Loading...
HomeMy WebLinkAboutC2023-160 - 8/15/2023 - Approved DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 113S c SERVICE AGREEMENT NO. 4682 Arbitrage Compliance Services f'anwo�alev 1852 THIS Arbitrage Compliance Services Agreement (''Agreement'') is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Arbitrage Compliance Specialists, Inc. ("Contractor''), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Arbitrage Compliance Services in response to Request for Bid/Proposal No. 4682 ("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 Arbitrage Compliance Services ("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 five 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 $83,470.00, subject to approved extensions and changes. Payment will be made Service Agreement Standard Form Page 1 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 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: Judy Ann Villalon Finance Department Phone: 361-826-3651 judyavCcctexas.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 Service Agreement Standard Form Page 2 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 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. 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. Service Agreement Standard Form Page 3 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 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. 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: Judy Ann Villalon City Treasurer 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361-826-3651 Fax: 361-826-3601 IF TO CONTRACTOR: Arbitrage Compliance Specialists, Inc. Attn: Doug Pahnke President 6041 S. Syracuse Way, #310, Greenwood Village, CO 801 1 1 Phone: 303-867-7526 Service Agreement Standard Form Page 4 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 Fax: 800-756-6505 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 Page 5 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 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 Page 6 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 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. Service Agreement Standard Form Page 7 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 CONTRACTOR DocuSigned by: Signature: L06 4 PaLAkt, Q 0 Printed Name: Doug Pahnke Title: President Date: 6/30/2023 M2023-119 Authorized By Council 8/15/2023 CITY OF CORPUS CHRISTI DS DocuSigned by: Er �/s is 14 Josh ron rey Assistant Director of Finance - Procurement 8/18/2023 ATTEST: Date: Docu3ig ned by: Attached and Incorporated by Reference: L� Attachment A: Scope of Work Rebecca Huerta Attachment B: Bid/Pricing Schedule City Secretary Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit l : RFB/RFP No. 4682 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 8 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 Attachment A: Scope of Work 1.1 General Requirements The Contractor shall provide Arbitrage Compliance Services as required to ensure compliance with Section 148 of the Tax Code and Treasury regulations as amended, and assist the City in the event of an Internal Revenue Service (IRS) inquiry or audit related to arbitrage issues. The City is required to calculate interest earned on invested tax-exempted bond proceeds fund balances to determine the arbitrage rebate amount due to the IRS. The purpose of this scope is to establish parameters within which the Contractor is to provide Arbitrage Rebate Compliance Services related to reviewing the City's tax-exempt debt service funds, debts service reserve funds, capital projects funds, and other funds, into which tax exempt proceeds may be been deposited. 1.2 Scope of Work A. The Contractor shall perform all required calculations including a calculation of arbitrage yield, arbitrage liability and yield restriction requirements not less than annually for each issue of outstanding obligations of the City. B. The Contractor shall create and maintain records necessary to determine arbitrage liability, if any, on outstanding obligations of the City. C. The Contractor shall review reports of investment and expenditure of bond proceeds as necessary to ensure compliance with the IRS. D. The Contractor shall assist the City in preparing or causing to be prepared any schedules, reports, or records necessary to perform or support a calculation of arbitrage liability. E. The Contractor shall provide the City a report of the calculations (including supporting documentation) of arbitrage liability within 90 days after the end of the fiscal year (fiscal year ends September 30). F. The Contractor shall prepare transmittals and forms necessary to report and pay arbitrage liability on time. G. The Contractor shall assist the City in providing information and guidance to the City's client agencies as may be necessary from time to time to DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 improve record-keeping and monitoring required for compliance with the IRS. H. The Contractor shall provide advice and recommendations to the City concerning unique or extraordinary compliance issues that may arise from time to time. I. The Contractor shall review opportunities and recommend options to minimize existing liabilities or increase retainable earnings. J. The Contractor shall provide updates to staff regarding changes to IRS regulations regarding arbitrage rebate. K. The Contractor shall analyze and prepare post issuance financial calculations (arbitrage) to ensure compliance with IRS regulations. 1.3 IRS Inquire or Audit Assistance The Contractor shall assist and represent the City as necessary in the event of an IRS inquiry or audit. This work will be compensated on a loaded hourly rate basis. The loaded rate includes all compensation for these services. No additional costs will be allowed. 1.4 Special Information A. Bond proceeds are commingled. B. Bond proceeds are managed by the City and invested in compliance with the City's Investment Policy. C. Reports are current for all bond issuances and will be available for review. All necessary information will be provided for the awarded Contractor. DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 amus c� Attachment B: Bid/Pricing Schedule w CITY OF CORPUS CHRISTI H Pricing Form CONTRACTS AND PROCUREMENT 1852 RFP No. 4682 Arbitrage Compliance Services PAGE 1 OF 2 DATE: May 2, 2023 Arbitrage Compliance Specialists, Inc. wik441 PROPOSER AUTHORIIED SIGNATURE 1. Refer to "Instructions to Proposers" and Contract Terms and Conditions before completing proposal. 2. Provide your best price for each item. 3. In submitting this proposal, Proposer certifies that: a. the prices in this proposal have been arrived at independently, without consultation, communication, or agreement with any other Proposer or competitor, for the purpose of restricting competition with regard to prices; b. Proposer 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. Proposer has incorporated any changes issued through Addenda to the RFP in this pricing. Item Delivery Size Issue Description Unit Cost Cost Cost Cost Cost Date Year 1 Year 2 Year 3 Year 4 Year 5 1 2/23/2012 7,390,000 2012 PPFCO EA None,pro eeds spent 3nd debt se ice is bona- de 2 8/2/2012 29,075,000 2012 Seawall Project EA Not req'd. Not req'd. Not req'd. $495.00 Not req'd. 3 9/27/2012 8,340,000 2012A Improv Airport Ref GO EA $495.00 matured matured matured matured 4 12/27/2012 90,770,000 2012A Junior Lien Rev Refd EA $495.00 $495.00 $495.00 $495.00 $495.00 5 12/27/2012 58,815,000 2012A.5 Utl Junior Lien Rev Refdg EA See item#4 fee,all bonds part of tsame"issu " 6 12/27/2012 69,085,000 2012B Utl Junior Lien Ref Ref EA See item#4 fee all bo ids part of tsame"issu " 7 7/31/2013 82,025,000 2013 Improv GO EA $495.00 matured matured matured matured 8 12/19/2013 97,930,000 2013 Utl Improvement Bonds Jr Lien EA $495.00 $495.00 $495.00 $495.00 matured 9 2/6/2014 30,555,000 2014 Arena Project EA $495.00 1 $495.00 $495.00 matured matured 10 5/16/2014 9,000,000 2014 PPFCO EA $495.00 $495.00 $495.00 $495.00 matured 11 10/1/2015 61,015,000 2015 Gen Im ry Refdg Bond EA $495.00 $495.00 $495.00 $495.00 $495.00 12 8/27/2015 90,520,000 2015 General Improvement EA $495.00 $495.00 $495.00 $495.00 $495.00 13 1/15/2015 2,600,000 2015 Marina Rev Taxable EA Not re 'd. Not re 'd. Not re 'd. Not re 'd. Not re 'd. 14 9/15/2015 62,785,000 2015 NRA EA $350.00 $350.00 $350.00 $350.00 $350.00 15 10/1/2015 10,020,000 2015 Taxable CO Landfill EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. 16 1 4/23/2015 93,600,000 2015A Utility Jr Lien Rev EA $495.00 $495.00 $495.00 $495.00 $495.00 17 7/22/2015 101,385,000 2015C Utl Jr Lien Revenue EA $495.00 $495.00 $495.00 $495.00 $495.00 18 7/22/2015 46,990,000 2015D Util Jr Lien Rev Refdg EA See item#17 fee,all bonds part oft a same"is e" 19 1/14/2016 2,000,000 2016 Facility CO EA $495.00 $495.00 $495.00 $495.00 $495.00 20 7/1/2016 16,130,000 2016 Gen Im ry Refdg Bonds EA $495.00 $495.00 $495.00 $495.00 $495.00 21 8/25/2016 80,415,000 2016 Util Jr Lien Refd EA $495.00 495.00 $495.00 $495.00 $495.00 22 8/11/2016 16,430,000 2016A Tax&Limited Pledge CO EA See item 20 fee,all bonds part oft a same"iss e" 23 12/5/2016 7,365,000 2016A General Improvement EA $495.00 $495.00 $495.00 $495.00 matured Refunding TMPC 24 8/23/2017 2,500,000 2017 Comb Tax&Limited Pldg EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. Revenue CO-Landfill 25 5/2/2017 51,215,000 2017 Utl Jr Lien Rev Refdg Bonds- EA $495.00 $495.00 $495.00 $495.00 $495.00 TWDB 26 12/21/2017 2,750,000 2017 Jr Ln Rev Imp TWDB SWIRFT EA $495.00 495.00 495.00 1 matured matured 27 6/14/2018 16,355,000 2018 General Improvement EA 495.00 495.00 495.00 495.00 $495.00 28 6/14/2018 14,315,000 2018A Tax&Ltd Pld CO-Street EA See item 127 fee all b nds part oft the same"iss e' DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 29 6/14/2018 7,490,000 2018B Tax&Ltd PIdg CO-Landfill EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. 30 3/1/2018 34,835,000 2018 Utl Sub Ln Rev Refdg TWDB EA $495.00 $495.00 $495.00 $495.00 $495.00 31 9/30/2019 8,740,000 2019A General Imp Refdg EA $495.00 $495.00 $495.00 $495.00 $495.00 32 9/30/2019 3,900,000 20196 General Imp Refdg,Taxable- EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. Airport 33 9/15/2019 93,425,000 2019 Utility Sys Jr Lien Rev Imp& EA $495.00 $495.00 $495.00 $495.00 $495.00 Refdg 1 1 34 7/15/2020 80,385,000 2020A General Imp EA $495.00 $495.00 $495.00 $495.00 $495.00 35 7/22/2020 133,765,000 2020A Utl Jr Ln Rev Imp&Refdg EA $495.00 $495.00 $495.00 $495.00 $495.00 36 12/2/2020 26,595,000 2020B General Imp Refdg EA See item 434 fee,all bonds part of t e same"iSSL e" 37 7/22/2020 183,635,000 2020B Utl Jr Ln Rev Refdg taxable EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. 38 7/15/2020 67,320,000 2020C General Imp Refdg,taxable EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. 39 11/10/2020 11,425,000 2020C Utl Jr Ln Rev Imp TWDB EA $495.00 $495.00 $495.00 $495.00 $495.00 SWI RFT 1 1 40 9/22/2021 8,485,000 2021A Comb Tax&Ltd PIdg Rev CO EA $495.00 $495.00 $495.00 $495.00 $495.00 41 3/29/2021 35,000,000 2021A Utl Jr Ln Revenue Notes EA $495.00 $495.00 $495.00 $495.00 $495.00 42 9/22/2021 8,940,000 2021 B Comb Tax&Ltd PIdg CO, EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. taxable 43 9/22/2021 40,040,000 2021C General Imp Refdg,taxable EA Not req'd. Not req'd. Not req'd. _ Not req'd. Not req'd. 44 12/8/2021 10,265,000 2021 D General Imp Refdg EA See item 4 40 fee,all bonds part oft e same"iSSL e" 45 9/22/2021 1,985,000 2021E General Imp Refdg(AIVIT) EA $495.00 $495.00 $495.00 $495.00 $495.00 46 6/22/2022 3,561,000 2022A Utl Jr Ln Rev Imp(TWDB EA CWSRF) $495.00 $495.00 $495.00 $495.00 $495.00 47 7/27/2022 10,205,000 2022A Comb Tax&Ltd PI g Rev CO EA $495.00 $495.00 $495.00 $495.00 $495.00 48 7/27/2022 92,465,000 2022B Utl Jr Ln Rev Imp EA $495.00 1 $495.00 $495.00 $495.00 $495.00 49 7/27/2022 9,160,000 20226 Comb Tax&Ltd PIg Rev CO, EA Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. taxable 50 7/27/2022 36,365,000 2022C General Improvement EA See item 4 47 fee,all b nds part of t e same"iSSL e" 51 3/15/2023 9,510,000 2023 CCBJD Sales Tax Revenue EA RefundinBonds,taxable Not req'd. Not req'd. Not req'd. Not req'd. Not req'd. g I Total Per Year, 1 $14,705 1 $13,715 1 $13,715 $13,220 $11,240 Item Description Unit of Measure Loaded Rate Years 1 -5 52 Loaded Hourly Rate for Assistance with IRS Related Issues- 25 Hours per year $0.00(for reports completed by ACS) As needed $135/hr.(for reports not completed by ACS) *Please Note:The"Total Per Year"columns do not include any contingency for any future bond issues that the City will also want to be calculated.Any future bonds issued will also have a$495 per bond,per year fee. DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 Attachment C: Insurance and Bond Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this contract until all insurance required has been obtained-and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer a 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. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) $2,000,000 Aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be at or prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. 3. In the event of accidents of any kind related to this contract, Contractor shall furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. B. ADDITIONAL REQUIREMENTS 1 . 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 at least A- with a Financial Size Category of Class VII or higher. 2. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 P.O. Box 9277 Corpus Christi, TX 78469-9277 3. Certificate of insurance shall specify that at least 30 calendar days advance written notice will be provided 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. 4. 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. 5. 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 Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 6. 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. 7. 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. 8. The insurance required is in addition to and separate from any other obligation contained in this contract. 2023 Insurance Requirements Ins. Req. Exhibit 3-H Professional Services - Other Professional Services O1/01/2023 Risk Management - Legal Dept. No Bonds are required for this service agreement. DocuSign Envelope ID: F3164AAl-1 B05-4F26-B59C-752D94545E55 Attachment D: Warranty Requirements No warranty is required for this service. Page 1 of 1