reno Shaft by Hand terty
p Inspection of rotor Atm y
q Check far abrasive or electrically condsxti ltduns S saanutralty Dot to osr'mrai service
Check far proper vend:Mos against art accumulator)or
„Amos er h SearsatwusYy qui to trueaod serves
s Measure vcbraaats
4011116
1IerCc
i avese4i6iMfigfanl
a AM testing and mem/seminars shall be dare m accord ace est the technical specifications 4442 56.02,5.03
2
f pup nerst Service Requirements
Mary Rhodes Pipebrse Phase 2—Pumps and Motors
Attachment B - Schedule of Pricing
River Pump Station
Maintenance Agreement 3 years $284,471 .00
Booster Pump Station
Maintenance Agreement 3 years $352,246.00
Total $636,717.00
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 the subcontractor has been obtained.
2. Contractor must furnish to the City's Risk Manager and Contract Administrator (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 ah
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
AUTO LIABILITY (including) $1,000,000 Combined Single Limit
I. Owned
2. Hired and Non-owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory and complies with Part II of th
(All States Endorsement if Company is not Exhibit.
domiciled in Texas)
Employer's Liability $500,000/$500000/ $500,000
3. 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
occident.
Additional Rea iremanj -
1. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written
on a policy and endorsements approved by the Texas Department of Insurance.
The workers' compensation coverage provided must be in 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.
2. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written on an occurrence basis by companies authorized and admitted
to do business in the State of Texas and with an A.M. Best's rating of no less than A-
VII.
3. Contractor shall be required to submit 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
1. Contractor agrees that,with respect to the above required insurance,all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, and volunteers, as additional
insureds by endorsement with regard to operations, completed operations, and
activities of or on behalf of the named insured performed under contract with
the City, with the exception of the workers'compensation policy.
• Provide for an endorsement that the "other insurance"clause shall not apply to
the City of Corpus Christi where the City is an additional insured shown on the
policy;
• Workers' compensation and employers' lability 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.
2. Within five (5) calendar days of a cancellation, nonrenewal, 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 Contractors 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.
3. 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 hove 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.
4. 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 Contractors or its subcontractor's performance of the work
covered under this contract.
5. 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.
6, It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this contract.
2018 Insurance Requirements
Purchasing
Mary Rhodes Phase 2 Pumps and Motors Maintenance Services Only
04/18/2018 sw Risk Management
ATTACHMENT D - WARRANTY REQUIREMENTS
One year warranty for all parts and labor for maintenance work
performed.