HomeMy WebLinkAboutC2025-010 - 1/28/2025 - Approved se
O SERVICE AGREEMENT NO. 6161
Meal Delivery Service For Parks & Recreation
0 p pAl EO
1
THIS Meal Delivery Service for Parks & Recreation Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Russell Paul James dba R & R Delivery Service ("Contractor"),
effective upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Meal Delivery Service for Parks &
Recreation in response to Request for Bid/Proposal No. 6161 ("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 shall provide Meal Delivery Service for Parks & Recreation
("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 indicated in
the Notice to Proceed issued by the Contract Administrator or the Procurement
Division. The parties may mutually renew the term of this Agreement for up to zero
additional zero-month 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 and prior to expiration of the term or
final Option Period, as applicable, continue on a month-to-month basis for up to
six months with pro rata compensation based on the monthly amount calculated
from the annual amount shown in Attachment B. During the month-to-month
period, either party may terminate the Agreement upon 30 days' advance written
notice to the other party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$738,000.00, subject to authorized amendments. Payment will be made 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
Service Agreement-R. James/R&R Delivery Page 1 of 8
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.
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, TX 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:
Liza Nino-Elizalde
Parks & Recreation Dept.
361-826-3026
LizaN@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.
(C) As a sole proprietor, no workers' compensation insurance shall be obtained
by the City covering the Contractor and any subcontracted personnel of the
Contractor. The Contractor shall comply with all workers' compensation laws
Service Agreement-R. James/R&R Delivery Page 2 of 8
applicable to the Contractor and pertaining to any person who may be
employed by the Contractor.
(D) The Contractor acknowledges, understands, and agrees that, as a non-
employee of the City, he is not entitled to participate in any of the City's employee
benefit programs nor are his spouse or any dependents of Contractor entitled to
participate.
(E) The Contractor further acknowledges, understands, and agrees that he will
perform the Services on City property, away from City property, or a mix of both,
as may be agreed upon by the Contract Administrator and the Contractor from
time to time. For the purpose of performing any of the Services on City property,
in lieu of the Contractor having workers' compensation coverage, the Contractor
agrees to execute the Release of Liability and Covenant Not to Sue instrument,
which is attached to this Agreement as Attachment D and the content of which,
as a completed instrument, is incorporated by reference into this Agreement as if
fully set out here in its entirety.
6. Purchase 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 order signed by an
authorized representative of the department or division. The purchase order must
reference this Agreement by title and assigned number, and Services must not be
rendered until the Contractor receives the signed purchase 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
an costs incurred including additional costs over the item's
open market and ,
p Y g
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, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products free
of any liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be warranted
by the Contractor or, if indicated in Attachment E by the manufacturer, for the
period stated in Attachment E, which is attached to this Agreement and its
Service Agreement-R. James/R&R Delivery Page 3 of 8
content incorporated by reference into this Agreement as if fully set out here in its
entirety.
(C) Contractor warrants that all Services will be performed in accordance with
the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform the Services and work
required by this Agreement as an independent contractor and shall furnish such
Services in its own manner and method; and under no circumstances or
conditions will any representative, agent, or employee of the Contractor be
considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor is permitted to enter
into subcontracts or utilize the services of subcontractors. Contractor shall ensure
that all subcontractors adhere to the requirements of this Agreement, including
the provisions that require obtaining and maintaining insurance coverages
required by this Agreement as well as providing proof of coverages to the City, as
set forth in Section 5. Contractor shall remain responsible for the obligations and
performance of the Services required to be provided and completed pursuant to
this Agreement to the same degree as if the Contractor had performed and
completed the Services.
13. Amendments. This Agreement may be amended or modified only in writing
executed by an authorized representative of each party.
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.
Service Agreement-R. James/R&R Delivery Page 4 of 8
15. Taxes. The Contractor covenants to pay all payroll taxes including, but not limited
to, Medicare, FICA, and unemployment taxes and all other taxes which may be
applicable to the performance of this Agreement. 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: Liza Nino-Elizalde, Contracts/Funds Administrator
Parks & Recreation Dept.
P.O. Box 9277, Corpus Christi, TX 78469-9277
Phone: 361-826-3026
Fax: 361-883-0676
IF TO CONTRACTOR:
Russell James dba R & R Delivery Service
Attn: Russell James
P.O. Box 71746, Corpus Christi, TX 78467
Phone: 830-275-0853
Fax: N/A
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS, AND DEFEND
THE C►TY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES') FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SU►TS, 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 TH►S AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, 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
Service Agreement-R, James/R&R Delivery Page 5 of 8
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 provided, the City may
immediately terminate this Agreement.
(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.
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 any 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, rule, or regulation, 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:
Service Agreement-R. James/R&R Delivery Page 6 of 8
A. this Agreement (excluding attachments and exhibits);
B. its attachments, followed by its exhibits;
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 forum for
such disputes is the appropriate district or county court in 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.
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-R. James/R&R Delivery Page 7 of 8
CONTRACTOR
Signature: b
Printed Name: 1 ,UU S 5e:u— JA Pi
Date: ( — 1 —-D-5
CITY OF CORPUS CHRISTI
Sergio"las�(Feb 11,z�csr) M 2025-009
Authorized by
Sergio Villasana
Director, Finance & Procurement Council 1/28/2025
Date: 02/11/2025 kl fSE
RHSB
Approved as to form: ATTEST:
Clizabeth ffandley 02/07/2025 Rebecca Ifuo&a
Elizabeth Hundley(Feb 7,2025 20:06 CST) Rebecca Huerta(Feb 11,2025 15:53 CST)
Assistant City Attorney Date Rebecca Huerta
City Secretary
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Release of Liability and Covenant Not to Sue
Attachment E: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 6161
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement-R. James/R&R Delivery Page 8 of 8
Attachment A - Scope of Work
1.1 General Requirements/Background Information
The Contractor shall provide meal delivery services for the Parks and
Recreation Elderly Nutrition Program - Home Delivered Meals Program as
outlined in this Scope of Work. The Elderly Nutrition Program is administered by
the Elderly Nutrition Services Program, a division of the Parks and Recreation
Department of the City. The meal delivery service for the Elderly Nutrition
Program - Home Delivered Meals is for three years.
1.2 Scope of Work
A. The City will be responsible for providing the Contractor with sufficient meals
packed and ready for shipping with a route specifying the name and
address of the recipient daily no later than 9:30am.
B. The Contractor will load the meals into the delivery vehicle, deliver the meals
to each home, hand the meals directly to the recipient at the door or request
permission to enter the home and conveniently place the meal in a
designated area and assist the recipient in opening the meal, if needed. It is
the responsibility of the driver to initiate direct verbal and visual contact with
the recipient each day when the meal is delivered to the home.
Additional meal delivery procedures may be implemented by the City to
ensure health and safety of delivery drivers and/or recipients.
C. The Contractor will deliver approximately 600 meals each day to
participating residents for a twelve-month period consisting of 250 days to be
delivered between the hours of 10:30am and 1:30pm Monday through Friday
as outlined in Exhibit A - 2025 Elderly Nutrition Program - Home Delivery
Calendar.
D. Training: Elderly Nutrition Program - Home Delivered Meals - The Contractor
and City will provide training for driver in areas of meal delivery operations,
client confidentiality procedures, handling emergency situations, sanitary
methods for delivering meals, general knowledge and techniques of working
with aged and disabled individuals. Training will be conducted by the
Contractor on a quarterly basis and should be documented by the
Contractor for Elderly Nutrition services Program files.
E. Hiring of Contractors Employees: The Contractor will ensure that drivers meet
the following requirements prior to issuing them a route assignment:
a. Valid Texas Driver's License
b. Minimum State Requirement of vehicle insurance coverage
Revised 1 1.30.20
c. General knowledge of Corpus Christi Limits
d. Knowledge of Elderly Nutrition Program meal delivery routes
e. The driver must have a valid Corpus Christi/Nueces County Health
Department Food Handlers Permit prior to delivering meals.
f. All employees are required to complete a basic First Aid/CPR
Certification within 60 days of employment
g. The Contractor must provide written documentation and maintain
records of conducting employee background checks prior to
performing work for the City as mandated by the Texas Health and
Human Services and Texas Department of Agricultural for the following:
i. The Contractor will obtain a criminal history on each driver
directly or through a public agency for a Criminal History record
of the applicant through Department of Public Safety.
ii. The Contractor will obtain an Employee Misconduct Registry
online through the List of Excluded Individuals/Entities (LEIE)
maintained by the United States Department of Health and
Human Services Commission.
iii. The Contractor must obtain a Nurse Aide Misconduct Registry
online through the LEIE, maintained by the United States
Department of Health and Human Services Commission, Office
of the Inspector General.
F. The Contractor's employees must adhere to the following:
a. Employees must pass background checks prior to employment. The
Contractor will conduct an Employee Misconduct Registry and the
Nurse Aide Registry monthly while employed.
b. Must wear a picture style identification badge on the upper outer
garment when delivering meals. Such badge shall be approved by the
Contract Administrator or designee.
c. Must comply with professional dress code requirements. Workplace
attire should reflect a professional image. Clothing such as halter tops,
tank tops, strapless tops, tops with spaghetti straps, sweatshirts, wind
suits, athletic clothing, spandex, leggings, skorts, and pants above the
mid-calf length are not appropriate. Walking shorts are allowed, the
hem should not be higher than 3 inches above the knee.
d. Clothing should not distract, be offensive, or reveal areas of the body
such as abdomen, chest, upper thighs, or buttocks area. Clothing
should not be excessively tight fitting or provocative.
Revised 1 1.30.20
e. Dress, accessories and jewelry which contain obscene symbols, signs
or slogans, and/or which slur or degrade based on race, religion,
ethnicity, sex, disability, or sexual orientation, contain language or
symbols supporting sex, drugs, alcohol, or tobacco, and impose a
threat of imminent violence are not allowed.
f. Clothes shall be sufficient to conceal undergarments at all times.See-through
fabrics, sheer, fishnet fabrics (clothing with large holes), halter tops, off the
shoulder, low cut tops, and bare midriffs are not allowed. See through shirts
may be worn with t-shorts that meet dress code.
g. Sagging and/or baggy pants must not be worn. Pants need to be
properly fitted and/or worn with a belt. Pants may not drag on or touch
the ground. Jeans with holes, tears, and/or frays including ragged
hems should not be worn. "Low Rise or "Hip Hugger" style jeans are
prohibited.
h. Additional inappropriate items that should not be worn are, shoes
known as thongs, slippers, "Crocs" or similar plastic clog design, water
shoes, beach sandals, and flip-flops.
i. All other requirements as per Elderly Nutrition Program Home Delivery
Meal Training Handbook for drivers.
G. The Contractor will provide a Home Delivery Meal (HDM) Route Supervisor to
be housed at the Nutrition Education Services Center, Monday through
Friday from 8:00am until all drivers return to the kitchen. The responsibilities of
the HDM Supervisor are as follows:
a. Verify daily route charts for accuracy before drivers arrive (i.e., pick up
cancellation/reservation route sheets for any documentation)
b. Addressing Contractor's employee issues (i.e., drivers calling in sick,
training, etc.)
c. Calling back up drivers to fill in when necessary. The Route Supervisor
may not serve as a designated back-up driver
In the event there is a driver shortage, the Route Supervisor will notify
the City by 9am that morning for City Staff to provide support if
needed.
d. Assist in packing route meals and milk to verify accuracy.
e. Assist in troubleshooting calls from drivers.
f. Verify Route Sheets daily.
g. Submit daily Total Route Sheet reservations for the next serving day by
1:30 pm to City staff.
Revised 1 1.30.20
h. Complete and submit weekly Summary Report to the Contract
Administrator or designee by 4:00pm on Fridays.
1.3 Delivery Requirements
A. Meals will be packed at the Central Kitchen by the Contractor and must be
kept in the holding containers provided by the Contractor until the meal is
delivered to the recipient. To prevent a fluctuation in meal temperatures,
drivers will not transfer packed meals from the original holding containers into
private or personal holding containers.
B. The Contractor will replace broken or misused holding containers in a timely
manner.
C. The Contractor will provide twelve food carts for loading meals on to the
delivery vehicle. Hot and cold food will be maintained as per Texas Health and
Human Services standards for the Elderly Nutrition Program throughout the
transport (For example: milk will be kept in the cooler always packed in ice
until delivered).
D. For the Elderly Nutrition Program-Home Delivered Meals, the Contractor will
deliver a specified number of frozen meals to designated recipients along with
the hot meals as client/recipients service plans require.
E. Each driver will complete their route within a two-hour to three-hour window,
commencing from pick up time to the time they return to the kitchen.
F. Meals delivered after the three-hour window will be billed at a half rate and
any meal delivered after 3.25 hours will be returned to the kitchen and will not
be billed to the City of Corpus Christi's Senior Community Services Division.
G. The driver will log the delivery time to the first and last delivery to recipients.
H. The driver will verify the meals packed for delivery as per the daily route sheet
to assure accuracy. If a driver is short a meal(s) they will be responsible for
returning to the kitchen and delivering the meal to the recipient (i.e., a driver
fails to count the meals before leaving the kitchen or a driver delivers a meal
to a client who was marked "off" the route sheet). The City will be responsible
for delivering the meal if it was the fault of the City; (i.e., the City fails to properly
document a cancellation or omits to add a recipient on the route). The
payment reduction will not apply to meal shortages resulting from
documentation errors made by City Staff.
I. All meals will be delivered in an enclosed vehicle without exception to this
requirement (i.e., meals will not be placed in the back of a pickup truck that
Revised 1 1.30.20
does not have a shell). Vehicles must comply with safety, Health Department,
Texas Health and Human Services (Elderly Nutrition Program) standards and
must be properly maintained.
J. The Contractor will maintain approximately 10 routes consisting of
approximately 55 stops each. The number of routes is contingent on the
number of routes in the service area. Changes to routes will be only made
with prior City management approval.
K. The Contractor will return all undelivered meals (i.e., tray, condiments, milk,
etc.) and equipment to the kitchen, along with a locked money box used by
the driver to collect any donations made by the recipients.
L. An additional meal will be delivered prior to the following designated holidays:
New Year's Day, Martin Luther King Jr. Day, Memorial Day, Fourth of July, Labor
Day, Thanksgiving Day, Christmas Day, and one other Holiday designated by
the Corpus Christi City Council. Contractor will deliver meals on designated
staff in-service dates to be held each quarter.
1.4 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.
1.5 Special Instructions
A. NO SOLICITATION: Drivers must not solicit or accept gifts, favors, tips, or any
other items in value from a recipient or other person on behalf of the recipient
in connection with the services rendered under the contract.
B. NOTIFICATION: Elderly Nutrition Program - Home Delivered Meal drivers must
immediately notify an employee of the Senior Community Services of any
safety, health, or fire hazards observed in the recipient's home. Any significant
changes observed in the recipient's physical or mental condition must also be
reported immediately. In addition, Contractor is to report when previous day's
food is found uneaten and/or where it was left the previous day, the recipient
cannot be found, and suspension of services has not been authorized.
C. ESSENTIAL SERVICES DURING SEVERE WEATHER EVENTS AND OTHER EMERGENCY
SITUATIONS: The availability of Contractor to maintain meal delivery before,
during, and after an emergency as requested by the City to provide for the
health, safety, and well-being of the home delivery recipient. City staff will
inform Contractor of readiness levels as conditions warrant. Contractor will
provide Emergency Plan for continuation of service.
Revised 1 1.30.20
EXHIBIT A
2025
W 1 V S 7,2
P. 1' ,V '1 F a a h7 1 W T F S
1 2 3 4 1 1
6 6 7 B 9 10 11 4 5 6 1" B 2 1 4 5 6 7 3
12 13 14 16 16 17 7€ 0 10 11 12 13 14 '16 9 10 11 12 13 14 16
19 20 21 22 23 24 25 3 17 IB 19 20 21 22 1 to 19 20 kl 22
26 27 2B 29 30 31 `'3 24 25 26 27 28 2y 24 15 26 27 28 29
t10 31
i.1 T W T F 8 S ri T w T F S 5 M T W T F S
1 2 3 4 5 1 2 3 # 2 3 4 5 6 7
6 7 8 9 10 11 12 A 5 6 7 8 9 `10 11 5 10 11 12 13 14
13 14 19 16 17 18 15 11 12 13 14 15 16 17 lfi 16 17 16 19 20 29
0 21 22 23 24 25 26 15 19 20 21 22 23 21 22 23 24 25 26 27 26
27 28 20 34 95 26 27 28 29 30 31 29 30
S hl T W T > S P,1 T V'1 T F S ISMO,,
T W T 1' S
1 2 3 4 5 1 2 1 2 3 4 5 6
9 10 11 12 3 4 5 6 7 8 9 7 B 9 10 11 i2 18
13 14 15 16 17 18 19 7b 11 12 13 14 i5 7Ci M 15 16 17 18 19 20
2t7 21 22 23 24 25 20 '17 16 19 20 21 22 23 21 22 23 24 25 26 27
27 29 29 30 3f ',}J 25 26 27 29 29 40 78 29 30
31
r • . :
7-qp!l
TW1- 1= S aPd 'f VV T F 8 S PA TWIFS
12 3 q 1 1 2 3 4 5 U
6 b 7 8 9 10 11 2 3 1 6 6 7 6 7 8 9 10 11 12 13
12 13 1,1 15 16 17 '18 9 10 11 12 13 14 16 14 15 16 17 18 19 20
19 20 21 22 23 24 25 16 17 18 19 20 21 22 2'1 22 23 24 25 26 27
26 27 2B 29 30 31 23 24 25 2G 27 29 29� 28 29 30 31—
v�
Revised 11.30.20
vs cr
Attachment B - Bid/Pricing Schedule
oar CITY OF CORPUS CHRISTI
0 FINANCE & PROCUREMENT
BID FORM
HCo n
1e52 RFB NO. 6161
MEAL DELIVERY SERVICES FOR PARKS & RECREATION
Date: PAGEIOFI
i
p Authorized Q
Bidder: I` ��I-IU��'�� �j� ��'Ic�' Signature:
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item. j
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. i
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Finance & 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.
ITEM DESC�IPTIQN '; UNIT,. , (STY ,� `UNIT PRICE TOTAL.PR(C.r E
Elderly Nutrition Program - ( �, �y 3 000
Yr. 1 Home Delivered Meals Meal 150,000
Elderly Nutrition Program - I y Z((� 0 0 0
Yr. 2 Home Delivered Meals Meal 150,000
Elderly Nutrition Program - I �^ �� a a 0
Yr. 3 Home Delivered Meals Meal 150,000 '
GRAND TO.TAI.
i
i
i
ATTACHMENT C -INSURANCE AND BOND REQUIREMENTS
INSURANCE REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. 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.
B. 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 on 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 including: $1,000,000 Per Occurrence
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
1. Owned Limit
2. Hired and Non-Owned
3. Rented/Leased
WORKERS'S COMPENSATION Statutory
Employers Liability $500,000/$500,000/$500,000
C. In the event of accidents of any kind related to this contract, 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
policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in statutory amounts according to
the Texas Department of Insurance, Division of Workers' Compensation. An All States
Endorsement shall be required if Contractor is not domiciled in the State of Texas.
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 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
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, 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
• Provide thirty (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 (10) calendar days advance written notice for nonpayment of premium.
E. Within five (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 stop work hereunder,
and/or withhold any payments) 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 contract.
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 contract.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this contract.
There are no Bond Requirements for this Service Agreement.
2024 Insurance Requirements
Purchasing - Parks & Rec
Meal Delivery Service for Elderly Nutrition Program and Summer Youth Feeding Program
09/01/2024 Risk Management- Legal Depf.
ATTACHMENT D
RELEASE OF LIABILITY AND COVENANT NOT TO SUE
STATE OF TEXAS §
COUNTY OF NUECES §
This release of liability and covenant not to sue ("Release") is executed on the date indicated
below and is entered into for the purpose of releasing the City of Corpus Christi and its officers, officials,
employees, representatives, agents, and volunteers (collectively, the "City") from any and all liability
whatsoever arising out of, caused by, or in any way connected with, either proximately or remotely,
wholly or in part, participation by Russell Paul James ("Contractor"), an individual, in providing services
to and for the City, which is the subject of the attached contractual agreement ("Agreement") between
the City and Russell Paul James.
This Release serves to relinquish and forever waive certain legal rights to which Contractor may be
entitled by law or in equity. As such, Contractor is encouraged to consult with an attorney of his/her
own choosing and at Contractor's sole expense prior to signing this document; however, Contractor
may voluntarily choose to sign this Release without obtaining such consultation.
I, Russell Paul James/Contractor, in exchange for the City allowing me to forego the condition
of providing workers' compensation insurance coverage (which includes covering myself or obtaining
a separate health policy covering myself) as a requirement of the Agreement, do hereby voluntarily
enter into the following covenants:
1. I acknowledge that the capacity in which I will be participating in the Agreement is
that of an independent contractor and not as an employee or agent of the City. I further
understand that, as an independent contractor, I will receive no workers' compensation
benefits, health benefits, disability benefits, nor other insurance benefits of any kind which
might be available to full-time employees of the City and that, as an independent
contractor, I am fully responsible for incurring the cost of and paying for any medical
services that I may require during the term of the Agreement;
2. 1 acknowledge and understand that there may be risks involved in participating in
the Agreement, I voluntarily and knowingly assume any and all such risks, and I shall rely
solely on myself and not the City in determining what those risks are and the extent of
and exposure to the risks involved. I understand and agree that I am participating in this
Agreement at my own risk, and I hereby release, waive, and in all ways relinquish any
and all present and future claim(s) against the City that I, my heirs, successors, permitted
assigns, or any other person or entity (as used collectively here and hereinafter as "I")
may assert, have, or acquire as a result of any bodily injury (including serious injury
resulting in death), property damage, or loss of any kind whatsoever to myself or to my
real or personal property arising out of, resulting from, or in any way connected with my
participation in the Agreement between myself and the City;
3. 1 hereby release the City from all liability and waive and relinquish any and all such
claims which may arise, and I further covenant not to file any lawsuits against nor join in
any lawsuits with others to sue the City for any such claim, injury, loss, damage, or
expense from participating in the Agreement regardless of whether the same may arise,
Page 1 of 2
result from, or be caused by any negligence or gross negligence of the City;
4. 1 acknowledge that the services I provide pursuant to the Agreement may occur on
real property located in the City of Corpus Christi, Nueces County, Texas, and that may
be owned, leased, controlled, or managed by the City. Further, I acknowledge that my
services under the Agreement may, at times, be performed with tools, equipment, and
other personal property owned, leased, controlled, or managed by the City. By execution
of this Release, it is my express intention to completely absolve the City of all potential
liability caused by, arising out of, or incident to my performance of services on City real
property and that may be performed with tools, equipment, or other personal property of
the City;
5. 1 desire and agree that this Release shall apply to any and all activities during or in
any way connected with my individual participation in the Agreement and my performance
under such Agreement;
6. 1 agree that this Release shall be governed by and be enforceable under the laws
of the State of Texas. Venue shall lie in Nueces County, Texas, where the Agreement is
performed and my services are provided;
7. 1 acknowledge and fully understand that I am required by State law to provide
workers' compensation coverage for any person(s) that I employ who participate in
providing or performing any of the services under the Agreement and agree to so obtain
the required workers' compensation coverage as mandated under this Agreement; and
8. 1 hereby acknowledge that I have been informed in writing that I may consult an
attorney prior to signing this Release. I have carefully and thoroughly read the foregoing
provisions of this Release of Liability and Covenant Not to Sue and, intending to be legally
bound, voluntarily accept each of its terms and conditions and willingly agree to the
covenants to which I am bound.
EXECUTED this day of J�Nya � , 2025.
Russell Paul James
STATE OF TEXAS §
COUNTY OF NUECES §
This instrument was acknowledged before me one Vj 2025, by Russell
Paul James.
Notary Public's Signature
co
/i%�����••....•• ��� Page 2 of 2
��llllllllll
ATTACHMENT E-WARRANTY REQUIREMENTS
No warranty is required for this Service Agreement.