Loading...
HomeMy WebLinkAboutC2019-068 - 2/19/2019 - Approved 4E �s�f1� III SERVICE AGREEMENT NO. 1735 Generator Preventive Maintenance and Repairs •9P911 Y THIS Generator Preventive Maintenance and Repairs Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and HOLT Texas Ltd ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Generator Preventive Maintenance and Repairs in response to Request for Bid/Proposal No. 1735 ("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 Generator Preventive 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. This Agreement is for 12 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 one-year periods ("Option Period(s)"), 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. This Agreement is for an amount not to exceed $100,875.00, 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. 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. C2019-068 2/19/19 M2019-026 Page 1 of 7 Holt Texas Ltd )er 1, 2018 SCANNED Invoices will be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Joanna Moreno Department: Utilities Phone: (361)-826-1649 Email: JoannaM@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. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form October 1, 2018 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. 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 Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form October 1, 2018 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 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 Attn: Joanna Moreno Title: Contract/Fund Administrator Address: 2726 Holly Road, Corpus Christi, TX 78415 Phone: (361)-826-1649 Fax: (361)-826-4495 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form October 1, 2018 IF TO CONTRACTOR: Holt Texas Ltd Attn: Michael Puryear Title: General Counsel Address: 5665 Southeast Loop 410 Phone: (210)-648-1 111 Fax: (210)-648-0079 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 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. (B) 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 Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form October 1,2018 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 Manager's 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: 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). 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 if required by said statute. 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. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form October 1, 2018 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 CONTRACTO r OLT TEXA. , 7. Signature: Michael Printed Name: Puryear General Counsel Title: Date: 01/28/2019 CITY OF CORPUS CHRISTI \((/v,., Kim Baker Assistant Director of Finance- Purchasing Division Org ._./I ATTEST: Date: 2. 2..o. 1C RE: CCA 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: M1o402�0 Exhibit 1: RFB/RFP No. 1735 .Aulttun���• Exhibit 2: Contractor's Bid/Proposal Response COWL - 9 Lo- wammaMESIIIN — SECRETARY ' Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 1, 2018 ,e1.7., ct ,--ai _�'r_ Ii,; ATTACHMENT A: SCOPE OF WORK w�.w � I'-`--;;,,---.)--,.,--71-) 181.2 1.1 General Requirements/Background Information A. The Contractor shall provide Generator Preventive Maintenance on an annual basis, Repair, and Generators rentals on as needed basis. B. The Contractor shall provide services to 23 generators of various brands - Olympian, Cummins, Caterpillar, Generac, Onan, Baldor, and Detroit, which are located at Wastewater Treatment Plants, Lift Stations, Storm water pump stations and Gas Buildings. The City's may add or remove generators from the list at their own discretion. C. The Contractor shall be responsible to furnish labor, supervision, tools, materials and equipment necessary to perform preventive maintenance and repair services in accordance with all terms, conditions, and schedules of this scope of work. D. The Contractor shall provide emergency and non-emergency generator repairs. The Contractor technician shall be available 24 hours, 7 days a week for emergency services. E. The Contractor shall provide preferential response for any emergency services requested by the City over any non-agreement customers. F. All work performed under this contract shall be performed in accordance with all applicable codes and standards. 1.2 Preventive Maintenance A. The Contractor will perform preventive maintenance services on an annual basis. The service to be completed on or before June 1st of each year. The City will schedule preventive maintenance service visit. B. Preventive maintenance will be performed, Monday to Friday, from 8:00 AM to 3:00 PM. The Contractor will check in and check out with the on-site Work Coordinator before and after all authorized work is performed. C. The preventive maintenance services shall include at a minimum the following tasks outlined below.This list is not intended to be all inclusive for each generator. The Contractor shall also comply with the specific recommendations of the Original Equipment Manufacturer recommendation for the preventive maintenance and for all parts/materials/fluid requirements. 1. Complete inspection of engine, generator, and associated equipment, including the battery, battery charger, control panel, gauges, support structure, mounting systems, fuel tanks, and exterior of equipment. 2. Check and test all safety devices. 3. Check Engine Coolant. 4. Check for faulty codes and correct deficiencies. Page 1 of 6 5. Verify voltage and frequency output. 6. Adjust engine speed. 7. Adjust fuel regulator (if applicable). 8. Inspect fuel system, air intake, and exhaust systems. 9. Inspect oil for contamination, if necessary, perform metal wear analysis. 10. Test and inspect battery charging cable and connections. 11 . Perform fuel analysis, if necessary (diesel fuel generator). 12. Remove and replace lubricating oil and filters. 13. Remove and replace fuel filter and air filter. 14. Remove and replace sparkplugs. 15. Test and inspect battery charging system for proper function. 16. Manually start the generator. 17. Supply load test equipment and Perform load test as per requirement of generator or informed by the work coordinator. 18. Transfer Switches i. Inspect and clean each drive ii. Lubricate moving parts and contact surfaces iii. Inspect and ensure all connections are tight and meet required and/or recommended torque specifications iv. Perform power transfers to ensure proper operation. 19. Dispose any used parts and fluid in accordance with current EPA and/or TCEQ rules and regulations. D. The Contractor shall perform repair and/or replacement parts identified during preventive maintenance. Preventive repairs shall be made to prevent an unscheduled generator breakdown and to ensure continued normal operation of the generator. Replacement of parts shall be made to extend the useful life of the generator. E. Once identified necessary repair and/or replacement of parts, the Contractor shall provide not to exceed estimate inclusive of labor and parts/material cost to the onsite work coordinator for approval. F. The Contractor shall completely document all repairs. A copy of each preventive maintenance service and repair report will be provided to on-site personnel at the time of completion and shall provide the following information: 1. Service Address 2. Model and serial number of equipment repaired 3. Description of the repairs 4. Itemized list of replacement parts/materials 5. Start time, End time and Total hours worked Page 2 of 6 6. Name of approving City personnel 1.3 Repair Service A. Repair service is a request from the Contract Administrator or onsite work coordinator to the Contractor requesting the Contractor to go to a specific generator to correct any problems which needs attention. B. Call back includes emergency or non-emergency repair services.The onsite work coordinator will use prudent judgment to define emergency or non-emergency. The work coordinator decision shall remain final and the Contractor shall act accordingly. C. The Contractor will receive emergency repair requests via telephone and must call back within 15 minutes of call being placed by the work coordinator. During emergency, the Contractor shall reach on site within two-hour response time. D. During non-emergency, the Contractor shall be available at the site within three- hour response time. E. In the event of adverse weather i.e. hurricane, storm, tornado etc., the contractor shall be available after the post weather event. F. The Contractor shall identify the repair required and provide the onsite work coordinator a written estimate of the time and parts/materials required for the repair in order to obtain approval to perform the repair. G. The Contractor shall complete repairs within 24 hours of arrival on site. The contractor will communicate to onsite work coordinator any conditions that may delay work being completed within 24-hour period. H. In case of emergency or adverse weather, the city reserves the right to use another contractor, if the contractor response times are non-compliant. I. If the Contractor is required to leave the premises to obtain parts/materials, onsite work coordinator must be notified. J. Contractor' shall only invoice City's for the time spend on the property. City's shall not pay for time spend in route or travelling to acquire parts/supplies. 1.4 Generator Rentals A. The City will request the Contractor to provide generator rental, if the City needs back up power or current generator is in non-repairable condition. B. The Contractor shall supply a temporary back-up generator meeting the load rating of the affected site to ensure continuity of operations. The Contractor shall supply necessary accessories to start the generator. C. In case of non-emergency or emergency, the City reserve the right to use another contractor, if the contractor response times are non-compliant. D. The City may rent generator that vary in size from 100 to 900 KW. E. The Contractor shall be responsible for the delivery and pick up of the generator. The City of Corpus Christi will be responsible for the loading and unloading of the generator. Page 3 of 6 F. The rental period will start when the equipment leaves from the Contractor premises and the rental period will end when the equipment handover by the City of Corpus Christi to the Contractor. G. The City may rent generator on Sigle Shift, Double Shift or Triple Shift, depends on the circumstances. The Sigle Shift defined as 8 hours/day, 40 hours/week and 160 hours/month, Double Shift defined as 16 hours/day, 80 hours/week and 320 hours/month. Triple shift defined as unlimited usage in a day, week and unlimited month. Month is defined 28 days and Week is defined as 7 days. H. During the rental period, the contractor shall be responsible for the preventive maintenance, repairs and/or replacement of parts of the generator. I. The Contractor shall provide price inclusive of insurance and damage waiver. J. The Contractor shall deliver the generator with full of diesel fuel. The City shall return the equipment full of diesel fuel. The Contractor shall charge to the City, if City fails to fill the tank. The prices should be as per market rate. 1.5 Parts and Warranty A. The Contractor shall make repairs using new and unused Original Equipment Manufacturer (OEM) parts. B. The Contractor shall provide one-year warranty on repairs and one-year warranty or manufacturer warranty on OEM parts. C. Warranty repairs shall be corrected in a timely manner upon notification. If the Contractor, after notice, fails to proceed promptly, the City may have the defects corrected by a third party and the Contractor shall be liable for all expense incurred. Such action shall not relieve the Contractor of further warranty liabilities. D. The Contractor will be responsible for submitting warranty claims to manufacturer. 1.6 Service Personnel A. The Contractor shall employ sufficient full-time service personnel to perform services outlined in this contract. The Contractor's service technician must be trained, experienced and qualified to perform services outlined in this contract. B. The Contractor shall provide proper Personnel Protective Equipment (PPE) for their employees performing the work as required by OSHA and any other Federal, State, or Local codes, Law and Regulations. C. The Contractor's technician shall check in with the onsite work coordinator prior to commencing work and check out after completing the work. This requirement applies to regular maintenance and call back repairs. 1.7 Invoicing A. Invoice pricing shall reflect pricing as shown in the Contract. B. All invoices shall provide detailed information, including: 1 . Service Agreement No 2. P.O No 3. Service Address 4. Model and Serial number of equipment 5. Description of repair, PM and rental services Page 4 of 6 6. Itemized list of charges i.e. labor, parts/material,to include copies of all invoices for parts/materials to support markup 7. Name of authorizing City representative 1.8 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. 1.9 Safety The Contractor shall ensure that all work is performed in a safe manner and shall provide all necessary equipment and barriers to protect the work site, workers, city's employees, city's vehicles and property. 1.10 Work Site Locations Manufacturer WWTP Plant Name Address Model # Serial KW 1 Broadway 801 Resaca Cummins #DQKAB7889872 J110266097 2000 2 Laguna 201 Jester Cummins Madre #DQPAB1529208 L150901852 650 3 Whitecap 13409 Whitecap Stewart &Stevenson Blvd. #12GDT600 71909 600 4 Whitecap 13409 Whitecap Cummins Blvd. #DQFAC1748207 G170215059 900 Lift Manufacturer Station Name Address Model # Serial KW 1 Airport 1000 Olympian International Dr. #D150P1 OLYANAT00730 150 2 Buckingha 7501 S.Staples Caterpillar m #LS5 G5A03177 300 3 Greenfields 7310 Canadian Generac Dr. #844874100 2094427 100 4 Cimarron 7401 Cimarron Cummins #DSFAE5782087 L100159146 80 5 Country 6300 Everhart Generac Club #7514330100 2091568 250 6 Jamaica 2092 Jamaica Generac #11287700100 2013944 100 7 Kostoryz 6261 Kostoryz Caterpillar #3306SR48 7YR03152 250 8 Laguna 2902 Laguna Caterpillar Shores Shores #D1258 CATOOC71 HLCO 125 01 9 Oso #1 501 Nile Detroit Diesel 1761231 10608 500 #500RXC6DT2 10 Oso #2 501 Nile Detroit Diesel 1761231 10608 500 #600RXC6DT2 Page 5 of 6 Lift Manufacturer Station Name Address Model # Serial KW 11 Woodriver 4601 Spring Cummins Creek Dr. #DEFG6254688 A080151 167 350 12 Sharpsburg 4412 Sharpsburg Cummins Rd. #DFEJ1716425 C170169476 450 13 Mobile Greenwood Baldor WWTP #TS1303J SB2S160 101 SW Manufacturer Pump Name Address Model # Serial KW Station 1 Power St. 1218 N. Water Cummins St. #DGDBD4489916 J000164716 100 2 Kinney St. 302 S. Water St, Kohler #750REOZM 2134865 760 3 Kinney St. 302 S. Water St. Kohler #750REOZM 2134386 760 4 Kinney St. 302 S. Water St. Kohler #750REOZM 2134387 760 Gas Manufacturer Loc Name Address Model # Serial KW 1 Gas Building 4225 S. Port Ave. Generac 2065509 150 #1964780100 2 CNG Fuel 5352 Ayers St. Cummins Al620910086 500 Station Bldg. 20 #1530014 Page 6 of 6 Attachment B:Bid/Pricing Schedule e � 11 CITY OF CORPUS ORPUS CHRISTI TIo : ill PURCHASING DIVISIONt ,�. 1 a BID FORM • MU RFB No. 1735 IGenerator Preventive Maintenance and Repair Services Date: 01/03/2019 PAGE 1 OF 5 Bidder: Holt Texas,LTD. Authorize. jr Signature:/" :c a• •uryear, enera ounse 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 Purchasing office, pursuant to the Code of Ordinances,is current and true. c. Bidder is current with all taxes due and company is In good standin with I applicable governmental agencies. 9 a I d. Bidder acknowledges receipt and review of all addenda for this RFB. e. Bidder shall bring Rental Total from Rental Section to Line 5 below. item Descri'tionearallQTY Annual Preventive HR Total Price 13=3 MI Maintenance-Normal $ $ IIIHours, 8:00 AM to 5:00 PM 9 5I I, B 7.5- Technician-Normal HR Hours 200 $ Monday to Friday,8:0011111 MIAM to 5:00 PM Cl3 Technician-Afterhours, HR Weekends and Holida s 60 $ �� $ 1 3, Sao IIIIIIIIIIIIIIII Estimated Mark up (%) Send 5 '„ MI 11111 Parts $10,000 co d $ 10, S-00 NI Allowance for Rental of e enerators $35,000 $ o n 3� _a $ 3��o 0 u, Total a i4/111 00i 1 5 . CO Generator Rental Price list A. If the Contractor does not have generator as per specification given, then the contractor can provide rate for the equivalent one. B. The Contractor needs to provide rate for the single shift, double shift and triple shift. C. Rental Price will be taken in to consideration while determining lowest, responsible and responsive bidder. For the calculation purpose we will consider sum of total of day, week and month and D. Item Description Daily Rental Weekly Monthly Rate Rental Rate Rental Rate 1 Cummins 650 KW #DQPAB1529208 S/N: 1150901852 • Single shift $ 1,3C7 $ LES/oo Double shift $ °So $ 6r 150 $ Triple shift a,113 $ aoo $ (2 y 6 0 o 2 Stewart&Stevenson 600 ' KW #12GDT600 S/N: 71909 Single Shift $ 1,3 V? $14410o $ 12,300 Double Shift $ �O50 $ 150 $ IP 4Sy Triple Shift $.)1773 $F- 100 Say, (0 041 3 Cummins 900 KW #DQFAC1748207 S/N:G170215059 Single Shift $ j 8oc $ $ xRoo 31 b CRL7 Double Shift $ 5' too $ 8, /ou $ /04too Triple Shift $ i‘,200 $)'-1300 $3a cjoo 4 Olympian 150 KW #D150P1 S/N: OLYANAT00730 Single Shift I-!' S 4). q?? Double Shift $ HP-1 $ a 1(� $ Di 9(p 11 Triple Shift $ y SA $ wow' $ 8,104 5 Caterpillar 300 KW #LS5 S/N: G5A03177 Single Shift $ y o o $ /?.o1 $ /,, (o o i Double Shift $.1,401 $ 3 $ q,poa Triple Shift $ 7, x03 $ l° yo5 $ l`f, yoG 6 Generac 100 KW #844874100 S/N:2094427 Single Shift $ 3t).3 $ 455 $ 6,0 4 Double Shift $ c/09 $ 3 6/ $ 4 8/P Triple Shift $d2 7a-7 $ � Ceti $5`454 7 Cummins 80KW #DSFAE5782087 S/N: L100159146 Single Shift $ 3 03 $ 66-6, Double Shift $ $ j 3 b $ (?(ä' Triple Shiftr $a7a7 $1-}+oq 1 $ 5;1+54 8 Generac 250 KW #7514330100 S/N:2091568 Single Shift - $ GQ. I $ 5i4.0 $ 1,2s- Double Shift $ f &A O0 $ �,8./0 $3,_G 0 Triple Shift $ 51(090 y 12 0 $ 11, a 9 Generac 100 KW #11287700100 S/N:2013944 Single Shift $ 3v3 $ y55 $ 6,0 ( Double Shift $ q 0 q $ 113 fog $ J 8(8 Triple Shift $ 10 Caterpillar 250 KW i�a7 $ 1'�''0�! / $ 574514 #3306SR48 S/N:7YR03152 Single Shift $ G o7 $ 0 $ 10.53 Double Shift $ 111 9e0 $.)1 n.0 $3060 Triple Shift $5, b'4o $ 8/ "I $ / 1 , ad'o 11 Caterpillar 125 KW #D1258 S/N:CAT00C71 HLC001 Single Shift $ y 4S $ 7L4 Z $ 1f-1 Double Shift Triple Shift $ y.4sa. $ 4,, 0P $ r, 90q- 12 Detroit Diesel 500KW #500RXC6DT2 S/N: 176123110608 Single Shift $ 1 , 0(.7 $ j,(Qco $ 133 Double Shift $ 3,. u° $ Lifvo $ 6, 400 Triple Shift $ 9r 600 $/yigoo $ lliaoo 13 Detroit Diesel 500KW #600RXC6DT2 S/N: 761231106081 Single Shift $ o6 7 $ Double Shift - , a; 13 Triple Shift $31 3.00 $‘-i, 1,13o $ 6140o ?? 600 $/4-1,140v $ // , ano 14 Cummins 350 Kw #DEFG6254688 S/N: A080151167 Single Shiff $ f- - oo $ I 2.0 l $ 1, 6O I Double Shift $ %'40f $ 3, 6o>_ $ Triple Shift �{j s�o� 7 x-03 $ )01 /14 $ p-c Li o b 15 Cummins 450 KW #DFEJ 1716425 S/N:C170169476 Single Shift $ j b 6 7 $ f 6 0 o $ Double Shift $ 3' � 1 3? Triple Shift a0 0 $ y 1 �0 ° $ (01i-too $ 7a baa $ 14,+- " $ it -o i3 16 Cummins 100 KW #DGDBD4489916 S/N: J000164716 Single Shift $ 3 0 3 $ Lt S5 $ 10 0 (9 Double Shift $ 709 $ 113 `f $ j, Fir Triple Shift $ 1_7a? $ 9,octi $ S LFctj 17 Cummins 900 KW #DQFAC 1748207 S/N: G170215059 Single Shift Double Shift $ /i ?0e) $ .370o $3 op $ S,gao $ e'4100 $ICI,eeo Triple Shift $ 1 18 Kohler 760 KW 6iaao $.2130 o $32, 0 �o #750REOZM S/N:2134865 Single Shift $ j 3 b-1 $ $ Skidoo I�, 300 Double Shift $ � use $ 6 $ I fir, £4 Triple Shift $ 2,7 73 $r, lo o $ ?'J 600 19 Kohler 760 KW • #750REOZM S/N:2134386 Single Shift $ 11317 $ , tae $ /2,30u Double Shift $,;05,) $6t 1 SU $ Iof- 1-1C1 Triple Shift $) ,173 $ 0oo $A1-1, 60, u 20 Kohler 760 KW #750REOZM S/N:2134387 Single Shift $ 1 t3b7 $1-1, 1 ° ' $ /i213vu Double Shift $ 025.-b 0o $ b, i 5o $ 1?i 450 Triple Shift $x -/73 $' .a o $11+4 G o v 21 Generac 150 KW #1964780100 S/N:2065509 Single Shift $ $ -714 $ 9 Double Shift $ f195)9 $ al $ia, `?6f- Triple Shift `-1,4 $ b e 67 22 Cummins S00 KW #1530014 S/N:A1620910086 Single Shift $ (1 bb 7 $ f 600 $ 1, 133 Double Shift $ 3, ado $ � g,00 $ levo Triple Shift $ ��4 o o $ &414 o u $ j 1 00 Sub-Total Rentals .$� $ �•°'$ 6'-3,6 , o Total Rentals _1_17 ' $ f �4 g-3 . 0 0 `V.� ATTACHMENT C: INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. 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. B. Contractor must furnish to the City's Risk Manager and Contract Administrator 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 change, Per occurrence- aggregate or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 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) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this Exhibit. not domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 Page 1 of 3 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 insured by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • 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. Page 2 of 3 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. I. 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 Utilities Generator Repair and Preventive Maintenance Services 04/26/2018 sw Risk Management Valid Through 12/31/2018 Page 3 of 3 ATTACHMENT D: WARRANTY REQUIREMENTS A. The Contractor shall provide one-year warranty on repairs and one-year warranty or manufacturer warranty on OEM parts. B. Warranty repairs shall be corrected in a timely manner upon notification. If the Contractor, after notice, fails to proceed promptly, the City may have the defects corrected by a third party and the Contractor shall be liable for all expense incurred. Such action shall not relieve the Contractor of further warranty liabilities. C. The Contractor will be responsible for submitting warranty claims to manufacturer. Page 1 of 1