HomeMy WebLinkAboutC2020-342 - 9/29/2020 - ApprovedService Agreement Standard Form Page 1 of 7
Approved as to Legal Form March 9, 2020
SERVICE AGREEMENT NO. 83785
Upfitting for New Police Department Vehicles
THIS Upfitting for New Police Department Vehicles Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation (“City”) and CAP Fleet Upfitters, LLC (“Contractor"), effective upon
execution by the City Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Upfitting for New Police Department
Vehicles in response to Request for Bid/Proposal No. Buy Board 524-17&601-19/83785
(“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 Upfitting for New Police Department Vehicles
(“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 two years, with performance commencing upon the
date of issuance of a notice to proceed from the Contract Administrator or the
Contracts and Procurement Department. 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
$145,274.78, 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:
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form March 9, 2020
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: Matthew Cayton
Department: General Services Department
Phone: 361-826-3877
Email: MatthewC2@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.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form March 9, 2020
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.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form March 9, 2020
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: Mathew Cayton
Title: Vehicle Pool Supervisor
Address: 5352 Ayers Street, Building 5, Corpus Christi, Texas 78415
Phone: 361-826-3877
Fax: N/A
IF TO CONTRACTOR:
CAP Fleet Upfitters, LLC
Attn: Zach Cayton
Title: Sales Rep
Address: 4911 Fulton, Houston, Texas 77009
Phone: 832-203-5658
Fax: N/A
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form March 9, 2020
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.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form March 9, 2020
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.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form March 9, 2020
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.
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
________________________________________________
Kim Baker
Director of Contracts and Procurement
Date: _________________________
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. Buy Board 524-17&601-19/83785
Exhibit 2: Contractor’s Bid/Proposal Response
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49C
9/1/2020
General Manager
Zach Cayton
DocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
09/29/2020
M2020-199___________________Authorized By
Council ________________________
9/30/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
ATTACHMENT A: SCOPE OF WORK
Page 1 of 1
Scope of Work:
1. The Contractor shall supply and install 16 upfitting kits for use in 14ea 2020
Pl Utility and 2ea 2020 Ford F-150’s for the Corpus Christi Police Department
to place the units in service at the appropriate time. Upfitting is the term
used to describe the installation of accessories and equipment that
go in Police Marked units which includes but is not limited to such items
as lights, full compartment partitions, sirens, push bumpers, and center
console keyboard mounting plates. Please refer to Attachment B for an
itemized list of all parts, equipment and services that must be included in
the upfitting kits.
2. The installation of the upfitting equipment will be performed offsite in
accordance with applicable, current and recognized standards. The
Contractor will not need to come onto City property to perform the
installation. City staff will provide for the delivery and return of the
vehicles selected for upfitting.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Quote
Date
Quote #
08/31/2020
CAPQ58785CAP Fleet Upfitters, LLC
4911 Fulton
Houston, TX 77009
Phone: 832-203-5658
Ship to:
5352 Ayers St Bldg 5
Corpus Christi, TX 78415
Make :
Model :VIN :
CCPD FY19 PI UTILITY X19
Email :
Salesperson:Year :
zcayton@capfleetupfitters.com
Name / Address
5352 Ayers St Bldg 5
Corpus Christi, TX 78415
End User:
Zach Cayton
Part #Qty Description Unit Price Total
2020 FORD PIU X14
BUY BOARD 524-17
CONTRACT # 601-19
++ LIGHTING ++
LGYSMK48DUOCAR
-DE
14 48" LEGACY FULLY POPULATED W/SMOKE LENSES
W/TAKEDOWNS & ALLEYS (DRIVER SIDE RED/WHITE
FRONT; RED/AMBER REAR; PASSENGER BLUE/WHITE
FRONT; BLUE/AMBER REAR); CCSRN5 CARBIDE
SIREN; SA315P SPEAKER; SAK*; STPKT*
NOTES: LIST PRICE 2777.00 3% OFF
$ 2,693.69 $ 37,711.66
GBS8DEDE 14 48" WC LEGACY DUO BAR W/SMOKED LENSES - Fully
Populated WITH TAKEDOWNS AND ALLEYS
$ 0.00 $ 0.00
CCSRN5 14 CARBIDE SIREN SYS W/ CANPORT $ 0.00 $ 0.00
SA315P 14 SA315P SPEAKER, BLACK PLASTIC $ 0.00 $ 0.00
STPKT105 14 STRAPKIT #105 2020+ FORD PIU $ 0.00 $ 0.00
SAK66D 14 SA-315 MT KIT EXPLORER DRVR 20+ PI UTILITY $ 0.00 $ 0.00
CANCTL7 14 CANTROL CONTROLLER 21 PUSH-BUTTON, 4-
POSITION SLIDE SWTICH
$ 0.00 $ 0.00
CC5K4 14 2020 FORD PIU CARBIDE CANTROL INSTALL KIT $ 0.00 $ 0.00
IONJ 28 ION LIGHT RED/BLUE
NOTES: REAR CARGO SIDE GLASS list price 140.00
$ 71.40 $ 1,999.20
VTX609J 28 VERTEX SUPER-LED SPLIT RED/BLU
NOTES: TAIL LIGHTS list price 118.00 49% OFF
$ 60.18 $ 1,685.04
SSF5150D 14 SOLID STATE BRAKE LT. FLASHER
NOTES: list price 89.00 49% OFF
$ 43.61 $ 610.54
ENT2B3J 28 INTERSECTOR UNDER MIRROR/SURFACE MOUNT
LIGHT W/IN LINE FLASHER, 3 WEDGES, 2 CURVED
SURFACE ADAPTORS, 18 LEDS, RED/BLUE
NOTES: list price 287.00 58% OFF
$ 120.54 $ 3,375.12
PNT1CRV01 14 Replacement Curved Surface Adaptors for Intersector - 1-
Driver & 1-Passenger w/ Mounting Hardware - Universal
NOTES: list price 12.00 58% OFF
$ 5.61 $ 78.54
EMPS2QMS4J 28 MPOWER 4" QUICK MOUNT DUAL COLOR RED/BLUE
NOTES: LIST PRICE 196.00 58% OFF
$ 82.32 $ 2,304.96
++ CONSOLE ++
PP-2020-FINT-SUV-
S
14 2020 Ford Interceptor SUV "SHORTY" center console (flip
forward lid) INCLUDES ARM REST PAD. Relocates rear
a/c and parking brake switch.
NOTES: plastix plus est 5851
$ 540.00 $ 7,560.00
WWW.CAPFLEETUPFITTERS.COM
Page 1 of 3
ATTACHMENT B: QUOTE/PRICING SCHEDULE DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Quote
Date
Quote #
08/31/2020
CAPQ58785CAP Fleet Upfitters, LLC
4911 Fulton
Houston, TX 77009
Phone: 832-203-5658
Ship to:
5352 Ayers St Bldg 5
Corpus Christi, TX 78415
Make :
Model :VIN :
CCPD FY19 PI UTILITY X19
Email :
Salesperson:Year :
zcayton@capfleetupfitters.com
Name / Address
5352 Ayers St Bldg 5
Corpus Christi, TX 78415
End User:
Zach Cayton
Part #Qty Description Unit Price Total
425-6308 14 Summit Remote, 5300
NOTES: list price 41.18 40% OFF
$ 24.71 $ 345.94
C-EB40-CCS-1P 14 1-PIECE EQUIPMENT MOUNTING BRACKET, 4"
MOUNTING SPACE, FITS WHELEN
CENCOM,CCSRN,CCSRNTA,MPC03
$ 21.47 $ 300.58
++ PRISONER EQUIPMENT ++
PK0419ITU20TM 14 #10VS RP C Horizontal Sliding Window Coated
Polycarbonate With Vinyl Coated Expanded Metal Window
Security Screen Recessed Panel Partition TM (Tall Man)
NOTES: LIST PRICE 919.00 30% OFF
$ 643.30 $ 9,006.20
QK2121ITU20 14 Full REPLACEMENT Transport Seat TPO Plastic With
SETINA SMARTBELT SYSTEM
NOTES: LIST PRICE 1299.00 30% OFF
$ 909.30 $ 12,730.20
PK0316ITU202ND 14 Cargo Area Rear Partition #12VS Stationary Window
Coated Polycarbonate
NOTES: LIST PRICE 479.00 30% OFF
$ 335.30 $ 4,694.20
WK0514ITU20 14 Window Barrier VS Steel Vertical
NOTES: LIST PRICE 269.00 30% OFF
$ 188.30 $ 2,636.20
++ EXTERIOR ++
BK0534ITU20 14 PB400 VS Bumper Full Bumper Aluminum
NOTES: list price 399.00 30% OFF
$ 279.30 $ 3,910.20
++ GUNLOCK ++
GK10342USSCAXL 14 Dual T-Rail Mount 2 Universal XL
NOTES: LIST PRICE 469.00 30% OFF
$ 328.30 $ 4,596.20
++ MISC ++
PP EXTINGUISHER
BOX
14 BLACK EXTINGUISHER BOX WITH YELLOW VELCRO
STRAP
NOTES: PLASTIX PLUS EST 5851 BOLT DOWN TO
$ 100.00 $ 1,400.00
CSLABOR 14 CUSTOMER SUPPLED PARTS LABOR
NOTES: INSTALL CUSTOMER SUPPLIED RADARS,
CAMERAS, COMPUTER MOUNTS, RADIOS, AND
$ 0.00 $ 0.00
LABOR 14 LABOR $ 2,900.00 $ 40,600.00
SSUPPLY 14 SHOP SUPPLIES $ 150.00 $ 2,100.00
CAPHARNESS 14 CAP FLEET WIRING HARNESS $ 295.00 $ 4,130.00
PDKIT 14 POWER DISTRIBUTION KIT $ 50.00 $ 700.00
SHIP 14 SHIPPING & HANDLING $ 100.00 $ 1,400.00
INSPECT 14 ALL CAP FLEET INSTALLATIONs COME WITH AGENCY
LIFETIME WARRANTY
$ 100.00 $ 1,400.00
WWW.CAPFLEETUPFITTERS.COM
Page 2 of 3
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Quote
Date
Quote #
08/31/2020
CAPQ58785CAP Fleet Upfitters, LLC
4911 Fulton
Houston, TX 77009
Phone: 832-203-5658
Ship to:
5352 Ayers St Bldg 5
Corpus Christi, TX 78415
Make :
Model :VIN :
CCPD FY19 PI UTILITY X19
Email :
Salesperson:Year :
zcayton@capfleetupfitters.com
Name / Address
5352 Ayers St Bldg 5
Corpus Christi, TX 78415
End User:
Zach Cayton
Part #Qty Description Unit Price Total
CS_Note 14 ** DISCLAIMER - LABOR PRICING IS ONLY GOOD FOR
ALL PRODUCTS AND SERVICES INCLUDED IN THIS
$ 0.00 $ 0.00
WWW.CAPFLEETUPFITTERS.COM
Page 3 of 3
$ 145,274.78Subtotal
This quote is good for 30 days from date of quote.
I hereby authorize the install work therein set forth to be done by CAP Fleet Upfitters, together with the furnishing by CAP Fleet Upfitters of the necessary parts and other material for
such install and agree that CAP Fleet Upfitters is not responsible for any delays caused by unavailability or delayed availability of parts or material for any reason; that CAP Fleet
Upfitters neither assumes or authorizes any other person to assume for CAP Fleet Upfitters any liability in connection with such install; that CAP Fleet Upfitters shall not be responsible
for loss or damage to the above vehicle, or articles left therein; in case of fire, theft, any Act of God, or other cause beyond CAP Fleet Upfitters control; that CAP Fleet Upfitters
employees may operate the above vehicle on streets, highways, or elsewhere for the purpose of testing and/or inspecting such vehicle.
Tax $ 0.00
Grand $ 145,274.78
QUOTES ARE GOOD FOR 30 DAYS.
PLEASE SIGN BELOW IF ALL ITEMS & QUANTITIES ARE APPROVED.
X
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Page 1 of 3
ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS
I. CONTRACTOR’S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance required
has been obtained and such insurance has been approved by the City. Contractor
must not allow any subcontractor Agency to commence work until all similar insurance
required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City’s Risk Manager and Contract Administer one (1) copy
of Certificates of Insurance (COI) 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 is required on all
applicable policies. Endorsements must be provided with COI. Project name and or
number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-written day notice of cancellation,
required on all certificates or by
applicable policy endorsements
Bodily Injury and Property Damage
Per occurrence - aggregate
Commercial General Liability
Including:
1.Commercial Broad Form
2.Premises – Operations
3.Products/Completed
Operations
4.Contractual Liability
5.Independent Contractors
6.Personal Injury- Advertising Injury
$1,000,000 Per Occurrence
GARAGE KEEPERS PHYSICAL DAMAGE
COVERAGE including:
1.Physical Damage on a
Direct Primary Basis
Actual Cash Value of Vehicles While in
Care, Custody or Control
C. In the event of accidents of any kind related to this agreement, Contractor must furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
accident.
II.ADDITIONAL REQUIREMENTS
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Page 2 of 3
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 an amount sufficient to assure
that all workers’ compensation obligations incurred by the Contractor will be promptly
met.
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 a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All notices
under this Article 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, volunteers, and elected representatives
as additional insured by endorsement, as respects operations, completed operation
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
suspension, cancellation, non-renewal or material change in coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
E. Within five (5) calendar days of a suspension, cancellation, or non-renewal 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.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Page 3 of 3
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 remove the exhibit
hereunder, and/or withhold any payment(s) if any, 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 agreement.
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 agreement.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
BOND REQUIREMENTS:
No bonds are required, therefore, Service Agreement 83785, Section 5 Insurance; Bonds
subsection 5(B),
is hereby void.
2020 Insurance Requirements
Ins. Req. Exhibit 4-G
Contracts for General Services – Services Performed Offsite – Garage Keepers
04/14/2020 Risk Management – Legal Dept.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB
Page 1 of 1
ATTACHMENT D: WARRANTY REQUIREMENTS
Warranty is lifetime and covers the worksmanship (wiring on the aftermarket,
and installation of the parts). The manufacture warranty covers the items
that are installed in the vehicle.
DocuSign Envelope ID: 106A9D80-38D4-45EC-8118-E33A030FC49CDocuSign Envelope ID: C4CD5D4C-35ED-45C1-B18E-BE4F964676CB