HomeMy WebLinkAboutC2025-083 - 5/13/2025 - Approved se
o SERVICE AGREEMENT NO. 6248
Preventative Maintenance and Emergency Vactor Services
yonronnEO
Ys�2
THIS Preventative Maintenance and Emergency Vactor Services 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 Maintenance and
Emergency Vactor Services in response to Request for Bid/Proposal No. 6248
("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. Contractorwill provide Preventative Maintenance and Emergency Vactor
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 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
$255,000.00, subject to approved extensions and changes. Payment will be made
Service Agreement Standard Form-Consent Decree Page 1 of 8
Approved as to Legal Form October 29, 2021
r
for Services provided 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:
Name: Amanda Howard
Department: Corpus Christi Water
Phone: (361 ) 826-1894
Emai: AmandaCCcctexas.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-Consent Decree Page 2 of 8
Approved as to Legal Form October 29, 2021
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-Consent Decree Page 3 of 8
Approved as to Legal Form October 29, 2021
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September 30t" 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: Amanda Howard, Contract/Funds Administrator
Department: Corpus Christi Water
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: 361-826-1894
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
Service Agreement Standard Form-Consent Decree Page 4 of 8
Approved as to Legal Form October 29, 2021
Fax: N/A
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
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
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
CONTRACTOR
fin
Signature: Sharon Kastner(May 6,2025 09:18 CDT)
Printed Name: Sharon Kastner
-Title: President
Date: 05/06/2025 M2025-055 !.u_ 1icri7ecl S,
CcunciL 5/13/2025
CITY OF CORPUS CHRISTI Rf sU
S&,
A�� z/4g��
Sergio Vi asana(May 19,2025 14:23 CDT)
Sergio Villasana
Director, Finance & Procurement
05/19/2025 APPROVED AS tTIO" LEGAL FORM:
FORM:
Date: -bet�hHun &wy fy,2U2514:48CDT) 05/16/2025
EliAttached and Incorporated by Reference: Assistant City Attorney Date
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Attachment E: Consent Decree Requirements
ATTEST:
Incorporated by Reference Only: Rebecca 1fgel-ta
Exhibit l : RFB/RFP No. 6248 Rebecca Huerta(May 21,2025 13:42 CDT)
Exhibit 2: Contractor's Bid/Proposal Response Rebecca H"er[a
City Secretary
Service Agreement Standard Form-Consent Decree Approved Page 8 of 8
as to Legal Form October 29, 2021
ATTACHMENT A: SCOPE OF WORK
1.1 General Requirements/Background Information
A. The Contractor shall provide Preventative Maintenance (PM) and emergency
vactor service to the City's Wastewater Division, including high-pressure
jetting/cleaning and liquid and debris removal.
B. The Wastewater Division maintains 100+ lift stations, 1 ,300 miles of wastewater
pipe, and six wastewater treatment plants at various locations throughout the
City, as identified in Section 1 .4 Work Site Locations.
C. The Contractor shall provide labor (including round-trip travel), parts/materials,
equipment, and supervision necessary to perform the services.
1.2 Scope of Work
Preventative Maintenance
A. The Contractor shall perform preventative maintenance at various locations
throughout the City. The frequency of preventative maintenance for each
location is outlined in Section 1 .4 Work Site Locations and is subject to change at
the discretion of the City.
B. Preventative maintenance service must be performed Monday through Friday,
between 7:00 a.m. and 4:00 p.m., excluding City holidays.
C. The Contractor will be emailed a preventative maintenance and vactor service
schedule for lift station cleaning by CCW staff and shall be required to complete
services as soon as practical to avoid any lapse in the cleaning frequency.
D. The Contractor shall notify the designated lift station or plant personnel 24 hours
before preventative maintenance cleaning to gain access to City premises.
E. The Contractor shall communicate time delays or any other issues preventing the
Contractor from completing lift station cleaning as soon as practical.
F. The Contractor shall jet and vacuum wastewater pipes and manholes as directed
by CCW staff during repairs and/or CCTV activities.
G. The Contractor shall perform hydro excavation throughout the City as requested
during digging operations by CCW staff. A 24-hour notice shall be given by CCW
for preventative maintenance work.
H. The Contractor shall remove floating debris from the surface of the wet wells and
basins, such as clarifiers, grit chambers, and digester chambers, and haul waste
Page 1 of 7
to the Greenwood Wastewater Treatment Plant located at 6541 Greenwood Dr.
to a drying bed assigned to the Contractor unless otherwise directed.
I. 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, oils,
grease (FOG), and solids will be hauled to the Greenwood Wastewater Treatment
Plant to a drying bed assigned to the Contractor unless otherwise directed.
J. The Contractor is responsible for removing and disposing of the dried sludge from
the drying bed after it has been allowed to dry for a maximum of 60 days. The
disposal must be at an approved facility.
K. The Contractor shall provide to the City a haul ticket/manifest and a paint filter
test for each load removed.
Emergency Services
A. Emergency services will be provided on an as-needed basis, 24 hours a day, 365
days a year, including holidays.
B. The City will submit emergency service requests via phone. The Contractor shall
respond to an emergency service request within 30 minutes of contact and
provide an on-site response within one hour of the Contractor's response.
C. In the event of adverse weather, such as a hurricane, storm, tornado, flood, etc.,
the Contractor shall be available and on-site within 24 hours of the weather event.
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, such as labor
or 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, such as equipment rental. The
Contractor shall obtain City approval from the on-site plant superintendent or
lead or site supervisor prior to procuring additional equipment for which it will seek
reimbursement.
F. The Contractor shall provide a 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 positive displacement combination unit vacuum trucks capable of
jetting and extracting both liquids and debris and decanting liquids
b. 9-yard debris tank
c. 600' of 1 " jetting hose
Page 2 of 7
d. Connection tubes capable of extending 30' deep
e. Flexible hose capable of extending 100' for vacuum service
f. Jetting equipment for hydro excavation
g. An approved backflow protection device (RPZ, airgap, etc.) inspected by
CCW staff
B. The Contractor shall have a backflow protection device inspected and
approved by CCW staff for each combination unit vacuum truck.
C. The Contractor shall check in and check out with the City's lead or operator
before and after all authorized work is performed. The City's on-site operator
must authorize any after-hours work.
D. The Contractor shall have TCEQ approved Sewage Sludge Permit and Stickers.
Copies of permits for each truck must be submitted.
E. Upon completion of service, the Contractor shall provide a signed service report
and manifest/trip ticket to the City's on-site operator. The service report shall
include:
a. Date
b. Service address
c. Start and end time and total hours (signed by the on-site operator)
d. Before and after pictures of the wet well, basin, or other areas that received
cleaning
e. Description of service work
f. Names of crew members
g. Signature of on-site City operator
1.4 Work Site Locations and Frequency
Lift Station Address Frequency
Aquarius 15000 Aquarius St. As Needed
Arcadia 2221 S. Staples St. As Needed
Coastal Meadows 6868 Old Brownsville Rd. As Needed
Cumana 15600 Cumana St. As Needed
Kostoryz 6261 Kostoryz As Needed
Laguna Shores 2902 Laguna Shores Rd. As Needed
McBride 1200 McBride Lane As Needed
Northwest Crossing 1921 Oregon Trail As Needed
Port/ Pearse 2306 Pearse St. As Needed
Sharpsburg 4412 Sharpsburg Rd. As Needed
Station 5 6528 S. Staples As Needed
Page 3 of 7
Waldron 610 Blossum As Needed
West Point Crossing 5605 Old Brownsville Rd. As Needed
Wood River 4601 Spring Creek Dr. As Needed
Clarkwood South 1025 Clarkwood Rd. As Needed
Cynthia 5210 Cynthia St. As Needed
De Dietrich 150 McKenzie Rd. As Needed
Lakes Northwest 3614 Perfection Lake As Needed
Nueces Acres 11501 Haven Dr. As Needed
Perry Place Thompson Rd. As Needed
Ramos 4810 Ramos As Needed
Sacky 3200 Sacky St. As Needed
Solar Estates 9201 Moonlight St. As Needed
Stillwell 8100 Stillwell Lane As Needed
The Lakes 7335 Everhart Rd. As Needed
Up River Road 12300 Up River Rd. As Needed
Wooldridge II 8001 Wooldridge Rd. As Needed
Nueces Bay 2100 Nueces Bay Blvd. As Needed
Rincon North "A" Rincon Ind. West of H.W. As Needed
Rincon South "B" Rincon Ind. West of H.W. As Needed
US Highway 77 3386 County Road 52 As Needed
Airline 3302 Airline As Needed
Airport International Airport As Needed
Anchor Harbor 8102 S.P.I.D. As Needed
Bay Drive 7845 Bay Dr. As Needed
Buckingham 7101 S. Staples As Needed
Charlie's Place 5505 McBride Ln. As Needed
Cimarron 7401 Cimarron As Needed
Clarkwood North 2001 Clarkwood Rd. As Needed
Cole Park 1500 Ocean Drive As Needed
Coopers Alley "L" Head 200 S. Shoreline Blvd. As Needed
Coquina Bay 13921 Sea Pines Blvd. As Needed
Flour Bluff 2326 Flour Bluff Dr. As Needed
Gateway Park 1143 Laguna Shores As Needed
Greenfields by the Bay 7310 Canadian Dr. As Needed
Gypsy 15601 Gypsy St. As Needed
Highway Nine 6724 Leopard St. As Needed
Jackfish 14124 Jackfish St. As Needed
Jamaica 2092 Jamaica As Needed
JFK Causeway II 13317 S.P.I.D. As Needed
Page 4 of 7
i
i
Kennedy Causeway] (JFK 1) 13301 S.P.I.D. As Needed
Kings Crossing 8401 Cimarron As Needed
Lake Padre South 14501 Whitecap Blvd. As Needed
Lawrence "T" Head 400 S. Shoreline Blvd. As Needed
Leeward 14865 Running light Dr. As Needed
Levi County Jail 745 N.P.I.D. As Needed
Lexington 5233 Lear St. As Needed
London 1218 Thames Chase Drive As Needed
Military & Jester 722 Jester St. As Needed
Morgan 400 12th Street As Needed
North Beach "B" 3002 Timon Blvd. As Needed
North Beach "C" 3818 Surfside As Needed
North Beach "D" 4320 Timon Blvd. As Needed
North Beach "E" 702 Enchanted Harbor As Needed
Oleander 2900 Ocean Dr. As Needed
Oso Creek 2302 CR 43 As Needed
Packery Pointe 14006 S.P.I.D. As Needed
Padre Island Section 4 14201 Whitecap Blvd. As Needed
Park Road 22 14901 S.P.I.D. As Needed
Park Road 53 1 1 125 Park Road 53 As Needed
Pelican Bay 1418 Ennis Joslin As Needed
Peoples "T" Head Peoples St. "T" Head As Needed
Purdue 630 Purdue As Needed
Rex 4046 Whitely As Needed
Rhetta Place 2442 Vialoux As Needed
River Canyon 13842 River Ridge Dr. As Needed
Riviera 138 Riviera As Needed
Rose Acres 2946 FM 763 As Needed
Salinas Park 1354 Airport Rd As Needed
Schanen 6102 Del Starr Dr. As Needed
Sea Pines 14192 Sea Pines Blvd. As Needed
Seahorse 14300 Dorsel St. As Needed
Slough 7924 Slough Road As Needed
Starry 7701 Starry Lane As Needed
Studebaker 300 Kinney Ave. As Needed
Sugar Tree 8050 S.P.I.D. As Needed
Swordfish 14500 Swordfish St. As Needed
TAMU-CC 6300 Ocean Dr. As Needed
Tesoro 13618 Port Royal Ct. As Needed
Trojan 1901 Trojan Ave. As Needed
Turtle Cove 9547 Blue Jay St. As Needed
Page 5 of 7
i
Verdemar 14501 Verdemar St. As Needed
Wal Mart 9441 S.P.I.D. As Needed
Webers Glen 4051 Aaron As Needed
West Point Crossing II 518 West Point Crossing As Needed
Williams 6602 Williams Dr. As Needed
Zahn Rd. 125 Zahn Road As Needed
Wooldridge 6610 Wooldridge Rd. As Needed
Country Club 6300 Everhart Rd. As Needed
Everhart/Staples 780 Everhart Rd. As Needed
WW Treatment Plant(Lift Address Frequency
Station)
Allison WWTP LS 4101 Allison Dr. As Needed
Broadway WWTP LS 801 Resaca St. As Needed
Greenwood WWTP LS 6541 Greenwood Dr. As Needed
Laguna Madre WWTP LS 201 Jester St. As Needed
Oso WWTP #1 501 Nile Rd. As Needed
Oso WWTP #2 1501 Nile Rd. As Needed
Whitecap WWTP LS 13409 Whitecap Blvd. As Needed
WW Treatment Plant Address Frequency
Basins
Allison WWTP Grit Container 4101 Allison Dr. As Needed
& Clarifiers
Broadway WWTP Basins 801 Resaca St. As Needed
Greenwood WWTP Grit 6541 Greenwood Dr. As Needed
Chambers
Greenwood WWTP Clarifiers 6541 Greenwood Dr. As Needed
Laguna Madre WWTP Belt 201 Jester St. As Needed
Press Holding Tank
Laguna Madre WWTP 201 Jester St. As Needed
Clarifiers
Oso WWTP Clarifiers & 501 Nile Rd. As Needed
Basins
Oso WWTP Digesters 501 Nile Rd. As Needed
Whitecap WWTP Clarifiers & 13409 Whitecap Blvd. As Needed
Basins
Whitecap WWTP Aeration 13409 Whitecap Blvd. As Needed
Basins
Page 6 of 7
Infrastructure Address Frequency
WW Collection System City-Wide As Needed
1.5 Invoicing
A. All work will be invoiced and paid based on Bid form.
B. Invoices submitted without the signed service report will not be processed for
payment until the Contractor provides the required information.
C. All invoices shall provide detailed information, including:
a.Service agreement #
b. PO #
c. Service address
d. Date of service work
e. Description of service work
f. Itemized list of charges, including quantity of hours, labor rate, etc.
g.Third-party invoices (no markup), i.e., equipment rental, if pre-approved
1.6 Contractor Quality Control and Superintendence
The Contractor shall ensure that the product and services meet quality standards
and acceptable to the City's Contract Administrator to assure that the
requirements of the Contract are provided as specified. The Contractor shall also
provide supervision of the work to ensure it complies with the contract
requirements.
Page 7 of 7
i
o,�yUS C
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
U BID FORM
NCOOPOPAIEO
xss2 RFB No. 6248
Preventative and Emergency Vactor Service
Date:
02/12/2025 PAGE 1 OF 1
Authorized" I Vl..
Bidder: ADK ENVIROMENTAL,INC. Signature:
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.
DESCRIPTION UNIT 1 YR UNIT PRICE PRICE TOTAL
QTY
Labor
Regular Hours (M-F 7:00 AM to 4:00 PM) HR 600 $250.00 $150,000.00
For Preventative Maintenance & Emergency
Labor
After Hours (M-F 4:01 PM to 6:59 AM, to include HR 300 $300.00 $ 90,000.00
holidays) For Emergency Service
Miscellaneous Equipment EmergencyAllowance EA 1 $15,000.00 $15,000.00
Requires City Approval
$255,000.00
TOTAL
ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance required has been obtained
and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency
to commence work until all similar insurance required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates
of Insurance (COI)with applicable policy endorsements showing the following minimum coverage by an
insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional
insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation
is required on all applicable policies. Endorsements must be provided with COI. Project name and or
number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
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 Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager
with copies of all reports of any accidents within 10 days of the accident.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a
licensed insurance company. The coverage must be written on a 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.
Page 1 of 3
B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any
extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by
companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of
no less than A- VII.
C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the
address provided below within 10 days of the requested change. Contractor shall pay any costs incurred
resulting from said changes. All notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all insurance policies are to
contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, volunteers, and elected representatives as additional
insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the
named insured performed under contract with the City, with the exception of the workers' compensation
policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi
where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of
the City; and
• Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal,
material change or termination in coverage and not less than 10 calendar days advance written notice for
nonpayment of premium.
E. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage,
Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City
shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time
during this contract. Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any
insurance or policy endorsements to the extent and within the time herein required,the City shall have the
right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which
become due to Contractor hereunder until Contractor demonstrates compliance with the requirements
hereof.
Page 2 of 3
G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be
held responsible for payments of damages to persons or property resulting from Contractor's or its
subcontractor's performance of the work covered under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any
insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations
under this agreement.
1. It is understood and agreed that the insurance required is in addition to and separate from any other
obligation contained in this agreement.
Bond Requirements:
No bonds required for this Agreement.
2025 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services— Services Performed Onsite
O1/01/2025 Risk Management—Legal Dept.
Page 3 of 3
i
ATTACHMENT D: WARRANTY REQUIREMENTS
i
No warranty required for this Agreement.
i
Page 1 of 1
Attachment E
WASTEWATER CONSENT DECREE
Special Conditions
Special Project procedures are required from the CONSULTANT as specified herein.
The CONSULTANT 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
https://www-cdn.cctexas.com/sites/default/files/CC-Consent-Decree.pdf
By signature of the Contract, CONSULTANT acknowledges receipt of the Consent
Decree.
II. Performance of work. CONSULTANT agrees that any work under this Contract is
conditioned upon CONSULTANT'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 — CONSULTANT 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
Page 1 of 2
i
i
f
i
I
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 city, corporate or institutional policy or procedure. CONSULTANT,
CONSULTANT'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. CONSULTANT 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 CONSULTANT or
CONSULTANT's agents or sub-contractors cause or contribute to, in whole or in part, the
assessment of any stipulated penalty against the City, CONSULTANT 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. CONSULTANT 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, CONSULTANT 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 CONSULTANT under the terms of this contract, or from any
retainage provided in the contract.
Page 2 of 2