HomeMy WebLinkAboutC2022-011 - 1/25/2022 - Approved DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
113S c
SERVICE AGREEMENT NO. 3922
Lawncare Service at Corpus Christi International Airport
f�'anwo�alev
1852
THIS Lawncare Service at Corpus Christi International Airport Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and Greens & Things Nursery & Landscape LLC
("Contractor'), effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Lawncare Service in response to Request
for Bid/Proposal No. 3922 ("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 Lawncare Service ("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.
(A) The Term of this Agreement is three years beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. 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 in writing prior to the expiration of the original term or the then-current
Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$198,000.00, subject to approved extensions and changes. Payment will be made
Service Agreement Standard Form -Airport Page 1 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
for Services performed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety. Any amount not expended during the initial term or any option period
may, at the City's discretion, be allocated for use in the next Option Period.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Lawrence Thormaehlen
Aviation Department
Phone: 361 .826.1266
LawrenceT@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 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
Service Agreement Standard Form -Airport Page 2 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
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.
7. Inspection and Acceptance. Any Services 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
Service Agreement Standard Form -Airport Page 3 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
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.
12. Subcontractors. In performing the Services, Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments and Changes. This Agreement may be amended or modified only
by written change order signed by both parties. Change orders may be used to
modify quantities as deemed necessary by the City. Any changes that alter the
method, price, or schedule of work must be allowable, allocable, within the scope
of any federal grant or cooperative agreement, and reasonable for the
completion of the project scope.
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 related 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: Lawrence Thormaehlen
Interim Facility Manager
1000 International Dr., Corpus Christi, TX 78406
Phone: 361 .826.1266
Fax: n/a
IF TO CONTRACTOR:
Greens & Things Nursery & Landscape LLC
Attn: JoAnn Vasquez
Co-Owner
Service Agreement Standard Form -Airport Page 4 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
809 Houston St., Portland, TX 78374
Phone: 361 .777.3759
Fax: 361 .777.3755
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) Termination for Cause. The City may terminate this Agreement for
Contractor's failure to comply with any of the terms of this Agreement. The City
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 may terminate this Agreement immediately thereafter.
(B) Termination for Convenience. Alternatively, the City may terminate this
Agreement for convenience upon 30 days advance written notice to the
Contractor. The City 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. In the event of termination for convenience, the
Contractor will be compensated for all Services performed prior to the date of
termination. The City shall have no further obligations to the Contractor.
Service Agreement Standard Form -Airport Page 5 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
19. Effect of Breach. In addition to the remedy of termination, if the Contractor violates
or breaches any provision of the Agreement, the City may pursue any other claims
or causes of action available under the law. No specific sanctions or penalties
apply to this Agreement except those that are otherwise available under the law.
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.
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
Service Agreement Standard Form -Airport Page 6 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
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.
28. Federal Funding Requirements. This project is subject to requirements provided for
the Federal Aviation Administration (FAA) and/or other federal agencies. A set of
Federal Requirements has been attached as Attachment E, the content of which
is incorporated by reference into this Agreement as if fully set out here in its
entirety. The Contractor must comply with Attachment E while performing the
Services. The Contractor will insert in any subcontracts all Federal
Provisions/Requirements contained in the Agreement, such other clauses as the
FAA, or its designee may by appropriate instructions require and a clause requiring
the subcontractors to include these clauses in any lower tier subcontracts. The
prime Contractor shall be responsible for the compliance by any subcontractor
or lower tier subcontractor with all the contract clauses.
[Signature Page Follows]
Service Agreement Standard Form -Airport Page 7 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
CONTRACTOR
Docusigned by:
Signature: E-&W Va5
C6726CDF28B475...
Printed Name: 3oann Vasquez
Title: owner
Date: 12/1/2021
M2022-013 Authorized By
Council 01-25-22
CITY OF CORPUS CHRISTI
Docusigned by:
� Ds
Jos I
/5
Assistant Director of Finance — Procurement
Date: 1/27/2022
APPROVED AS TO LEGAL FORM
cusigned by:
jDo
n04 Rw 1/24/2022
ATTEST
Asses an' i y Attorney Date DocuSigned6y
4 WN
Rebecca Huerta
Attached and Incorporated by Reference: City Secretary
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Attachment E: Federal Requirements
Incorporated by Reference Only:
Exhibit l : RFB/RFP No. 3922
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form -Airport Page 8 of 8
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
Attachment A: Scope of Work
1.1 Scope of Work
A. Hedges and Bushes
1 . Hedges and bushes must be maintained on a correlational basis as the
lawn, dependent upon the growth rate of the bushes.
2. The hedges and bushes must be maintained to a decent size which is
seemed fit by the Contractor and the Contract Administrator.
B. Pesticides and Herbicides
1 . Proper usage of pesticide and herbicide must be completed upon
both the Contractor and Contract Administrator.
2. The Contractor must have all proper credentials to use both pesticides
and herbicides in a professional setting. Contractor must show proof
of such credentials.
3. Herbicide must be distributed on site in a safe manner as not to disturb
and or destroy desired plants yet kills excessive weed growth.
C. Edging
1 . The Contractor must edge alongside all roads and sidewalks identified
in scope of work, maintaining a clean and attractive environment for
Airport customers.
2. The Contractor is responsible for the removal and disposal of all
unwanted vegetation (edged, trimmed, or mowed) which finds its way
onto sidewalks and the road, whether the grass and/or dirt is blown
back onto the lawns or picked up.
3. Edging is also essential around all street and safety signs, ensuring
edging levels are even with the height of the grass which has been
mowed.
D. Entrance Property at CCIA Logo
1 . The CCIA logo is located inside the divider between both side of
International Road. Special care needs to occur around the CCIA
Page 1 of 9
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
logo. Proper maintenance of the vegetation around the CCIA logo is
vital.
2. All concrete sections must be mowed around and look presentable
for the public.
3. Blowing or sweeping the concrete portion into divider lawn is
acceptable.
4. Clippings which are discarded from the mower must not be allowed
to be blown on the street or concrete separations.
5. All clipping must be blown off or disposed of properly.
E. Weed Removal
1 . The Contractor must prevent growth along and inside all fences (on
both sides of the fence) identified in this scope of work.
2. The fence line must be properly maintained to not let the growth of
weeds get within six inches of the fence itself.
3. The usage of herbicle or edging is optional if the specifications are met.
4. Remove weeds which grow within or across the top of a walkway.
5. Any grass or weeds which grow within the concrete must be disposed
of by either herbicide or edging.
6. Grass and/or weeds must always be maintained by a one-inch
distance from the concrete edge itself.
7. The Contractor must not overuse weedkiller. If there is a noticeable
overuse of herbicide in an area, the Contract Administrator will assert
its authority to stop usage of all future herbicide.
F. Mulching
1 . Bi-annual mulching must occur every year of the contract in areas of
CCIA property which currently have much.
2. The mulch must be replaced with the same color as the current color
or brand.
Page 2 of 9
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
3. If the black protective tarp underneath the mulch no longer exists, the
tarp must also be replaced during that same annual rotation.
4. The mulch must be at least two inches thick to reduce the probability
of future weed growth.
5. Black tarps may also be replaced upon the request of the Contract
Administrator.
6. Additional mulching may also be requested for a new area of the
property by the Contract Administrator.
G. Equipment and Materials
1 . The Contractor must provide their own equipment, supervision, labor,
transportation, tools, and materials for the completion of the contract.
2. No equipment or materials may be stored at CCIA property.
H. Trash Disposal
1 . The Contractor must dispose of all trash off site of CCIA property.
2. No clippings, personal trash, tree branches, or any other miscellaneous
trash shall be placed in any dumpsters or trashcans located at the
property.
3. The Contractor is responsible for cleaning the sidewalks and curb
gutters, scraping and removal of any build-up of sand or dirt is
required. Curb gutters should be free of any debris.
4. The Contractor shall pick up any trash found on site prior to
commencing work and the Contractor is responsible for disposal.
1.2 Work Site and Conditions
A. Frequency
1 . Lawns must be mowed three times a month during the wet season and
every three weeks during the dry season.
a. April through October is considered the wet season.
b. November through March is considered the dry season.
Page 3 of 9
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
2. Lawns must not be any shorter than three inches and not exceed a
growth of six inches in height.
3. All areas of maintenance must have a level height in grass and be
maintained within the same time frame as the rest of the property.
Hence, half of the area should not be exceedingly higher than the
remaining section.
B. Estimated Square Feet
Exhibit B 1-4 are attached for your reference.
SECTION AWN. HEDGE/BUSH &
Mp 11/�N,G FLOWER BEDS
Section I - International Drive 763,658 48,763
Section II - Quick Turn Around 40,650 14,000
(QTA)
1.3 Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control
Program that is acceptable to the Contract Administrator to assure that the
requirements of the Contract are provided as specified. The Contractor will
also provide supervision of the work to insure it complies with the contract
requirements.
1.4 Special Instructions
A. Contract Administrator
1 . All work completed by the Contractor shall be subject to approval
by CCIA Contract Administrator or designee.
2. Contract Administrator or designee has the right to require the
Contractor to re-mow, re-trim, re-edge, re-sweep if the work was
not performed to contract specifications.
Page 4 of 9
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
3. In the event of equipment failure which must extend work past
completion date/time, Contractor most communicate with the
Contract Administrator.
4. If there are any questions or problems encountered on
property, the Contractor must contact the Contract
Administrator listed below.
5. Corpus Christi International Airport Contract Administrator is:
Larry Thormaehlen, Interim Facility Manager
361-289-0171 Ext 1266 office
361-660-6309 cell
LawrenceTC cctexas.com
B. Contractor Contact Information
The Contractor must provide viable contact phone number(s) and emails
for effective communication regarding all work. This is to provide a
means of effective communication between City officials and
Contractor's representative concerning directions, response time,
cancellations or problems encountered at the site.
C. Project Costs
All costs, either direct or indirect, associated with or incidental to
Contractor's performance of the services described in this scope of
work are the sole responsibility of Contractor and considered to be
included in the contract pricing. Such expenses may include, but are
not limited to:
1 . travel to and from the subject property
2. execution of work
3. clearing and transporting of debris
4. storage fees
5. hauler permit fees
6. cost of required insurance, certifications, etc.
Page 5 of 9
co
V o
bioz
- m
LU
W
c
E
E o
v
W H C tLo O
O CL
J � u CL
a a m
f
i
% I
ImLU
9 v
W
IINf �
z Q
� m W
m
CIO _
11 LJJ D 4-
_j
C) Q
J; L z O
00
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII���� �� ����� � ti
Q O,
W LLI 10
Vli F
z
_ p
I CL
t' z
0
F
U o
W
N N �
p O
ao o
ULO
//v a
L? /
i ifii�,1.14A iy Yy'JQI�'�ilrl�71 �
0?LL
v �l
LLI
00
LL
Q f
oa At
ui
rnco
r
O
O
0
V)
1vmmi , N
li 'ro'I ,u' IVI
� W
i
bio ' N
N
N i >
OCL L
CL
bio
CL m
I � fi d Q
•C
O C
�,." /
ui
�1c r a a�
F o
i f r j G r I. Z
N
a
ii yli �wh° r6 V i � Q
uiW
z •i
a
ui +�
o dui♦I � j / ��,. i X Q ate,
W
s ;
/ z O
O
i H O
z N
z CL
i
z
O
i
/ O
U
f 00
LLI
I �
O
N rr
z
L?
0?LLJ
LL
00
LL
CL
��� � � iiiiHu uiumommimmoioioioi�mlolouou umu
> l/
w
7
U
O
i I V) � N
0 co o
(1) V
bio Z o
LU
E
Zui a'
E O O
' Ve O N CL
J h0 Ui Q
3 a)
o a) t
pi, ,rylr��;,VlVrglJifeit i(fl ��iir,
m
Z o
O z
r
F-
D D
� U
I�
J
Lf
uiQ
awl ui
u
Z p
m WCIO
a
W D -
Ld" Z O
0 O ol
z 00Q
- w a)
W
t,
H
Z CL
Z
_O
F
w O
LO N
c�
00
p O
o Z
U
LO
N
N
01��l
LL
V
pLLJ
00
LL
1�111111�1�
� f s
0
(1) *F.>
LLI
7
O
O
0
V) r-I
N
O g oN
cn r-I
to o z o
U
' E Y
O E N
Z
W
C7 qA co a
W N >
ao
CL
b a
I D �
r�,//r�✓tel lir JJh n, r !r rs' / 1. l" """'7� / ��
CL m
I
W
X N
o
olcrol
7
u
LI) iiii r
r//� / > lr� // iii,�/� //� �/ / l/ „ i ,,; r / 'n
// j��/ O
u? �/
CO
0 CO
LL
o �� Iii ffff(fffff fir�n�nrrr�i0if�
> At
� 4
7
O
O
0
000uSignEnvelope ID:4FoE1o4o'oo1c-4Foo-81oc-5ooncooa1oon
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
Attachment C: Insurance & 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
Commercial General Liability $1 ,000,000 Per Occurrence
Including:
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
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
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on a
Page 1 of 3
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
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 30 calendar days advance written notice directly to City of any, cancellation,
non-renewal, material change or termination in coverage and not less than 10 calendar
days advance written notice for nonpayment of premium.
E. Within 5 calendar days of a cancellation, non-renewal, material change or termination
of coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to remove the exhibit
Page 2 of 3
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
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.
2021 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
No bond is required for this service agreement.
Page 3 of 3
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
Attachment D: Warranty Requirements
Warranty is required for this service agreement.
Page 1 of 1
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
ATTACHMENT E:
FEDERAL REQUIREMENTS
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
E1 GENERAL CIVIL RIGHTS PROVISIONS
The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are
promulgated to ensure that no person shall, on the grounds of race, creed, color,national origin, sex,
age, or disability be excluded from participating in any activity conducted with or benefiting from
Federal assistance.
This provision binds the Contractor and subcontractors from the bid solicitation period through the
completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights
Act of 1964.
E.2 Compliance with Nondiscrimination Requirements:
During the performance of this contract, the Contractor, for itself,its assignees, and successors in
interest(hereinafter referred to as the "Contractor"), agrees as follows:
1. Compliance with Regulations: The Contractor(hereinafter includes consultants)will
comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they
may be amended from time to time,which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The Contractor,with regard to the work performed by it during the
contract,will not discriminate on the grounds of race, color, or national origin in the selection
and retention of subcontractors,including procurements of materials and leases of equipment.
The Contractor will not participate directly or indirectly in the discrimination prohibited by
the Nondiscrimination Acts and Authorities,including employment practices when the
contract covers any activity,project, or program set forth in Appendix B of 49 CFR part 21.
3. Solicitations for Subcontracts,including Procurements of Materials and Equipment: In
all solicitations, either by competitive bidding or negotiation made by the Contractor for work
to be performed under a subcontract,including procurements of materials, or leases of
equipment, each potential subcontractor or supplier will be notified by the Contractor of the
contractor's obligations under this contract and the Nondiscrimination Acts and Authorities
on the grounds of race, color, or national origin.
4. Information and Reports: The Contractor will provide all information and reports required
by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to
its books,records, accounts, other sources of information, and its facilities as may be
determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain
compliance with such Nondiscrimination Acts and Authorities and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish the information,the Contractor will so certify to the sponsor or the Federal
Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain
the information.
5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non-
discrimination provisions of this contract,the sponsor will impose such contract sanctions as
it or the Federal Aviation Administration may determine to be appropriate,including,but not
limited to:
a. Withholding payments to the Contractor under the contract until the Contractor
complies; and/or
b. Cancelling,terminating, or suspending a contract,in whole or in part.
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one
through six in every subcontract,including procurements of materials and leases of
equipment,unless exempt by the Acts,the Regulations, and directives issued pursuant
thereto. The Contractor will take action with respect to any subcontract or procurement as
the sponsor or the Federal Aviation Administration may direct as a means of enforcing such
provisions including sanctions for noncompliance. Provided, that if the Contractor becomes
involved in, or is threatened with litigation by a subcontractor, or supplier because of such
direction, the Contractor may request the sponsor to enter into any litigation to protect the
interests of the sponsor. In addition, the Contractor may request the United States to enter
into the litigation to protect the interests of the United States.
E.3 Title VI List of Pertinent Nondiscrimination Acts and Authorities
During the performance of this contract, the Contractor, for itself,its assignees, and successors in
interest(hereinafter referred to as the "Contractor") agrees to comply with the following non-
discrimination statutes and authorities;including but not limited to:
Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color,national origin);
49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of
Transportation—Effectuation of Title VI of the Civil Rights Act of 1964);
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC §
460 1) (prohibits unfair treatment of persons displaced or whose property has been acquired
because of Federal or Federal-aid programs and projects);
Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended(prohibits
discrimination on the basis of disability); and 49 CFR part 27;
The Age Discrimination Act of 1975, as amended(42 USC § 6101 et seq.) (prohibits discrimination
on the basis of age);
Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended(prohibits
discrimination based on race, creed, color,national origin, or sex);
The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms "programs
or activities"to include all of the programs or activities of the Federal-aid recipients, sub-
recipients and contractors,whether such programs or activities are Federally funded or not);
Titles II and III of the Americans with Disabilities Act of 1990,which prohibit discrimination on the
basis of disability in the operation of public entities,public and private transportation systems,
places of public accommodation, and certain testing entities (42 USC §§ 12131 —12189) as
implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;
The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits
discrimination on the basis of race, color,national origin, and sex);
Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations
and Low-Income Populations,which ensures nondiscrimination against minority populations by
discouraging programs,policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations;
Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency,
and resulting agency guidance,national origin discrimination includes discrimination because of
limited English proficiency(LEP). To ensure compliance with Title VI,you must take
reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed.
Reg. at 74087 to 74100);
DocuSign Envelope ID:4F8E134D-D31 C-4F33-813C-5235COD81 D35
Title IX of the Education Amendments of 1972, as amended,which prohibits you from discriminating
because of sex in education programs or activities (20 USC 1681 et sec).