HomeMy WebLinkAboutResolution - 2017-R0255 - Stewart And Stevenson - 07/27/2017Resolution No.2017-R0255
Item No.6.16
July 27,2017
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and on behalfof the City of Lubbock,Contract No.13362 for maintenance and repair of fixed
generators at various locations, by and between the City of Lubbock and Stewart and Stevenson
of Lubbock,Texas and related documents.Said Contract is attached hereto and incorporated in
this resolution asif fully set forth herein and shall be included inthe minutes ofthe City Council.
Passed by the City Council on July 27,2017
ATTEST:
jJUx.M
Repecca Garza,City Secretary
APPROVED AS TO CONTE
Scott Snider,Assistant City Manager
APPROVED AS TO FORM:
Kelli Leisure,Assistant City Attorney
ccdocs/RES.Contract-13362StewartandStevenson
06.30.17
DANIEL M.POPE,MAYOR
Resolution No. 2017-R0255
Contract 13362
City of Lubbock, TX
Maintenance and Repair of Fixed Generators at Various Locations
Service Agreement
This Service Agreement (this "Agreement") is entered into as of the 27th day of July 2017
("Effective Date") by and between Stewart & Stevenson of Lubbock, TX, (The Contractor), and the City
of Lubbock, TX (the "City").
RECITALS
WHEREAS, the City has issued a Request for Proposals 17-13362-SG, Maintenance and Repair of
Fixed Generators at Various Locations services.
WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best
meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to provide Maintenance and
Repair of Fixed Generators at Various Locations, upon terms and conditions maintained in this Agreement;
and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A — General Requirements
3. Exhibit B — Best and Final Offer Price Sheet
4. Exhibit C — Insurance Requirements
Scope of Work
Contractor shall provide the services that are specified in Exhibit A. The Contractor shall execute services
as the named Secondary provider. The Contractor shall comply with all the applicable requirements set forth
in Exhibit B and C attached hereto.
Article 1 Services
1.1 The Contract shall be for a period of one year, with an option to extend the contract for one additional
one-year period. During the period of the Contract, the Contractor shall provide all the services
described in the Contract. The Contractor understands and agrees that this is a requirements Contract
and that the City shall have no obligation to the Contractor if no services are required. Any quantities
that are included in the proposal form and/or specifications reflect the current expectations of the
City for the period of the Contract. The amount is only an estimate and the Contractor understands
and agrees that the City is under no obligation to the Contractor to buy any amount of the services
as a result of having provided this estimate or of having any typical or measurable requirement in
the past. The Contractor further understands and agrees that the City may require services in an
amount less than or in excess of the estimated annual Contract amount and that the quantity actually
used, whether in excess of the estimate or less than the estimate, shall not give rise to any
claim for compensation other than the total of the unit prices in the Contract for the quantity
actually used.
1.2 The Contractor shall not assign any interest in this Agreement and shall not transfer any
interest in the Agreement, whatsoever, without prior consent of the City.
1.3 All funds for payment by the City under this Agreement are subject to the availability of an
annual appropriation for this purpose by the City. In the event of non -appropriation of funds
by the City Council of the City of Lubbock for the goods or services provided under the
Agreement, the City will terminate the Agreement, without termination charge or other
liability, on the last day of the then -current fiscal year or when the appropriation made for
the then -current year for the goods or services covered by this Agreement is spent, whichever
event occurs first. If at any time funds are not appropriated for the continuance of this
Agreement, cancellation shall be accepted by the Contractor on 30 days prior written notice,
but failure to give such notice shall be of no effect and the City shall not be obligated under
this Agreement beyond the date of termination.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an
original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the rernaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shall not
constitute a waiver of any subsequent breach or of any subsequent failure to perform.
2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are unable to resolve the
claims, disputes, or other matters in question within 30 days of written notification from the
2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided to
the City under this Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within 30 days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a
court of competent jurisdiction. Further, the City shall not be subject to any arbitration
process prior to exercising its unrestricted right to seek judicial remedy. The remedies set
forth herein are cumulative and not exclusive, and may be exercised concurrently. To the
extent of any conflict between this provision and another provision in, or related to, this do.
2.11 The Contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent
be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance
from the Subcontractor that complies with all contract Insurance requirements document, this
provision shall control.
IN WITNESS WHEREOF, this Agreement is executed as of the Effective Date.
CITY OF LUBB CK, TX: CONTRACTOR
Daniel M. Pope, Mayor Contractor's Signature
ATTEST:
Q It Adz�� )�<7
Re cca Garza, City Secreta
APPROVED AS TO CONTENT:
Ti�46
Billy Taylor, Director of Fleet Services
APPROVED AS TO FORM:
�& - hwtw
Ke li Leisure, Assistant City Attorney
Printed Name
Title
Exhibit A
City of Lubbock, TX
RFP 17-13362-SG
Maintenance and Repair of Fixed Generators at Various Locations
II. GENERAL REQUIREMENTS
Specifications
1.0 GENERAL
1.1 The City of Lubbock owns and operates generators of various sizes and kilowatt ratings in
order to provide backup electrical power for critical equipment at a number of principal City
facilities.
1.2 The intent of these specifications is to secure the services of local factory authorized service
center that is actively engaged in field repair and service of generators.
1.3 All work and equipment shall be furnished as outlined within these specifications.
1.4 Vendor shall furnish their own equipment and tools to perform all manufacturer authorized
service work and/or repair when warranted.
1.5 Vendor shall meet the requirements of the City of Lubbock for insurance.
1.6 Vendor shall comply with security policies in place by the City of Lubbock.
1.7 The Contract shall be for a period of one year, with an option to extend the contract for one
additional one-year period. During the period of the Contract, the Contractor shall provide
all the services described in the Contract. The Contractor understands and agrees that this is
a requirements Contract and that the City shall have no obligation to the Contractor if no
services are required. Any quantities that are included in the proposal form and/or
specifications reflect the current expectations of the City for the period of the Contract. The
amount is only an estimate and the Contractor understands and agrees that the City is under
no obligation to the Contractor to buy any amount of the services as a result of having
provided this estimate or of having any typical or measurable requirement in the past. The
Contractor further understands and agrees that the City may require services in an amount
less than or in excess of the estimated annual Contract amount and that the quantity actually
used, whether in excess of the estimate or less than the estimate, shall not give rise to any
claim for compensation other than the total of the unit prices in the Contract for the quantity
actually used.
1.8 No modification, alteration, or waiver of any condition of this specification and any
amendments shall be valid unless in writing and executed by City of Lubbock and Contractor.
1.9 Contractor must comply with all laws, regulations, requirements, and guidelines applicable
to a Contractor providing these services to the City of Lubbock as these laws, regulations,
requirements, and guidelines currently exist and as they are amended throughout the term of
this Contract. The City of Lubbock reserves the right, in its sole discretion; to unilaterally
1.10 amend this Contract throughout its term to incorporate any modifications necessary for the
City of Lubbock's or Contractor's compliance will all applicable State and federal laws and
regulations.
1.11 Except as provided in Section 1.9 of this specification, this Contract may be amended only
upon written agreement between the City of Lubbock and Contractor; however, any
amendment of this Contract that conflicts with the laws of the State of Texas shall be void ab
initio.
2.0 SCOPE OF WORK
2.1 These specifications will address three specific types of service work that are required for
this contract. The first level of service is an inspection to be performed semi-annually, as
requested by the department. The second level is a full maintenance service performed
annually. The third level of service is a bi-annual load bank test that will be scheduled at the
request of the city department representative. These items will be addressed in greater detail
within these specifications. The generators being considered are listed on the spreadsheet,
attached.
2.2 Vendor shall coordinate all service activities with the appropriate City representative. A
mutually agreeable service schedule shall be developed prior to performing service work.
2.3 Vendor shall supply a field service report that includes a general inspection and maintenance
checklist on condition and recommendations for correction where warranted prior to
administering repair work.
3.0 EVALUATION CRITERIA
3.1 The following criteria will be used to evaluate and rank submittals:
a) Local service center and proposed response time after notification of emergency repairs
needed. (25%)
b) Experience, as well as prior performance with City and/or other references. (30%)
c) Price Sheet. (45%)
4.0 PROPOSAL FORMAT
4.1 Cover letter addressed to the Honorable Mayor and City Council that states the Offeror's
understanding of the services to be provided. Include any additional information believed
necessary that is not requested elsewhere in the RFP.
4.2 The proposal should be bound in a single volume where practical. All documentation
submitted with the proposal should be bound in that single volume.
4.3 The proposal must be organized into the following response item sections and submitted in
an indexed binder.
TAB A Experience
1. Briefly introduce your company, providing a summary of the business history,
locations and business hours.
2. Identify the staff members that will be handling the City's Account.
Describe the experience your company has with the maintenance and repair of
fix generators.
4. Are Technicians servicing or repairing of the generators certified? What type of
certifications?
TAB B Price Sheet
1. Contractor must complete the Price Sheet. Cost for furnishing the material, equipment,
labor and everything necessary for providing the service at various locations must be
listed.
2. All pricing submitted in the proposal shall include expenses that will be required
during the course of this contract. Vendor shall submit total pricing for all
services, materials, labor, and other expenses that can be reasonably
anticipated for the services outlined in these specifications. Vendor shall not
increase pricing for any of these items during the time this contract remains in
effect. It is not necessary to provide this information separately but each Vendor
must consider these items as a part of their Proposal.
TAB C Emergency Repairs
Describe how your company will handle emergency repairs.
TAB D Qualifications
Describe Offeror's understanding of the services to be provided. Include any
additional information believed necessary that is not requested elsewhere in the RFP.
Describe the Offeror's methodology for handling errors and omissions.
TAB E Conflict of Interest
Disclosure of any obligations posing a potential conflict of interest, including
service on City boards and/or commissions and any current contracts with the
City of Lubbock. This would apply to Offeror's and subcontractor(s)
contracted by the Offeror.
TAB F References
Provide references for similarly services from five current business /agencies
including the name of the business/agency, contact name, telephone, fax and email
address.
5.0 PREVENTIVE MAINTENANCE INSPECTION - (PMI)
5.1 Each generator shall be inspected semi-annually, if authorized by the department. If
requested, scheduling for services shall be coordinated through the appropriate City
representative at least ten (10) business days prior to work being performed.
5.2 Upon completion of service, immediate repair(s) identified must employ replacement parts
exactly to manufacturer specifications as prescribed by brand name generator.
5.3 When applicable, PMI service shall include but not be limited to the following:
• Inspect engine oil and coolant for proper levels and condition
• Inspect air filter(s) and crank case breathers
• Inspect and adjust belts, as required
• Inspect generator set for loose, bare, or broken wiring or connections
• Inspect generator bearings, slip rings, vibration isolators
• Inspect air and exhaust system including air inlet system, exhaust manifold, valves and
valve rotators, and exhaust duct
• Inspect operation of control panel and all associated metering devices including
voltmeter, ammeter, frequency meter, circuit breaker, and starting controls
• Inspect governor operation, stability and linkage
• Inspect fuel tanks, fuel pumps and fuel lines for leaks or damage
• Inspect engine, heaters, radiator, hoses and heat exchanger for leaks and condition
• Inspect inlet screen if water is supplied from a source other than a radiator
• Inspect condition of batteries (load test) electrolyte level and charge rate, and replace as
needed
• Start and run engine. Check engine operating temperature and all gauges for functionality
and proper operation.
• Inspect unit for proper frequency/speed, voltage and amperage
• Submit a written report advising of any further work required
• All leaks shall be noted on the report. If any leaks are detected, the technician shall wipe
clean and properly dispose of any leak spillage before the departure from the job site.
6.0 FULL MAINTENANCE SERVICE — (FMS)
Each generator listed in this project shall receive a Full Maintenance Service once every 12 months.
All scheduling for services shall be initiated by the Vendor and coordinated through the appropriate
City representative at least ten (10) business days prior to work being performed. When applicable,
FMS shall include, but not be limited to, the following:
• PMI
• Replace engine lubricating oil and remove used oil from premises
• Replace oil, fuel and coolant filters, add corrosion inhibitor as needed
• Natural gas/LPG fueled engines — inspect spark plugs, spark plug wires, and rotor and
cap and replace as needed
• Replace air filter and crankcase breathers as needed
• Adjust and replace belts as needed
• Inspect generator for loose, bare, or broken wiring or connections
• Inspect coolant for proper levels and condition
• Inspect all hoses and belts, replace as needed. Belts shall be tightened to OEM standards.
• Change block heater and thermostats, as recommended by the manufacturer
• Inspect water pump
• Check fuel system including fuel lines, connections, and hoses; drain any water from
separator, and check fuel pressure.
• Check air and exhaust system including air inlet system, exhaust manifold, valves and
valve rotators, exhaust duct
• Check starting system including batteries, connections, battery charger, and starting
motor
• If any leaks are detected, technician shall wipe clean and properly dispose of any leak
spillage and any fluids that may be spilled during FMS service before departure from the
job site.
• If the technician notices a potential hazardous leak, the COL should be notified
immediately.
• Submit a written report advising of any further work required
• All leaks shall be noted on the report. If any leaks are detected, the technician shall wipe
clean and properly dispose of any leak spillage before the departure from the job site.
7.0 LOAD BANK TESTING
7.1 Each generator shall be scheduled a Load Bank Test at the request of the city department
representative. This test shall be performed immediately after the FMS has been completed
and shall be within the same time period.
7.2 All scheduling for Load Bank Testing work shall be initiated by the Vendor and coordinated
through the appropriate City representative at least thirty calendar days prior to work being
performed. Contact information for departmental generators will be given at the City's pre -
award meeting.
7.3 All scheduled generators shall receive a full test for two (2) continuous hours. As minimum,
these generators shall receive a test at intervals of approximately 25%, 50%, 75%, and
100% load. The 1250 kW generators shall each receive testing for four (4) continuous hours.
As minimum, these generators shall receive a test at intervals of 25%, 50%, 75%, and 100%
load, one (1) hour each interval.
7.4 During the Load Bank Test for all scheduled generators, recording shall be made in 15 minute
intervals for the following parameters, as minimum:
• Volts
• Amps
• Hertz
• RPM
• Hour meter reading
• Oil Pressure
• Temperature
• Battery Voltage
• kW
7.5 All recorded information shall be presented on a spreadsheet format along with the generator
information, generator ID #, V# (if equipped), and date. This information shall be provided
upon completion of all tests performed under this contract. Information shall be furnished to
the City within thirty (30) calendar days of the final test date.
7.6 If any transformers are required to perform Load Bank Testing, it is understood that the
Vendor shall provide such transformers at no additional cost to the City outside the scope of
this contract.
7.7 In addition to Load Bank Testing, the following maintenance procedures shall be performed,
and pricing shall be included in the Load Bank Testing:
• Radiators shall be flushed and refilled with new coolant according to manufacturer
recommendations to provide freeze and boil protection
• Replace all hoses and belts on all listed units
8.0 PREVENTIVE MAINTENANCE SERVICE SITES
8.1 Please see the list of generators to be included in this RFP on Attachment.
8.2 Technician(s) shall remove all debris, discarded fluids and properly dispose of all used upon
completion of PMI, FMS, and Load Bank Testing performed at each job site.
9.0 LOAD BANK TESTING SITES
9.1 Every two (2) years, the Vendor shall coordinate scheduling activities with the appropriate
City representative in order to perform load bank testing.
9.2 All Stationary units must be serviced at their respective locations.
10.0 ADDITIONAL REPAIRS
9.1 If the technician discovers repair work is necessary for proper operation during PMI, FMS,
or Load Bank Testing, the repair item(s) will be discussed with the appropriate City
representative for evaluation. If authorization to repair is granted, the repair work will need
to be performed by the factory trained technician.
9.2 Cost estimates shall be provided to the appropriate City representative prior to repair work
performed.
9.3 The City shall maintain the right to obtain offers for all repair work if the Vendor submits a
cost estimate that appears excessive.
9.4 As a part of the Proposal for this contract, each Vendor shall also guarantee that all repair
parts will be priced competitively at below list price levels.
9.5 All repair work authorized by the City shall be performed in a timely manner. Vendor shall
complete all repair work and shall ensure the generator unit(s) are operating properly.
9.6 Under no circumstances shall the technician remove or bypass safety devices, guards, or
shields that would compromise the safety of personnel or jeopardize proper operation of the
equipment when service is complete.
10.0 EMERGENCY REPAIRS
10.1 During the time this contract remains in effect, the vendor shall provide emergency repair
services upon request by the City's representative.
10.2 When possible, all work shall be performed during normal business hours, Monday through
Friday between 8:00 A.M and 5:00 P.M. However, situations could arise that may require
immediate assistance during nights, weekends, or holidays. Vendor shall maintain a
commitment to provide repair services during the entire term of this contract. Regular and
overtime rates shall be clearly stated in the proposal and shall include all labor, truck, and
equipment costs. Replacement items shall be quoted as the need arises. The vendor agrees
that these stated charges shall apply when invoices are prepared.
11.0 VENDOR QUALIFICATIONS
11.1 Vendor must provide technician(s) that are highly skilled with repair, setup, diagnostics, and
PM work associated with the generators listed herein.
11.2 Technicians shall provide their own tools and supplies at each job site.
11.3 Technicians shall perform all services in a timely manner to minimize the time in which each
generator is out of service.
11.4 Technicians shall be required to remove all debris, discarded parts and material, discarded
waste oil, coolant, and other fluids from each job site. Proper disposal is the responsibility of
the technician.
11.5 All pricing submitted in Vendor's proposal shall include expenses that will be required during
the course of this contract. Vendor shall submit total pricing for all services, materials,
labor, and other expenses that can be reasonably anticipated for the services outlined
in these specifications. Vendor shall not increase pricing for any of these items during the
time this contract remains in effect. It is not necessary to provide this information separately
but each Vendor must consider these items as a part of their Proposal.
11.6 Each Vendor submitting a Proposal for this contract must supply information regarding the
experience of their company and the technicians employed by them. This information is to
be submitted with the proposal submittal.
Exhibit B
City of Lubbock, TX
RFP 17-13362-SG
I:laintenarce a -id Rena r of Fixed Generators at Vane,- s Lc -:a; cr-
Best and Final Ofier Price Shea
r ,.cmp1 lalce'w'::r the Request For Proposa, t`;e unders.gned Offeror having exarr nnec t= r =e^ est -fc• rr..
Cam_ :yu r 75� a'- J
'!CaiiJrs, a"c e;rg fam.,lar wlth the condiaors to be met, h eby subm's `, ie fo;icvirrg Pr^ cs8_ fS-
eq-jipmer` labor and everything necessary for p-ev;ding the itemslistedbelow and agrees tc de ver sa d gems at t`:e ccat;or,s
aid for the prices set forth en this form. The Request for Proposal 17-133c2-SG is by reference ir•-crpc a;ed in this contras -The proposal Form rust be cerp'eted in blue cr black irk or by tyaewriter
ITEM QTY * DESCRIPTION SEMI- ANNUAL ANNUAL Bi-ANNUAL ANNUAL
U/M ANNUAL Inspection Full Load Bank CONTRACT
Inspection ! Maintenance Testing only PRICE
Inspection Full
C. E.
Cummins 1,000- KW - ! i
I
Model DFHD-
EA 5774238 as specified $ 423.00
Onan/Cummins - 150
KW Model DGFA-
EA 3371218 as specified $ 272.00
C tIt T
F.=E x Z
As required
P.laintenance
and Load Bank
Testing
G. N. 1.=F+G+H
$ 846.00
$ 2,185.00
$
822.00
$ 3 ,583.00
$ 544.00 T
$ 503.00
$
554.00
$ 1,501.00
a zip ar 600 - KW,
Model 3412 as
EA
I specified
$
423.00
---�
$ 846.00
------
$
2,185.00
$
822.G0
$ 3,853.00
Kohler 475 KW
--
--
- - - -
Model - SOCREOZV as
_EA
_- - specified - _
$
374.00 !
$ 748.00
$
1,245.00
$
582.00
$ 2,575.00
Caterpillar 120- KW
I
Model D125 as
EA
-�
specified
$
272.00
$ 544.00
$
522.00
$
-
273.00
- ---
$ 1,33 .00
j
Generac 100 KW
_ -
-- -
Model - 770326010C
EA
_ as specified
5
272.00
$ 544.00 .
_$_
565.00
$
345.00
$ 1,454.00
Caterpillar 80 KW
Model D80-5 as
EA
specified
$
275.00 :,
$ 550.00
$
656.00
$
360.00
$ 1,565.00
Caterpillar90 KW
--- -----
Model
Model 90-938 as
EA
t specified
$
272.00
$ 544.00
$_
641.00
$
360.00
$ 1,545.00
Stewart & Stevens
- -
250 K`rV Model -
t 6V926DTA-2505Bas
9 1 i EA Specified $ 318.00 $ 636.00 $ 1,086.00 I $ 508.00 $ 2,230.00
Generac 350 KW
Model - 78990701CO
10 1 _ EA as specified $ 372.00 $ 744.00 $ 1,221.00 $ 583.00 $ 2,5418.00
0.-
-- - Offerors Initials
Item Qty * Ulm Description
a
B.
15 1
16 1
I
I
i
17 1
18 1
Semi- Annual Annual Full Bi-
ANNUAL
Annual Inspection Maintenan ANNUAL
CONTRACT
Inspection ce Load Bank
PRICE
Testing
Inspection,
only is
Full
Maintenance
and Load
Bank Testing
_C.--
- ---E.
-
F=Ex2
G.
Stewart & Stevens
-- --
- --
200 KW Model -
j
i
6GDT2005D as
EA
specified
I $
318.00 !
$
636.00 ! $ 1,101.00
$ 508.00
Generac 150 KW
-
Model -
j
9T15068KNNNNA as
EA
specified
j $
272.00
$
544.00
-__.-. $
503.00
$ 553.00
$
-
1,600.00
_
Cummins 200 KW _
---
I Model NT335GS as
EA
specified
Olympia 10C KW
I $
318.00
$
636.00 ' $
_
1,098.00
$ 508.00
-- -_
$
--
-1,242.00
-
Model PL100PL as
EA
specified
j $
272.00
$
544.00 $
1
565.00 ;
j
$ 345.00
$
1,454.00
Caterpillar 150
AMPS, Model 3304
-EA
I as specified
$
272.00 I
$
544.00 ` $
503.00 {
$ 553.00
$
1,60.0.0.0_
KATO 10 KW Model
!
EA
10FPW4 as specified
$_
272.00 i
$
-
544.00 $
396.00
-- --
$ 330.00
--
{ $
1,270.00
----
I Yamaha 60 KW
i Model EF6000 as
EA
; specified
$
270.00
$
540.00 1 $
.
522.00
$ 273.00
$
1,335.00
Caterpillar 400 KW i
Model C15 as
I
EA _
_ specified
$
372.00
$
744.00 { $
1,246.00
$ 583.00
$
2,573.00 '
Olympian 50 KW
-_--__--_._--
-
19 1 1 1 EA
20 1 1 1 EA
21 i 1 1 EA
22 ! 1 ► EA
23 1 1 { EA
Model D50P1 as
{
specified
$
270.00
_
$_
540.00
$ 522.00
$ 273.00
$ 1,335.00
-
Olympian 50 KW
i
Model D50P1 as
I
specified
$
270.00
$
540.00 {
$ 522.00
$ 273.00
$ 1,335.00 j
Olympian 50 KW
--�
Model D50P1 as
specified
$
270.00 !
$
540.00
$ 522.00
$ 273.00
$ 1,335.00
Caterpillar 1250 KW
Model 3512 as
i
specified
I $
427.00 !
---
$
854.00 I
-- ----
$ 3,682.00 j
- --
$ 1,799.00
--
$ 6,335.00
--
Olympian 17 KW
Model D17LHlS as
I
j
specified
$
270.00
$
540.00
S 427 nn
C :z:zn nn
t , ,n-) nn
Offeror's Initials
Ite Qt * Description
m Y U/M
A. B. C.
Caterpillar 1250 KW
Model 3512 as
24 1 EA specified
Caterpillar499 KW
i
Semi-
Annual !
Annual Full
Bi-ANNUAL
Annual Price
Annual
Inspectio
Maintenanc
Load Bank
-Inspection,
Inspectio
n
e
Testing only
Full
n
As require
Maintenance
and Load
Bank Testing
E.
F.=f x 1
G.
H.
1.=F+G+lq
$_427.00
$ 854.00
$ 3,682.00
5 1,799.00
$ 6,335.00
IY{UU CI 1.1J c"
1
25
1
1 EA
specified
i $
372.00
$
744.00 $ 1,296.00
$
583.00
$
2,623.00
Caterpillar 155 KW
I
- -
--- --
Model SR-4 as
I
i
26
1
EA
specified
$
320.00
$
640.00
$ 503.00
$
554.00
$
1,697.00
Caterpillar 1250 KW
27
1 1
i
1 EA
Model3512 -I-
$
427.00
$
854.00
$ 3,682.00
$
1,799.00
$
6,335.00
Olympian 17 KU1
-----�
Model!
D17LH1S as
I
28
I 1
EA
! specified
$
270.00
$_
540.00
$ 441.00
330.00
Cummins 1750 KW
Model DQKAA-
7364865 as
29
1
EA
specified j
$
427.00
$
854.00
$ 3,742.00
$
1,799.00
$
6,395.00
Caterpillar 1250 KW I
30
1
EA
Model3512 _
$
427.00
$
854.00
$ 3,682.00
- -
$
1,799.00
$
6,335.00
Olympian 17 KW
---
Model D17LH15 as
31
1
EA
specified .
$
270.00
$
540.00
$ 441.00
$
-
660.00
-- -
$
1,641.00
- ---�
i
Onan 60 KW Model
GGHE-5635611 as
32
1
EA
specified
$
270.00
$ 540.00
$ 522.00 i
$
273.00
$
1,335.00
Onan 100 KW Model
IOOGDBL3311A as {
33
1
EA
specified
$
270.00
$
540.00
$ 572.00
$
345.00
$
1,457.00
Stewart & Stevens
100 KW Model
G415JAY-002 as
34
1
EA
specified
$
268.00
$
536.00
$ 565.00
$
345.00
$
1446.00
T Multiquip 85 KW
Model DCA-8555K
35
1
EA
as specified !
$
270.00
$
540.00
$ 548.00
$
362.00 1
$
1,450.00 �
Multiquip 85 KW
Model DCA-8555K
36
1
EA
as specified
$
270.00
$
540.00
$ 548.00
$
362.00 1
$
1,450.00 _
OVERALL TOTAL ITEMS 1 THROUGH 36: $ 88,325.00
*Unit of measure -
Offeror's Initials
CITY OF Lubbock, TX
RFP 17-13362-SG
Maintenance and Repair of Fixed Generators at Various Locations
Emergency Generator Repairs
Response Time, Service Fees and Labor Rates
Guaranteed Response
Guaranteed Response Time Time
1. When calied for emergency repairs, what is the guaranteed
response time?
Normally within 2 hours
_ Emergency Service Call Fees
Service Call Fee
2. What is the service call fee for emergency repairs during normal
2 hour minimum,
business hours, Monday - Friday 8:00 A.M. - 5:00 P.M.
$ 270.00
3. What is the service call for emergency repairs outside of normal i
2 hour minimum.
business hours?
--- -- --
$330.00
- Emergency Hourly Labor Rate _
Hourly Labor Rate
4. What is the hourly labor rate for emergency repairs during normal
$ 135.00
business hours. Monday - Friday 8:00 A.M - 5:00 P.M.
5. What is the Hourly labor Rate for emergency repairs outside of
$ 165.00
normal business hours?
Company Name: Stewart and Stevenson
Prepared by: Ron Edward
Title: Branch Manager
Date: June 1, 2017
Signed: ,�
Exhibit C
City of Lubbock, TX
RFP 17-13362-SG
Maintenance and Repair of Fixed Generators at Various Locations
Insurance Requirements
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance Certificate to
the City, which shall be completed by an agent authorized to bind the named underwriter(s) to the coverages, limits, and
termination provisions shown thereon, and which shall furnish and contain all required information referenced or indicated
thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH
CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY.
INSURANCE COVERAGE REQUIRED SECTION B. The City reserves the right to review the insurance requirements of
this section during the effective period of the contract and to require adjustment of insurance coverages and their limits when
deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the
industry as well as the Contractor.
SECTION C. The 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 by companies approved by the State of Texas and acceptable to
the City, in the following type(s) and amount(s):
INSURANCE (Copies of Endorsements will be Required)
TYPE OF INSURANCE
GENERAL LIABILITY
® Commercial General Liability ❑ Other
❑ Claims Made ® Occurrence
❑ W/Heavy Equipment ❑ XCU
❑ To Include Products of Complete Operation Endorsements
CRIME POLICY
❑ Crime Policy
AUTOMOTIVE LIABILITY
® Any Auto per Occurrence
EXCESS LIABILITY
❑ Umbrella Form
GARAGE LIABILITY
❑ Any Auto
COMBINED SINGLE LIMIT
General Aggregate $1,000,000
Products-Comp/Op AGG X
Personal & Adv. Injury X
Contractual Liability X
Fire Damage (Any one Fire)
Med Exp (Any one Person)
General Aggregate
Combined Single Limit $1,000,000
Each Occurrence
Aggregate
Auto Only - Each Accident
Each Accident Aggregate
❑ BUILDER'S RISK ❑ 100% of the Total Contract Price
❑ INSTALLATION FLOATER ❑ 100% of the Total Material Costs
❑ POLLUTION
❑ CARGO
® WORKERS COMPENSATION — STATUTORY AMOUNTS
OR OCCUPATIONAL MEDICAL AND DISABILITY $1,000,000
® EMPLOYERS' LIABILITY $1,000,000
OTHER: COPIES OF ENDOSEMENTS ARE REQUIRED
® City of Lubbock named as additional insured on Auto/General Liability on a primary and non-contributory basis.
® To include products of completed operations endorsement.
® Waiver of subrogation in favor of the City of Lubbock on all coverages, except
The City of Lubbock shall be named as an additional insured on a primary and non-contributory basis and shall include
waivers of subrogation on ALL coverages except Professional Liability. All Copies of the Certificates of Insurance and all
applicable endorsements are required.
ADDITIONAL POLICY ENDORSEMENTS
The City shall been, upon request, and without expense, to receive copies of the policies and all endorsements thereto and
may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations,
or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto
or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts
to accomplish such changes in policy coverages, and shall pay the cost thereof.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance
will contain and state, in writing, on the certificate or its attachment, the following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as the
interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 day notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected
representatives for injuries, including death, property damage, or any other loss to the extent same may be covered
by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the
indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such
obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days
prior the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13`h Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor
shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract
documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the
Contractor from liability