Loading...
HomeMy WebLinkAboutC2021-062 - 3/2/2021 - Approved DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 �S c SERVICE AGREEMENT NO. 3318 v Pump Repairs for Utilities Department '0AP04alev 1852 THIS Pump Repairs for Utilities Department Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Excel Pump & Machine, Inc. ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Pump Repairs for Utilities Department in response to Request for Bid/Proposal No. 3318 ("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 Pump Repairs for Utilities Department ("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 three years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Contracts and Procurement staff. 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 by written amendment 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 $840,750.00, 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. Contractor shall invoice no more frequently than once per month. 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 will be mailed to the following address with a copy provided to the Contract Administrator: Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Diana Zertuche-Garza Department: Utilities Department Phone: (361) 826-1627 Email: DianaZ@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this 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 March 9, 2020 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 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 manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 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: Diana Zertuche-Garza Title: Contracts/ Fund Administrator Address: 2726 Holly Road, Corpus Christi, Texas 78415 Phone: (361) 826-1627 Fax: (361) 826-4495 IF TO CONTRACTOR: Excel Pump & Machine, Inc. Attn: Randall Houghton Jr. Title: President Address: 1450 E. State Hwy 44, Corpus Christi, Texas 78460 Phone: (361) 387-4508 Fax: (361) 387-8844 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 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 comply with any of the terms 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 Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 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. CONTRACT9RSigned by: ocu Signature: v Printed Name: Randall Houghton Jr. President Title: Date: 1/21/2021 (s9Fb90RPUS CHRISTI &I,—VZ� M2021-036 Authorized By Josh Chronley Interim Assistant Director of Contracts and Procurement Council 03/02/2021 Date: 3/18/2021 °S Attached and Incorporated by Reference: n-t? Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements ATTEc..T: Attachment D: Warranty Requirements ocu igned by: Incorporated by Reference Only: Rebecca Huerta Exhibit 1 : RFB/RFP No. 3318 City Secretary Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 Attachment A - Scope of Work 1.1 General Requirements A. The Contractor shall provide pump repairs at the O. N. Stevens Water Treatment Plant and all booster and raw water pump stations operated by the City of Corpus Christi Utilities Department. B. The work will be performed on an as needed basis. C. The Contractor shall be responsible for labor, material, parts, and transportation necessary to perform the services. 1.2 Repairs A. The City's pump inventory for this contract, outlined in this Scope of Work, consists of approximately 39 pumps. Most of the pump brands include, but are not limited to Byron Jackson, Fairbanks Morse, Flowserve, Cascade, Peerless, Flygt and Allis Chalmers. B. The Contractor shall disassemble, inspect, repair, and rebuild pumps. C. The Contractor shall perform repairs to the following parts of pumps including but not limited to stator, shaft, impeller, volute, seals, gaskets, stuffing box, packing gland and bearings. D. General machine work and/or repair shall consist of but not limited to balancing, welding, straightening, grinding, custom part manufacturing, shaft rebuilding and fabricating, sand blasting, and coating of pump. E. The Contractor shall clean using steam, grit or solvent to obtain accurate measurements, and for non-destructive evaluation. F. All repairs shall be in accordance with current pump nameplate data and conditions, drawings, standards and/or OEM specifications. If the pump is missing nameplate data, refer to City staff for additional information. G. After repairs, the pump(s) shall be repainted to manufacturer recommendation and specification, in a color approved by the City and super coated equal to manufacturer recommendation or better H. The City's equipment while in Contractor's possession must be properly stored and secured at all times. I. The City reserves the right to inspect the pump at any time during the repair. J. The Contractor facilities may be subject to inspection at any time by a City representative. When deemed appropriate, the City reserves the right to use third party inspection services at the City's expense. K. The City reserves the right to audit the Contractor's project costs at any time during the Contract term. Revised 4.4.19 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 1.3 Schedule of Work A. The repair(s) information will be provided to the Contractor through work/task order or phone/email request. B. The Contractor will be responsible for picking up and delivering the pumps in a flatbed or trailer capable of transporting at least 5000 lbs. C. The Contractor will pick up the pumps within 24 hours of the City's notification. The City staff will load and unload the pumps to/from the Contractor vehicle. D. Upon receipt of pump, the Contractor will inspect the pump and submit an inspection report and repair estimate based on contract pricing. The report shall include inspection results, conclusion/recommendations, and visual findings by drawings or digital photos, including a "No Destructive Testing Report" added to the "As Received Report". The Contractor shall submit repair estimate based on contract pricing for each repair and shall include estimated repair time, hourly labor costs to include regular time and over time (if approved), parts to be replaced including lead time, and shipping cost for parts. The repair estimate and inspection report shall be submitted electronically in PDF format via email. E. If the repair estimate is not economical for the City to proceed with the repair, then the Contractor shall provide comparative analysis between the replacement and repair costs. The City may decide to buy new pump through a new solicitation. F. The Contractor shall make a reasonable effort to ensure that all parts are original equipment manufacturer (OEM). The Contractor shall include the lead time and shipping costs for OEM parts in the repair estimate. If the lead time for an OEM part will cause the repair time to exceed 30 days, then the City may approve non-OEM parts Le third party parts or fabricated parts G. The Contractorwill provide the report and repair estimate within 10 business days after receipt of equipment. For larger or specialty pumps that may require longer than 10 days, the Contractor shall notify the City prior to the end of 10 business days so additional time can be negotiated as warranted. H. If the estimate is accepted and work performed, the Contractor's invoice shall not exceed the estimated amount unless previously authorized by the Contract Administrator in writing prior to the work being performed. I. After repairs are completed, a mechanical documentation repair report must be submitted. The report shall contain the following: cover page, as received photographs and final photographs, rotor drawings showing run out and sizes before and after repairs, balance report and Non-Destructive Testing reports. J. Overtime hours must be authorized in writing by a City representative. The City may ask for prioritization for emergency repairs. K. The repairs shall be completed within 30 calendar days of Contractor receipt of approval from the Contract Administrator. Revised 4.4.19 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 1.4 Contract Pricing A. The Contractor shall perform services during normal working hours 8:00 AM to 5:00 PM, Monday to Friday. The Contractor shall not work afterhours, Saturdays, Sundays and Holidays without prior approval from Contract Administrator. B. Labor rate includes but is not limited to labor, overhead, profit and administrative cost. C. Onsite technical labor rate includes but is not limited to labor, overhead, transportation and administrative cost. D. Materials shall be provided to the City at Manufacturer cost, discount (if applicable) and allowable contract mark up. E. All pricing shall be as outlined in the Bid/Pricing schedule 1.5 Invoicing The Contractor must submit an itemized invoice for payment, which shall contain the following information: 1 . Purchase Order (P.0) Number and Service Agreement Number 2. Pump Location/Address 3. Serial number of equipment 4. Description of Service 5. Total hours billed; Overtime hours will include a written approval by City staff. 6. Itemized list of parts/materials 7. Invoices for parts/materials (to verify markup) 8. Shipping costs for parts/materials 1.6 Warranty A. The Contractor shall warrant that work performed conforms to the specification and is free of any defects in equipment, material or workmanship performed by the contractor or any of its subcontractors or suppliers. All work provided by the Contractor shall be warranted for a minimum period of 1 year from the date of final acceptance of the work. B. Material shall be warranted against material defects and defects in workmanship for a period of 1 year. The warranty period shall commence upon date of acceptance by the City. If the manufacturer's standard warranty period exceeds one year, then the warranty period hereunder shall be the length of the manufacturer's warranty. The Contractor shall be responsible for the warranty. The Contractor shall provide the City with all manufacturer's warranty documents upon completion of service. C. The Contractor must provide onsite technical support within 24 hours of notification by the City. 1.7 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 Revised 4.4.19 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. 1.8 Work Site Locations Pumps are located at the locations listed below. The City reserves the right to add additional locations as needed. A. Raw Water Building One (Nueces River Raw Water Complex): Raw Water Pump 3 Byron Jackson Vertical Turbine / 36RXM-1 Stage Raw Water Pump 4 Byron Jackson Vertical Turbine / 36RXM-1 Stage B. Raw Water Building Two (Nueces River Raw Water Complex): Raw Water Pump 7 Fairbanks Morse 24" X 30" 5712 Vertical Overhung Dry pit Pump, Rated Condition: 22000 GPM @ 115 FT TDH Raw Water Pump 8 Fairbanks Morse 24" X 30" 5712 Vertical Overhung Dry pit Pump, Rated Condition: 22000 GPM @ 115 FT TDH Raw Water Pump 9 Fairbanks Morse 24" X 30" 5712 Vertical Overhung Dry pit Pump, Rated Condition: 22000 GPM @ 115 FT TDH Raw Water Pump 10 Fairbanks Morse 24" X 30" 5712 Vertical Overhung Dry pit Pump, Rated Condition: 22000 GPM @ 115 FT TDH C. High Service Building One (Plant/Treated Water): High Service 1 Pump 1 BJ 32 RXL-2 Stage Vertical Turbine Pump, Rated Condition: 11 ,000 GPM @ 230 FT TDH High Service 1 Pump 2 BJ 28 KXL-2 Stage Vertical Turbine Pump, Rated Condition: 7100 GPM @ 230 FT TDH High Service 1 Pump 3 BJ 32 RXL-2 Stage Vertical Turbine Pump, Rated Condition: 11 ,000 GPM @ 230 FT TDH High Service 1 Pump 4 BJ 28 KXL-2 Stage Vertical Turbine Pump, Rated Condition: 7100 GPM @ 230 FT TDH High Service 1 Pump 5 BJ 28 KXL-2 Stage Vertical Turbine Pump, Rated Condition: 7100 GPM @ 230 FT TDH Revised 4.4.19 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 High Service 1 Pump 6 BJ 28 KXL-2 Stage Vertical Turbine Pump, Rated Condition: 7100 GPM @ 230 FT TDH High Service 1 Pump 7 BJ 28 KXL-2 Stage Vertical Turbine Pump, Rated Condition: 7100 GPM @ 190 FT TDH D. High Service Building Two (Plant/Treated Water): High Service 2 Pump 8 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 2 Pump 9 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 2 Pump 10 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 2 Pump 11 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH E. High Service Building Three (Plant/Treated Water): High Service 3 Pump 12 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 3 Pump 13 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 3 Pump 14 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 3 Pump 15 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 3 Pump 16 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH High Service 3 Pump 17 Flowserve 40OLNN800 Horizontal Split Case Pump, Rated Condition: 17,000 GPM @ 240 FT TDH Revised 4.4.19 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 F. Low Lift Pump (Raw Water/Pre-Sed Basin): Low Lift Pump 1 Cascade 24P, 1 Stage Vertical Turbine Pump, Rated Condition: 15,200 GPM @ 21 .9 FT TDH Low Lift Pump 2 Cascade 24P, 1 Stage Vertical Turbine Pump, Rated Condition: 15,200 GPM @ 21 .9 FT TDH Low Lift Pump 3 Cascade 24P, 1 Stage Vertical Turbine Pump, Rated Condition: 15,200 GPM @ 21 .9 FT TDH G. Wash Water Pumps (Plant/Treated Water- Filter Backwash): Wash Water Pump 3 Peerless 24HH-OH-1 Stage Vertical Turbine Pump, Rated Condition: 9000 GPM @ 71 FT TDH Wash Water Pump 5 Peerless 24HH-OH-1 Stage Vertical Turbine Pump, Rated Condition: 9000 GPM @ 71 FT TDH Wash Water Pump 7 Peerless 24HH-OH-1 Stage Vertical Turbine Pump, Rated Condition: 9000 GPM @ 71 FT TDH H. Wash Water Return Pit Submersible Pumps (Recycle Water from Backwash): Flygt Submersible Flygt 5500 Series Slurry Motor Pump Combo Flygt Submersible Flygt 5500 Series Slurry Motor Pump Combo Flygt Submersible Flygt 30 Self-Contained Motor Pump Combo Flygt Submersible Flygt 30 Self-Contained Motor Pump Combo Flygt Submersible Flygt 30 Self-Contained Motor Pump Combo I. Recycle Pond Submersible Pumps (Recycle Lagoon to Pre-Sed Basin): Flygt Submersible Flygt 110 Self-contained Slurry Motor Pump Combo Flygt Submersible Flygt 110 Self-contained Slurry Motor Pum Combo J. Trac-Vac Sludge Vault Revised 4.4.19 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 Flygt Submersible Flygt 30 Contained Slurry Motor Pump Combo K. Plant Two Sludge Vault Galigher 450 GPM Slurry Pump w/30 HP Baldwin Motor Vertical Warman Slurry Pump w/30 HP Baldwin Motor (Vertical) L. Staples Booster Pump Station (Treated Water): Pump 1 Fairbanks Morse 2823A Horizontal Split Case Pump, Rated Condition: 3475 GPM @ 155 FT TDH Pump 2 Fairbanks Morse 2823A Horizontal Split Case Pump, Rated Condition: 3475 GPM @ 155 FT TDH M. Navigation Booster Pump Station (Treated Water): Pump 1 Flowserve 350LNN725 Horizontal Split Case Pump, Rated Condition: 7000 GPM @ 140 TDH Pump 2 Flowserve 350LNN725 Horizontal Split Case Pump, Rated Condition: 7000 GPM @ 140 TDH Pump 3 Flowserve 350LNN725 Horizontal Split Case Pump, Rated Condition: 7000 GPM @ 140 TDH N. Sand Dollar Booster Pump Station (Treated Water): Pump 1 Flowserve l OLR-17B Horizontal Split Case Pum Pump 2 Flowserve l OLR-17B Horizontal Split Case Pum Pump 3 Flowserve l OLR-17B Horizontal Split Case Pump O. Holly Booster Pump Station (Treated Water): Allis Chalmers, HSC, #2 5000 GPM, TDH 140 Allis Chalmers, HSC, #3 7000 GPM, TDH 140 Revised 4.4.19 DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 Hiiu6mient B- Bid Pricing/Schedule CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT DEPARTMENT RID FORM RFB No. 3318 Pump Repairs for Utilities Department Date: 3 0 PACE 1 OF Z Authorized i Signature: Bidder: � � 1. Refer to "Instructions to Bidders" andcontract Terms and Conditions before completing bid. 2. Quote your Ibest price for each item. S. In submitting this bid, Bidder certifies that: a. the rices in this bid l� have been arrived at independently,end. . r�tl p � y, wwthout 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. J " " �w %j�� ii r p�� iii%�l `^ Y/ / i o✓ i� iii� /i v is Oi / lk. �y ,lii „rig It'el"A'� C��scri tCi� ,, t PriCE'� T+QtC9i PCi;C 1 Shop Labor Normal Hours, HRS 150 Monday to Friday- 8:04 AM to 5:00 PM ye) Tear Down, Inhouse e Inspection, Testing, Rebuild Shop Labor After Hours, HIRS 200 Weekends and Holidays Teardown, Inhouse 5-001 Inspection, Testing, Rebuild Onsite Technical support HIRS0 Normal Hours-8:00 AM to 00 -,M 5:00 PM TM 4 Pickup Charge from City's EA 20 location to Contractors business location DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 5 Return Charge from LEA 20, � $ Contractor's business location to Ci 's location bstirmated Mark Up ( Estimated Spend Spend+ Mark Parts/Materials $12 ,000 r,I Freight Allowance for $12,000 2 000 Parts/Materials 1 Snub-Total $ ,3j S,O Ale, r- r // :r , ,//� �i✓ /, r / r t ti �1/i/„ r..,✓ l(I/{l-< i ///,,,r, (/, r 1� �/„ i it%/r r,( m, r .��/ /t/ lrr., 11�I�„� ,i%r„ ,,,r� r ,/ r,'!�i „%%% Il �;"+/ '6w t Shop Labor Normal Hours, HRS 1600 $$ $ Monday to Friday-8:00 AM to .5:00 PM 00 Tear dawn, Inhouse 65 Inspection, Testing, Rebuild 2 Shop Labor After Hours. HRS 200 $ $ Weekends arra Holidays 9 _n � Teard awn, Inhouse 5-00 00` Inspection, Testing, Rebuild � 3 Onsite Technical support HRS 200 Normal Hours -8:00 AM to �� 0 5:00 PM 4 Pickup Charge from City's EA 20 $ $ location to Contractor's business location 6) 0 5 Return Charge from EA 20 Contractors business location to City's location, Estimated Mark Up (Estimated Spend Spend+ Mark U 6 Parts/Materials $125,000 $ Freight Allowance ce for $13,000 1 r � ,, / ql U . $13,000 Parts/Materials Sib-katal ly” � gi✓/ ',,,�.n°w7,Lr1'rs�( �. / �' r% �rii/��, t i%, /rl� rte'.„ '%//i /, ;'s :” DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 "1i//�jL/,,;-:' ,,,,, ,,, i/ i i� �/i����% i ��%/ii �%ii �� / //lei �i% ," ✓ l Friday Shop Labor �ry Monday toorrnal Hours, FIRS �7�� -�8:00 ASW to 5:00 P,M OU Tear Down, Inhouse 65 � * Inspection, Testing, Rebuild Weekends � Hours, HRS 200 2 Shop Labor Atte H and Holidays Teardon, Inhouse "a- Inspection, Inspection, Testing, Rebuild Onsite Technical support HRS 200 Normal Hers - :00 AM to ��� eP � 5:00 P ) 4 Pickup Charge from-City's A �� .., µ Y location to Contractor's _.�.. business location 5 Charge e froa�a A 2 Contractor's business location to Cit "s location stimated Mark Up Estimated Spend Spens + Mark 6 farts/ materials $125,000 $ 141-31 Freight Allowance for J $14,000 $14,0100 Farts/Mqf rials Y Serb-Total Grand Tota: for all three years DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 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 Park & Recreation Director one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change, or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $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) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' 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 BAILEE'S CUSTOMER GOODS $300,000 Per Occurrence MOTOR TRUCK CARGO (or) $300,000 Combined Single Limit TRIP TRANSIT DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, 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. DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 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. 2020 Insurance Requirements Ins. Req. Exhibit Contracts for General Services -Services Performed Onsite-Offsite - Bailees - Motor Truck Cargo 10/19/2020 Risk Management - Legal Dept. DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 Attachment C - Bond Requirements No bond requirements necessary for this service agreement; Section 5. Insurance; Bonds Subsection (B) is null for this service agreement. DocuSign Envelope ID:OFE8E44D-1AD6-40DA-89B5-7B378FAB5103 Attachment D - Warranty Requirements A. The Contractor shall warrant that work performed conforms to the specification and is free of any defects in equipment, material or workmanship performed by the contractor or any of its subcontractors or suppliers. All work provided by the Contractor shall be warranted for a minimum period of 1 year from the date of final acceptance of the work. B. Material shall be warranted against material defects and defects in workmanship for a period of 1 year. The warranty period shall commence upon date of acceptance by the City. If the manufacturer's standard warranty period exceeds one year, then the warranty period hereunder shall be the length of the manufacturer's warranty. The Contractor shall be responsible for the warranty. The Contractor shall provide the City with all manufacturer's warranty documents upon completion of service. C. The Contractor must provide onsite technical support within 24 hours of notification by the City.