HomeMy WebLinkAboutC2022-035 - 2/22/2022 - Approved DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
113S c
SERVICE AGREEMENT NO. 3978
Preventative and Emergency Vactor Service
f�'anwo�alev
1852
THIS Preventative and Emergency Vactor Service Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and ADK Environmental, Inc. ("Contractor'), effective upon
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Preventative and Emergency Vactor
Service in response to Request for Bid/Proposal No. 3978 ("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 Preventative and Emergency Vactor 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 one year 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 two
additional one-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
$297,000.00, subject to approved extensions and changes. Payment will be made
for Services provided and accepted by the City within 30 days of acceptance,
Service Agreement Standard Form -Consent Decree Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
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:
Name: Diana Zertuche-Garza
Department: Utilities Department
Phone: (361 ) 826-1627
Email: DianaZ@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
Service Agreement Standard Form -Consent Decree Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
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. 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
Service Agreement Standard Form -Consent Decree Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
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, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Diana Zertuche-Garza
Title: Contracts/Funds Administrator
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: (361) 826-1627
Fax: (361) 826-4495
IF TO CONTRACTOR:
ADK Environmental, Inc.
Attn: Sharon Kastner
Title: President
Address: 16434 FM 630 Odem, Texas 78370
Phone: (361) 364-2004
Fax: N/A
Service Agreement Standard Form -Consent Decree Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
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 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) 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.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement Standard Form -Consent Decree Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form -Consent Decree Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
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. Consent Decree Requirements. This Agreement is subject to certain requirements
provided for by the Consent Decree entered into as part of Civil Action No. 2:20-
cv-00235, United States of America and State of Texas v. City of Corpus Christi in
the United States District Court for the Southern District of Texas, Corpus Christi
Division (the "Consent Decree"). A set of Wastewater Consent Decree Special
Conditions 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.
[Signature Page Follows]
Service Agreement Standard Form -Consent Decree Page 7 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
CONTRACTOR
DocuSigned by:
Signature: SfbwS
Sharon Kastner
Printed Name:
President
Title:
Date:
1/10/2022
CITY OF CORPUS CHRISTI
DocuSignea by.
L�rrCMMM
1.4, M2022-028
Authorized By
Josh Chronley
Assistant Director of Finance - Procurement Council 02-22-2022
2/25/2022
Date: DS
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements AToEg: ,by.
Attachment D: Warranty Requirements
Attachment E: Consent Decree Requirements
L ffil .,
Rebecca Huerta
Incorporated by Reference Only: City Secretary
Exhibit l : RFB/RFP No. 3978
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form -Consent Decree Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
Attachment A - Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall provide preventative maintenance and emergency
vactor service to the City's wastewater division, to include high pressure
jetting/cleaning and liquid/debris removal.
B. The wastewater division maintains 100+ lift stations and 6 wastewater treatment
plants at various locations throughout the city, as identified in Section 4- Work
Site Locations.
C. The Contractor shall provide labor (inclusive of round-trip travel),
parts/materials, equipment, and supervision necessary to perform the services.
D. Emergency service will be provided on an as needed basis, twenty-four (24)
hours a day, three hundred and sixty-five (365) days a year, including holidays.
1.2 Scope of Work
Preventative Maintenance
A. The Contractor shall perform preventative maintenance at various locations
throughout the City. The frequency of PM service for each location is outlined
in Section 4- Work Site Locations.
B. Preventative maintenance service will be performed Monday through Friday,
between 8:OOAM - 5:OOPM, excluding city holidays.
C. The Contractor shall remove floating debris from the surface of the wet wells
and basins, such as clarifiers, grit chambers, or digester chambers and haul
waste to the Greenwood Wastewater Treatment Plant drying beds, unless
otherwise directed.
D. The Contractor shall remove all liquids from wet wells and basins. "Clean"
liquids will be hauled and disposed of at the nearest designated manhole. Fat
soils and grease will be hauled to the Greenwood Wastewater Treatment Plant
drying beds, unless otherwise directed.
Emergency Service
A. Emergency service will be provided on an as needed basis, twenty-four (24)
hours a day, three hundred and sixty-five (365) days a year, including holidays.
B. The City will submit emergency service requests(s) via phone. The Contractor
shall respond to an emergency service request within 30 minutes of contact
and provide on-site response within one (1) hour of Contractor response.
C. In the event of adverse weather i.e., hurricane, storm, tornado, etc., the
Contractor shall be available and on-site within 24 hours post weather event.
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
D. The City reserves the right to use another contractor if response times are non-
compliant, or if the Contractor does not have sufficient resources, i.e., labor,
equipment.
E. In the rare instance that the City determines that an emergency service job
greatly exceeds the average/typical emergency, the City may authorize and
reimburse the Contractor for additional costs, i.e., equipment rental. The
Contractor must obtain City approval from the on-site plant operator prior to
procuring additional equipment for which it will seek reimbursement.
F. The Contractor shall provide preferential response for emergency services
requested by the City, over any non-contract customers.
1.3 Contractor Requirements
A. At a minimum, the Contractor shall be equipped with:
a. Three (3) positive displacement combination unit vacuum trucks
capable of jetting and extracting both liquids and debris, and decanting
liquids
b. 9-yard debris tank minimum
c. 1 " Jetting hose at 600' minimum
d. Connection tubes capable of extending 30' deep
e. Flexible hose capable of extending 100' out for vacuum service
B. The Contractor will check in and check out with the on-site Work Coordinator
before and after all authorized work is performed. The on-site operator must
authorize any after-hours work.
C. The Contractor shall have TCEQ approved Sewage Sludge Permit/Sticker(s).
Copies of permits for each truck must be submitted with the bid.
D. Upon completion of service, the Contractor shall provide a signed service
report and manifest/trip ticket to the on-site operator. The service report shall
include:
a. Date
b. Service address
c. Start and end time, and total hours (ea. signed by on-site City Rep)
d. The Contractor's service report must include a section to record the start
and end time with a signature box for City staff signature
e. Before and after pictures of wet well, basin, or other area that received
cleaning.
f. Description of service work
g. Names of crew members
h. Signature of onsite City operator
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
1.4 Work Site Locations
Lift Lift Station Address Frequency
Station # (Wet Wells)
1 Up River Rd. 12300 Up River Rd. Quarterly
2 Nueces Acres 11501 Haven Dr. Quarterly
3 Allison WWTP 4101 Allison Dr. Quarterly
4 Solar Estates 9201 Moonlight St. Quarterly
5 Clarkwood North 2001 Clarkwood Rd. Quarterly
6 Stillwell 8100 Stillwell Lane Quarterly
7 DeDietrich 150 McKenzie Rd. Quarterly
8 Northwest Crossing 1921 Oregon Trail Quarterly
9 Clarkwood South 1025 Clarkwood Rd. Quarterly
10 Lakes Northwest 3614 Perfection Lake Quarterly
11 Highway Nine 6724 Leopard St. Quarterly
12 Airport International Airport Quarterly
13 McBride 1200 McBride Lane Quarterly
14 Greenwood WWTP 6541 Greenwood Dr. Quarterly
15 Sacky 3200 Sacky St. Quarterly
16 Kostoryz 6261 Kostoryz Rd. Quarterly
17 Broadway WWTP 801 Resaca St. Quarterly
18 Wooldridge II 8001 Wooldridge Rd. Quarterly
19 Schanen 6102 Del Starr Dr. Quarterly
20 Weber's Glen 4051 Aaron Quarterly
21 Station 5 6528 S. Staples Quarterly
22 Buckingham 7101 S. Staples Quarterly
23 Cimarron 7401 Cimarron Quarterly
24 Airline 3302 Airline Quarterly
25 Oso WWTP #1 501 Nile Rd. Quarterly
26 Oso WWTP #2 501 Nile Rd. Quarterly
27 Perry Place Thompson Rd. Quarterly
28 Turtle Cove 9547 Blue Jay St. Quarterly
29 Flour Bluff 2326 Flour Bluff Dr. Quarterly
30 Waldron 610 Blossum Quarterly
31 Military & Jester 722 Jester St. Quarterly
32 Laguna Madre WWTP 201 Jester St. Quarterly
33 Laguna Shores 2902 Laguna Shores Rd. Quarterly
34 Whitecap WWTP 13409 Whitecap Blvd. Quarterly
35 Lake Padre South 14501 Whitecap Blvd. Quarterly
36 Leeward 14865 Running Light Dr. Quarterly
37 Wood River 4601 Spring Creek Dr. Quarterly
38 Sharpsburg 4412 Sharpsburg Rd. Quarterly
39 River Canyon 13842 River Ridge Dr. As Needed
40 Cynthia 5210 Cynthia St. As Needed
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
Lift Lift Station Address Frequency
Station # (Wet Wells)
41 Ramos 4810 Ramos As Needed
42 Highway 77 3386 County Road 52 As Needed
43 Levi County Jail 745 N.P.I.D. As Needed
44 Coastal Meadows 6868 Old Brownsville Rd. As Needed
45 Trojan 1901 Trojan Ave. As Needed
46 Lexington 5233 Lear St. As Needed
47 Rose Acres 2946 FM 763 As Needed
48 Charlie's Place 5505 McBride Ln. As Needed
49 NuecesBay 2100 Nueces Bay Blvd. As Needed
50 Rincon North "B" Rincon Ind. West of H.W. 181 As Needed
51 Rincon North "A" Rincon Ind. West of H.W. 181 As Needed
52 North Beach "B" 3002 Timon Blvd. As Needed
53 North Beach "C" 3818 Surfside As Needed
54 North Beach "D" 4320 Timon Blvd. As Needed
55 Brownlee 400 12th Street As Needed
56 Studebaker 300 Kinney Ave. As Needed
57 Peoples "T" Head Peoples St. "T" Head As Needed
58 Lawrence "T" Head 400 S. Shoreline Blvd. As Needed
59 Coopers Alley "L" Head 200 S. Shoreline Blvd. As Needed
60 Cole Park 1500 Ocean Drive As Needed
61 Bay Drive 7845 Bay Dr. As Needed
62 Oleander 2900 Ocean Dr. As Needed
63 Starry 7701 Starry As Needed
64 The Lakes 7335 Everhart Rd. As Needed
65 Kings Crossing 8401 Cimarron As Needed
66 TAMU-CC 6300 Ocean Dr. As Needed
67 Pelican Bay 1418 Ennis Joslin As Needed
68 Greenfields by the Bay 7310 Canadian Dr. As Needed
69 Anchor Harbor 8102 S.P.I.D. As Needed
70 Wal-Mart 9441 S.P.I.D. As Needed
71 Rhetta Place 2442 Vialoux As Needed
72 Purdue 630 Purdue As Needed
73 Gateway Park 1 143 Laguna Shores As Needed
74 Riviera 138 Riviera As Needed
75 Rex 4046 Whitley As Needed
76 Kennedy Causeway 13301 S.P.I.D. As Needed
77 Seahorse 14300 Dorsel St. As Needed
78 Swordfish 14500 Swordfish St. As Needed
79 Jackfish 14124 Jackfish St. As Needed
80 Verdemar 14501 Verdemar St. As Needed
81 Park Road 53 1 1 125 Park Road 53 As Needed
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
82 Tesoro 13618 Port Royal Ct. As Needed
Lift Lift Station Address Frequency
Station # Wet Wells
83 Aquarius 15000 Aquarius St. As Needed
84 Cumana 15600 Cumana St. As Needed
85 Co uina Bay 13921 Sea Pines Blvd. As Needed
86 Sea Pines 14192 Sea Pines Blvd. As Needed
87 Gypsy 15601 Gypsy St. As Needed
88 JFK Causeway II 13317 S.P.I.D. As Needed
89 West Point Crossing 5605 Old Brownsville Rd. As Needed
90 Everhart/Staples 780 Everhart Rd. As Needed
91 Country Club 6300 Everhart Rd. As Needed
92 Wooldridge 6610 Wooldridge Rd. As Needed
93 Williams 6602 Williams Dr. As Needed
94 Padre Island Section 4 14201 Whitecap Blvd. As Needed
95 Morgan/Brownlee 810 N. Brownlee Blvd. As Needed
96 Everhart/Staples 780 Everhart Rd. As Needed
97 Country Club 6300 Everhart Rd. As Needed
98 Wooldridge 6610 Wooldridge Rd. As Needed
99 Williams 6602 Williams Dr. As Needed
100 Sugar Tree 8050 S.P.I.D. As Needed
101 Arcadia 2221 S. Staples St. As Needed
102 Port/Pearse Port/Pearse As Needed
WWTP # WW Treatment Plant Address Frequency
(Wet Wells)
1 Broadway 801 Resaca St. As Needed
2 Oso 501 Nile Rd. As Needed
3 Greenwood 6541 Greenwood Dr. As Needed
4 Allison 4101 Allison Dr. As Needed
5 Laguna Madre 201 Jester St. As Needed
6 Whitecap 13409 Whitecap Blvd. As Needed
WWTP # WW Treatment Plant Address Qty Frequency
Clarifiers/Basins
1 Broadway 801 Resaca St. 2 Annual
2 Oso 501 Nile Rd. 8 Annual
3 Greenwood 6541 Greenwood Dr. 6 Annual
4 Allison 4101 Allison Dr. 2 Annual
5 Laguna Madre 201 Jester St. 2 Annual
6 Whitecap 13409 Whitecap Blvd. 2 Annual
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
1.5 Invoicing
A. All work will be invoiced and paid based on Attachment B - Schedule of
Pricing.
B. The Contractor shall submit invoices and a copy of the signed service report
electronically to UtilitiesDeptCcctexas.com and a hard copy to City of Corpus
Christi - Accounts Payable, Utilities Department, P.O. Box 9277, Corpus Christi,
TX 78469-9277.
C. Invoices submitted without the signed service report will not be processed for
payment until the Contractor provides the required information.
D. All invoices shall provide detailed information, including:
1 . Service Agreement No
2. PO Number
3. Service Address
4. Description of service work
5. Itemized list of charges, including qty of hours, labor rate, etc.
6. Third party invoices,(no mark-up) i.e., Equipment rental, if pre-approved
1.6 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 ensure it complies with the contract requirements.
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC - -it B - Bid/Pricing Schedule
SC
CITY OF CORPUS CHRISTI
H CONTRACTS AND PROCUREMENT
BID FORM
Ga �4p<Q RFB No.3978
1852 Preventative and Emergency Vactor Service
PAGE 1 OF 2
Date: 01/04/2022
Authorized
Bidder: ADK ENVIRONMENTAL, INC. Signature: JWCPY��AJz u tJ
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Invitation to quote, FOB Destination, Freight Included, on the following:
DESCRIPTION, UNIT C UNIT PRICE TOTAL PRICE
Labor
Regular Hours (M-F 8:OOAM-5:OOPM)
For Preventative Maintenance & HR 1 ,520 $ 150.00 $ 228,000.00
Emergency
Labor
After Hours (S:OOPM-B:OOAM, to
include holidays) HR 300 $ 180.00 $ 54,000.00
For Emergency Service
Miscellaneous Equipment
Emergency Allowance EA 1 $15,000.00 $15,000.00
*Requires City Approval
TOTAL $ 297,000.00
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
DESCRIPTION, UNITUNIT PRICE TOTAL PRICE
OTY
Labor
Regular Hours (M-F 8:OOAM-5:OOPM)
For Preventative Maintenance & HR 1 ,520 $ 160.00 $ 243,200.00
Emergency
Labor
After Hours (5:OOPM-8:OOAM, to
include holidays) HR 300 $ 192.00 $ 57,600.00
For Emergency Service
Miscellaneous Equipment
Emergency Allowance EA 1 $15,000.00 $15,000.00
*Requires City Approval
TOTAL $ 315,800.00
DESCRIPTION, UNIT UNIT PRICE � TOTAL PRICE
OTY
Labor
Regular Hours (M-F 8:OOAM-5:OOPM)
For Preventative Maintenance & HR 1 ,520 $ 165.00 $ 250,800.00
Emergency
Labor
After Hours (5:OOPM-8:OOAM, to
include holidays) HR 300 $ 198.00 $ 59,400.00
For Emergency Service
Miscellaneous Equipment
Emergency Allowance EA 1 $15,000.00 $15,000.00
*Requires City Approval
TOTAL $ 325,200.00
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
Attachment C- Insurance Requirements
CONTRACTOR'S LIABILITY INSURANCE
1 . Contractor must not commence work under this agreement until all insurance
required herein has been obtained and approved by the City's Risk Manager
or designee. Contractor must not allow any subcontractor to commence work
until all similar insurance required of the subcontractor has been so obtained.
2. Contractor must furnish to the City's Risk Manager and Contract Administrator,
one (1 ) copy of Certificates of Insurance with applicable policy endorsements
showing the following minimum coverage by an insurance company(s)
acceptable to the City's Risk Manager. The City must be listed as an additional
insured for the General Liability and Auto Liability policies by endorsement, and
a waiver of subrogation endorsement is required on GL, AL and WC if
applicable. Endorsements must be provided with Certificate of Insurance.
Project name and/or number must be listed in Description Box of Certificate of
Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
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 & Non-owned
3. Rented & Leased
WORKERS' COMPENSATION Statutory
Employer's Liability $500,000 / $500,000 / $500,000
POLLUTION LIABILITY $1,000,000 Per Occurrence
(Including Cleanup and Remediation)
3. In the event of accidents of any kind related to this project, Consultant must
furnish the Risk Manager with copies of all reports of such accidents within 10
days of the accident.
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
Additional Requirements -
1 . 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. An
All States endorsement shall be required if consultant is not domiciled in the
State of Texas.
2. 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.
3. Contractor shall be required to submit replacement Certificate of Insurance to
City at the address provided below within 10 days of any change made by the
Contractor or as requested by the City. 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 Management
P.O. Box 9277
Corpus Christi, TX 78469-9277
4. Contractor agrees that with respect to the above required insurance, all
insurance policies are to contain or be endorsed to contain the following
required provisions:
■ List the City and its officers, officials, employees, and volunteers, as additional
insureds by endorsement with regard to operations, completed operations
and activities of or on behalf of the named insured performed under
contract with the City, with the exception of the workers' compensation
policy.
■ Provide for an endorsement that the "other insurance" clause shall not apply
to the City of Corpus Christi where the City is an additional insured shown on
the policy;
■ Workers' compensation and employers' liability policies will provide a waiver
of subrogation in favor of the City; and
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
■ 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 ten calendar days advance written notice for nonpayment of
premium.
5. Within five 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.
6. In addition to any other remedies the City may have upon Contractor's failure
to provide and maintain any insurance or policy endorsements to the extent
and within the time herein required, the City shall have the right to order
Contractor to stop work hereunder, and/or withhold any payment(s) which
become due to Consultant hereunder until Contractor demonstrates
compliance with the requirements hereof.
7. Nothing herein contained shall be construed as limiting in any way the extent
to which Contractor may be held responsible for payments of damages to
persons or property resulting from Contractor's or its subcontractor's
performance of the work covered under this contract.
8. It is agreed that Contractor's insurance shall be deemed primary and non-
contributory with respect to any insurance or self-insurance carried by the City
of Corpus Christi for liability arising out of operations under this contract.
9. 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-C
Contracts for General Services -Services Performed Onsite-Pollution
05/10/2021 Risk Management - Legal Dept.
Revised 1 1.30.20
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
Attachment C - Bond Requirements
"No bonds required for this Agreement."
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
Attachment D - Warranty Requirements
"No manufacturer's warranty required for this Agreement."
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
ATTACHMENT E
WASTEWATER CONSENT DECREE
Special Conditions
Special Project procedures are required from the CONTRACTOR as specified herein. The
CONTRACTOR shall implement and maintain these procedures at the appropriate time,
prior to and during performance of the work.
The following special conditions and requirements shall apply to the Project:
I. Consent Decree Notice Provision—The City of Corpus Christi ("City"), the United
States of America and the State of Texas have entered into a Consent Decree in Civil
Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus
Christi in the United States District Court for the Southern District of Texas, Corpus
Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at
htps://www-cn.cctexas.co /sites/default/files/CC®Consent® ecree.pf
By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree.
II. Performance of work. CONTRACTOR agrees that any work under this Contract is
conditioned upon CONTRACTOR's performance of the Work in conformity with the
terms of the Consent Decree. All Work shall be performed in accordance with the Design
Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative
Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure
that construction, management, operation and maintenance of the Sewer Collection
System complies with the Clean Water Act. Work performed pursuant to this contract
is work that the City is required to perform pursuant to the terms of the Consent Decree.
In the event of any conflict between the terms and provisions of this Consent Decree
and any other terms and provisions of this Contract or the Contract Documents, the terms
and provisions of this Consent Decree shall prevail.
III. Retention of documents — CONTRACTOR shall retain and preserve all non-
identical copies of all documents, reports, research, analytical or other data, records or other
information of any kind or character (including documents, records, or other information
in electronic form) in its or its sub-contractors' or agents' possession or control, or that
come into its or its sub-contractors' or agents' possession or control, and that relate in
any manner to this contract, or the performance of any work described in this contract
(the "Information"). This retention requirement shall apply regardless of any contrary
DocuSign Envelope ID:8143FAA9-0660-4DOB-A137-3AE11 E9D22BC
city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's
sub-contractors and agents shall retain and shall not destroy any of the Information until
five years after the termination of the Consent Decree and with prior written authorization
from the City Attorney. CONTRACTOR shall provide the City with copies of any
documents, reports, analytical data, or other information required to be maintained at any
time upon request from the City.
IV. Liability for stipulated penalties — Article IX of the Consent Decree provides
that the United States of America, the United States Environmental Protection Agency
and the State of Texas may assess stipulated penalties including interest against the City
upon the occurrence of certain events. To the extent that CONTRACTOR or
CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the
assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall
pay to City the full amount of any stipulated penalty assessed against and paid by City that
is caused or contributed to in whole or in part by any action, failure to act, or failure to act
within the time required by any provision of this contract. CONTRACTOR shall also pay
to City all costs, attorney fees, expert witness fees and all other fees and expenses
incurred by City in connection with the assessment or payment of any such stipulated
penalties, or in contesting the assessment or payment of any such stipulated penalties.
In addition to any and all other remedies to which City may be entitled at law or in
equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed
and paid as stipulated penalties, and all associated costs, fees, or expenses from any
amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage
provided in the contract.