HomeMy WebLinkAboutPR 19429: PREVENTATIVE MAINTENANCE AND REPAIR AGREEMENT WITH GENRG POWER SOLUTIONS, LLC FOR GENERATOR MAINTENANCE AND REPAIR AT ALL UTILITY OPERATIONS SITES 7
• ,
_
c,,,,Ry ,
'
� of "4 P.R.No. 19429
1t, 07/07/16 ds/jj/cw
litC2�
art rthury—
Texas
INTEROFFICE MEMORANDUM
WATER UTILITIES DEPARTMENT-ADMINISTRATION
Date: July 7, 2016
To: Brian McDougal, City Manager
From: Jimmie Johnson, Ph.D., Asst. City Manager
RE: Proposed Resolution No. 19429
RECOMMENDATION
I recommend that the City Council approve Proposed Resolution No. 19429, which authorizes
the execution of a one (1) year Preventative Maintenance and Repair Agreement for the
emergency generators at the Water Purification Plant, Wastewater Treatment Plants, Utility
Service Center and various large lift stations (19 sites total), with GENRG POWER
SOLUTIONS, LLC DBA GENERATORS OF HOUSTON, with a projected budgetary
impact of$30,000 ($27,069.45 for P.M., $2,930 for possible repairs).
BACKGROUND
This Contract will provide for the Quarterly P.M. on all of the generators at our Water
Purification Plant, Wastewater Plants, and our Utility Service Center. It will also provide for
P.M. every 6 months at 11 of our largest Lift Stations. .
BUDGET/FISCAL EFFECT
Funds for this Preventative Maintenance & Repair Agreement are budgeted and available in
Account Numbers 410-1252-532.42-00, 410-1255-532.54-00, and 410-1256-532.42-00. Each
division will pay for its own equipment.
STAFF/EMPLOYEE EFFECT
None.
SUMMARY
We recommend the City Council approve PR No. 19429, which authorizes the execution of a
one (1) year Preventative Maintenance and Repair Agreement for the emergency generators, at
all Utility Operation Sites Listed in Exhibit "B", with GENRG POWER SOLUTIONS, LLC
DBA GENERATORS OF HOUSTON, with a projected budgetary impact of $30,000
($27,069.45 for P.M., $2,930 for possible repairs).
P.R. No. 19429
07/07/16 ds/jj/cw
Page 1
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER
INTO A PREVENTATIVE MAINTENANCE AND REPAIR AGREEMENT
WITH GENRG POWER SOLUTIONS, LLC DBA GENERATORS OF
HOUSTON FOR GENERATOR MAINTENANCE AND REPAIR AT ALL
UTILITY OPERATION SITES, WITH A PROJECTED BUDGETARY
IMPACT OF $30,000.00. FUNDING AVAILABLE IN ACCOUNT NUMBERS
410-1252-532.42-00,410-1255-532.54-00,AND 410-1256-532.42-00
WHEREAS, there exists a need for a specialty contractor to provide quarterly
maintenance services, and be available on-call in case of emergencies, for the nineteen (19)
Utility Operation Sites listed in Exhibit"B"; and,
WHEREAS, the Purchasing Division solicited quotes, as delineated in our Purchasing
Policy, and two (2) quotes were received; and,
WHEREAS, GENRG POWER SOLUTIONS, LLC DBA GENERATORS OF
HOUSTON, is the lowest and most responsive bid (See Bid Tabulation attached as Exhibit
"A"); and,
WHEREAS, the Utility Operations Department recommends the City Council authorize
the City Manager to enter into a Preventative Maintenance and Repair Agreement for the
emergency generators at the Water Purification Plant, Wastewater Treatment Plants, Utility
Service Center and various large lift stations (19 sites total), with GENRG POWER
SOLUTIONS, LLC DBA GENERATORS OF HOUSTON, with a projected budgetary
impact of$30,000.00;Now therefore, and,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
Section 1. That the facts and opinions in the preamble are true and correct; and,
Section 2. That City Manager of the City of Port Arthur is hereby authorized to
execute a Preventative Maintenance and Repair Agreement for the emergency generators at the
P.R. No. 19429
06/21/16 ds/jj/cw
Page 2
Utility Operations Sites with GENRG POWER SOLUTIONS,LLC DBA GENERATORS
OF HOUSTON,with a projected budgetary impact of$30,000.00, in substantially the same
form as attached as Exhibit"B".
Section 3. That a copy of the caption of this Resolution be spread upon the Minutes
of the City Council.
READ, ADOPTED AND APPROVED THIS day of , 2016, at
a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote:
AYES: Mayor:
Councilmembers:
NOES:
Derrick Freeman
Mayor
ATTEST: APPROVED AS TO FORM:
\irak
Sherri Bellard Valecia izen•1
City Secretary City Attorney
APPROVED FOR ADMINISTRATION: APPROVED FOR AVAILABILITY OF
FUNDS:
x
Brian McDougal Jerry Dale, CGFO a(vi\Ob
City Manager Director of Finance
Dr. Jimmie Johnson C ifton Williams, CPPB
Assistant City Manager Acting Director of Purchasing
EXHIBIT A
Ask 1
City of / z — 1
:.,�;fil�`;`�
CITY OF PORT ARTHUR TEXAS A
Bid Tabulation N ,
*iii/trort rthu�^ ,: < :, o � '" t
• ,. cv :til 1
Tr l lI w i:T., v. C.0 y `i:
Generator Maintenance for Utility Operations r• v
y, ,r, ti .
Itz.w v q
�
Bid Opening Date: June 10, 2016 ; Z - -' F
u
Name of Bidders 1
GENRG Power
Solutions,LLC
A&A Electric Co., Dba Generators of
Inc. Houston
Preventative Maintenance &
Annual Maintenance for
Item# Following Cost Cost
•
1. Utility Operations-Building $32,945.00/Yr $ 16,637.14/Yr
2. Utility Operations- Lift Stations $16,960.00/Yr $10,432.31/Yr
Repair& Maintenance Service
1. Labor $90.00/Hr $80.00/Hr
2. Materials 15%mark over cost 20%mark over cost
Location Beaumont, TX Houston,TX
/ 11 (
i,r ,
Clifton Williams, PPS,Acting Purchasing Manager Date
Page 1 of 1
EXHIBIT B
CONTRACT FOR PREVENTATIVE MAINTENANCE &
REPAIRS OF GENEATORS FOR UTILTY OPERATIONS
THIS AGREEMENT, made this day of , 2016, by and between the
City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called "OWNER" or "CITY" and GENRG Power Solutions, LLC dba Generators of
Houston,hereinafter called "CONTRACTOR".
WITNESSETH: That for and in consideration of the payment terms, conditions and agreements
set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be one year from the start date on the Notice to Proceed. This
is a one (1) year contract.
2. The Contractor will provide Preventative Maintenance and Repairs of Utility Operation
Generators.
3. During the term of this Contract, the Contractor will furnish at his own expense all of the
materials, supplies, tools, equipment, labor and other services necessary to connection
therewith, excepting those supplies specifically not required of Contractor in the
Specifications.
4. The CONTRACTOR agrees to perform all the work described in the specifications and
contract documents and to comply with the terms in the amounts stated in bid document.
5. The term "Contract Documents" means and includes the following:
1) Agreement
2) General Information
3) Specification
4) Bid
5) Notice of Award
6) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators,successors and assigns.
7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials,this Agreement in(2 copies) each of which shall be deemed an
original on the date first written above.
Page 1 of 2
Signed on the day of , 2016.
CITY OF PORT ARTHUR
BY:
Brian McDougal, City Manager
ATTEST:
Sherri Bellard, City Secretary
Signed on the day of , 2016.
GENRG POWER SOLUTIONS,LLC
DBA GENERATORS OF HOUSTON
BY:
PRINT NAME:
TITLE:
WITNESS:
PRINT NAME:
•
Page 2 of 2
, r
CITY OF PORT ARTHUR
:7•ri i t....#,--'•, QUOTE SHEET
(Sp,ecifieationS arc attaelted)
4
ili.iPt rt licti'd.'77.
. te.1.:trq
Date of Request:. May 30,2016
Department Requesting Quote:. Utility Operations
•
Bid Amid:per: P 16-035 ,
Services Needed; Generator Maintenance fot Utility Opor4tions
Quote Due Date&Time:: Friday, June 10,2016,by 3:00 PM.
Delivery: :Quotes:are to be faxed to(09) 983-8291,
E-mailed to oli'404•Williatn4gportafthutix.gov
Delivered to the NtOlioltig Div.,2nd floor, City Fiall.
i
Questions,PleAs .contact:. Clifton Williams,.Sr. Aiding Purchasinevlanager.,
'CiiflOn%Villiainsgpertattinntx.goV
.PREVENTATIVE MAINTENANCE&ANNUAL
ITEM lit MAINTENANCEf OR,FOLLOWINO; _ YEARLY COST
1 trriati,OPL,14,A.T018-- os. $ 16,637.14
•
2 — UTILITY.OPERATIONS LIFT STATIONS . $ 10,432.31
REPAIR&MAINTENANCESERVICE
ITEM# DESCRIPTION Can
1. Labor S 80.00 ,/Hour $80.00 per hour from the GOH Shop
2. Materials —
------3-120°• i'irkup over COSt
----
C ; ,•--
---- ; ,,,,
GENRG Power Solutions,LLC Oba Generators of Houston ( l'".• i ____
Company Name Signature
Dap Tragni 713-8124285
Printed Name Phone
6106 Milwee St. 713-290-9285
Address Fax
Houston,TX 77092 dan.tragril@geheratorsofhoustori.com
City,State,Zip E-mail
s , • 4' 06110116
_
Cliff Williams,ep,ftl.:,ParchasingMaitapr Date
Page 1 of 10
CITY OF PORT ARTHUR TEXAS
MAINTENANCE OF GENERATORS FOR THE CITY OF PORT ARTHUR
PREVENTATIVE MAINTENANCE
(CHECK THE FREQUENCY LIST TO DETERMINE HOW OFTEN)
Contractor must perform the following services for all generators.
1) Lubrication System
a) Check oil level
b) Inspect engine seals for leaks
c) Inspect lube oil for obvious contamination
d) General overview visual check
e) Document and log all findings
2) Fuel/Exhaust System
a) Inspect air filters
b) Inspect intake system
c) Inspect exhaust system
d) Inspect fuel tanks
e) Check gas and fuel levels
f) Inspect carburetors,regulators,and linkages
g) General overview visual check
h) Document and log all findings
3) Battery
a) Check charger and gauges
b) Inspect racks,mountings,and casings
c) Inspect cabling condition
d) Inspect connections and clean
e) Check electrolyte levels and fill
f) Load test
g) General overview visual check
h) Document and log all findings
4) Coolant System
a) Check coolant level and top off
b) Test coolant protection levels
c) Inspect hoses
d) Inspect for leaks
e) Inspect radiator cap
f) General overview visual check
g) Document and log all findings
5) Engine General
a) Inspect belts and tension
b) Inspect and lubricate all governor linkage
c) Adjust governor linkage(as needed)
d) Test starter operation
e) Check engine block heater operation
f) Check of all gauges and meters
Page 2 of 10
•
g) Inspect crankcase breather and clean(as needed)
h) General overview visual check
i) Document and log all findings
6) Generator
a) Check unit voltage and adjust
b) Check frequency of output voltage and adjust
c) Inspect all cabling connections
d) Check for any bearing, grinding,or arcing
e) Foreign debris check
f) Test no load operation
g) Test operation with building load(once a year)
h) Check control panel operation
i) General overview visual check
j) Document and log hour meter/run time
k) Tightened all electrical connections
7) Transfer Switch
a) Check of all gauges and meters
b) Test all alarms and auto shutdowns
c) Inspect all safety switches
d) Check the,exerciser clock operation
e) Check wiring and connectors
f) Check relays and controls
g) Transfer Test(bi-annual)
h) General overview visual check
i) Document and log all findings
j) Tightened all electrical connections
8) General
a) Inspect condition of all mountings
b) Inspect/Check safety shutdown devises
c) Inspect/Adjust locks, latches,and weather seals
d) Check fans dampers and louvers
e) General overview visual check ,
f) Document and log all findings
ANNUAL MAINTENANCE& PERFORMANCE INSPECTION
(THIS IS PART OF THE PREVENTATIVE MAINTENANCE. IT'S PROVIDED ONCE A YEAR)
I) Includes everything in the Preventative Maintenance plus the items below
a) Change oil
b) Change oil filters
c) Lube grease fittings
d) Change fuel filters
e) Bleed fuel system
f) Change coolant filters(as needed)
g) Change air filters(as needed)
Page 3of10
3
•
REPAIRS &MAINTENANCE SERVICE
1) Minor&Major repairs of current generators.
2) Labor charges to be billed at an hourly rate as bid.
3) Minimum charge for a service is the bid rate for one hour'of labor.
4) Materials to be charged at material cost plus an amount markup as bid. Proof of materials cost must
be provided with invoicing.
GENERATOR LIST
1) Contractor is responsible for visiting the sites to evaluate the condition of the generators and the
accuracy of the list.
2) Contractor must contact Donald Stanton at 409-983-8555 or Donald.stanton®portarthurtx.gov to
schedule the site visits before going to the locations.
CONTRACT TERMS
1) This is a one(1)year contract.
UTILITY OPERATIONS - BUILDINGS
LOCATION TYPE OF GENERATOR BRAND KW 1MAINTENANCE FREQUENCY
Water Service Center
1 l 1 H.O. Mills Road Diesel All Power 150 ;Quarterly $1,416.94
Main WWTP
6300-Procter Procter St Diesel MTU 1,000 Quarterly
Ext $2,947.60
Main WWTP
6300-Procter Procter St Diesel MTIJ 300 Quarterly
Ext $1,481.06
Port Acres WWTP
2901Hwy 365 Diesel Onan 365 Quarterly $1,761.13
Water Plant
1101 H. O.Mills Road Diesel Detroit 275 Quarterly $1,481.06
Water Plant
1101 H. O.Mills Road Diesel Detroit 500 Quarterly $1,761.13
Water Plant
1101 H. O. Mills Road DieselDetroit 505 Quarterly $1,856.56
Water Plant
1101 H. O. Mills Road Diesel Caterpillar 2,500 Quarterly $3,931.66
{
Page 4 of 10
UTILITY OPERATIONS - LIiFT STATIONS
LOCATION TYPE OF GENERATOR BRAND KW MAINTENANCE FREQUENCY
Procter Street Extension LS
5400 Procter Dual MTU 900 I Every 6 Months $1,576.37
Lake Charles LS
1850 Lakeshore Drive Dual MTU 300 i Every 6 Months $972.35
74th and 9th Ave.LS
7400 block 9th Avenue Dual MTU 150 Every 6 Months $908.24
North Plant LS
7439 Twin City Hwy _ _ Dual MTU 3.00 Every 6 Months $972.35
46th St LS
4001 46th Street Dual MTU 300 j Every 6 Months $972.35
Pioneer Park LS.
3400 17th Street Dual MTU 150 1 Every 6 Months $908.24
Hwy 365 LS
1300 Hwy 365 Dual MTU 1.50 ! Every 6 Months $908.24
Montrose LS
Hwy365 and Wilson Dual MTU i 150 Every 6 Months $908.24
Pleasure Island LS
It's on Rodeo Lane Dual Generac 27 Every 6 Months $666.79
S/Sgt Lucian Adams LS
3400 60th Street Dual _Generac 25 Every 6 Months $666.79
Gulf Pump Station
2350 South Gulfway Diesel Genera 300 f Every 6 Months $972.35
FEES
Any additional fees like mileage must be included in your bid.The City is not accepting additional cost to
the bid.
•
Page 5of10 , !
• I
GENERAL INFORMATION:
NOTE: It is extremely important that the Vendor,Bidder, and/or Contractor furnish the City of Port
Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING
EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE
EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absencelof such a list shall indicate that
the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict
accordance with the specifications of the invitation.The City reserves the right to accept any and all or none
of the exception(s)/substitutions(s)deemed to be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations,
alteration, or erasure Made before opening time must be initialed by the Signer of the bid, guaranteeing
authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these
specifications. The award shall be made to the responsive, responsible bidder who submits the best value
bid.
1
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best interest.
2. Award bids on the lump sum or unit price basis,whichever is in the best interest of the City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall
deem to be in the best interests of the City.
4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose
bid is within 5% of the lowest bid price, as provided by ection 271.905 of the Texas
Government Code.
TERMINOLOGY: "Bid" vs. "Proposal""--For the purpose of this ITB, the terms "Bid" and Proposal" shall
be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete
response to all requirements and questions as directed.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with
Vernon's Texas Code Annotated, Local Government Code Title 5,Subtitle C,'Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee,official or agent of the City of Port Arthur. I
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder
must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following
requirements:
1. Be able to comply with the required or proposed delivery'schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty,service
required.
Page 6 of 10
{
6. The City Council shall not award a contract to a company that is in;aarrrears in its obligations to the
City.
7. No payments shall be made to any person of public monies under any contract by the City with such
person until such person has paid all obligations and debts owed to the City, or has made satisfactory
arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by
addenda. Sole issuing authority of addenda shall be vested in the City of Pcjrt Arthur Purchasing Manager.
The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum.
Failure to acknowledge and submit any addendum may be cause;for the bid tb be rejected. It is the vendor's
responsibility to check for any addendums that might have been issued before!bid closing date and time.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of
Port Arthur as its principal place of business must have an official business address (office location and
office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port
Arthur and/or the place of domicile for the principal business owners) shall be in Port Arthur or such other
definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are
allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of
each item listed. In the event of error or discrepancy in the mathematics,the tint price shall prevail.
PURCHASE ORDER: A purchase orders) shall be generated by the City of Port Arthur to the successful
bidder. The purchase order number must appear on all itemized invoices. j
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations
Department,P.O. Box 1089,Port Arthur,Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice andl the acceptance of the goods or
services by the City of Port Arthur, in accordance with the Stateof Texas Prompt Payment Act, Article 601f
V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the
invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal
Excise Tax;therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the l&ws of the State of Texas. This
agreement is performable in Port Arthur,Texas,Jefferson County.
1
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules,
orders, regulations and codes of the federal, state and local governments relating to performance of work
herein.
INTEREST OF MEMBERS OF CITY: No member of the: governing Body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection with the
planning and carrying out of the program,shall have any personal financial interest, direct or indirect, in this
Contract; and, the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City
from granting any license,privilege or paying money to any.oneowing delinquent taxes, paving assessments
Page 7 of 10
I
or any money to the City until such debts are paid or until :satisfactory arrangements for payment has been
made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. Is is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price.
It is further understood that the contractor shall not have any claim against the City of Port, Arthur for
quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B.,City of Port Arthur;Port Arthur,TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each priovision and clause required by
law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and
enforced as though each were included herein. If, through mistake or otherwise, any such provision is not
inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by
either party.
CONT'RACTOR'S OBLIGATIONS:The Contractor shall andwill,in good workmanlike manner,perform
all work and furnish all supplies and materials,machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract,in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirerrients in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the
option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
Under the Title VI of the Civil Rights Act of 1964,no person shall,on the grounds of race, color,or national
origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under,
any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants,
agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract
by giving written notice to the Contractor of such termination and specifying the effective date thereof, at
least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the
Contractor shall not be relieved of liability to the City for darriages sustaind by the City by virtue of any
breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the
purpose of set-off until such time as the exact amount of dainages due the City from the Contractor is
determined.
TERIYIINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at
least thirty(30)days notice in writing to the Contractor. If the Contract is terminated by the City as provided
herein, the Contractor will be paid for the service that it has performed up to the termination date. . If this
Page 8 of 10
contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination
shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying material or
service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to
protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to',person or property that occurs
as a result of his fault or negligence in connection with the work perforried until completion and final
acceptance by the City.
•
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any
sub-contractor to perform any work included in this Contract until he has teceived from the City of Port
Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contract shall,at his own expense,purchase,maintain and
keep in force insurance that will protect against injury and/or damages whichl may arise out of or result from
operations under this contract, whether the operations be by himself or by any subcontractor or by anyone
directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of
the following types and limits
1. Commercial General Liability occurrence type insurance City of Port Arthur, its officers,
agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less;or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person 1$1,000,000 per occurrence for contracts in excess of$100,000;and,
b.Property Damage$100,000 per occurrence regardless of contract amount;and,
c.Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or,Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
2. Commercial Automobile Liability Insurance(Including owned;non-owned and hired vehicles
coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided,minimum limits are$300,0100 per person,$500,000 per
occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent td fill in all information required
(including names of insurance agency, contractor and insurance companies), and policy numbers, effective
dates and expiration dates) and to date and sign and do all other things necessary to complete and make into
valid certificates of insurance and pertaining to the above listed items, and before commencing any of the
Page 9 of 10
work and within the time otherwise specified, Contractor shall file completed certificates of insurance with
the Owner.
None of the provisions in said certificate of insurance should be altered or mc1dified in any respect except as
herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that
coverage afforded under the policies will not be altered,modified or canceled:unless at least fifteen(15)days
prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port
Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the
Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any
event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the
Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such
period,the time may be extended by mutual agreement between OWNER and CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday
through Friday from 8:00 a.m.to 5:00 p.m. so that the City will be able to contact the contractor.
{
{
it
I #
Page 10 of 10 I
{