Loading...
HomeMy WebLinkAboutC2011-013 - 1/25/2011 - ApprovedSERVICE CONTRACT Storm Water Improved ROW Strip Mowing Service Agreement No. SA11 -029 THIS Storm Water Improved ROW Strip Mowing CONTRACT (this "Agreement ") is entered into by and between Dorame General Repair and Lawn, LLC (the "Contractor ") and the City of Corpus Christi, a Texas home -rule municipal corporation (the "City "), by and through its duly authorized City Manager or designee, effective for all purposes upon execution by the City Manager or his designee. WHEREAS Contractor has proposed to provide Storm Water Improved ROW Strip Mowing, for Group 4, for an estimated annual expenditure of $80,436.51, in response to Bid Invitation No. BI- 0012 -11 in accordance with Specification 1104, dated 08/24/10 which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the best value bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will perform Improved ROW Strip Mowing in accordance with Specification 1104. 2. Term. This Agreement is for twelve (12) months commencing on February 1, 2011 and continuing through January 31, 2012. The term includes an option to extend for up to two (2) additional twelve -month (12) periods subject to the approval of the Contractor and the City Manager or his designee ( "City Manager "). 3. 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. All of the Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Storm Water Contract Administrator. 4. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant or employee of the Contractor be considered an employee of the City. 2011 -013 M2011 -022 01/25/11 Dorame General Repair & Lawn INDEXED 5. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages and the performance bond to the Contract Administrator. Additionally, the Certificate must state that the Storm Water Contract Administrator will be given at least thirty (30) days notice, by certified mail, of cancellation, material change in the coverages, 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 15 days of the City Manager's written request. 6. Assignment. No assignment of this Agreement or any right or interest therein by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City (the City's fiscal year ends on July 31St), is subject to appropriations and budget approval providing for covering such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted as that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any term or condition of this Agreement, or Specification 1104, or the Contractor's bid offer to Bid Invitation No. BI- 0012 -11 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all Federal laws and laws of the State of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any Iegal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. 10. Subcontractors. The Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Storm Water Contract Administrator. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in Bid Invitation No. BI- 0012 -11 or Specification No. 1104. Failure to keep all insurance policies and performance bonds in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor five (5) work days 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 Manager may terminate this Agreement immediately thereafter. Alternatively, the City may terminate this Agreement upon twenty (20) days written notice to the Contractor. However, the City may terminate this Agreement on twenty -four (24) hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out herein. 13. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes according to Circular E Employer's Tax Guide, Publication 15, as it may be amended. Upon his request, the City Manager shall be provided proof of payment of these taxes within fifteen (15) days of such request. Failure to pay or provide proof of payment is grounds for the City Manager to immediately terminate this Agreement. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace and drug testing policy that substantially conforms to the City's policy. The City has a zero - tolerance drug policy. 15. Violence Policy.The Contractor must adopt a Violence in the Workplace and related hiring policy that substantially conforms to the City's policy. The City has a zero - tolerance violence in the workplace policy. 16. Notice. Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand - delivered and on the third day after deposit if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Storm Water Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Fax No.: (361) 826 -4352 IF TO CONTRACTOR: Contractor .21.,,c- rnC. & XO \ \Z-c i Y (Ct 1- , LLC, Contact xm or-) VorGu ,-1-C., Address: ,�q?1 , Aiamlin 1-r . _ City, State, (' r pUS On r r st i 1IC '7 L 11- Fax No.: 3L -533 -La 'i - 17. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new Agreement upon expiration of the original contract period or any extension period, the Contractor shall continue to provide goods /services under this Agreement, at the most current price under the terms of this Agreement or extension, on a month -to -month basis, not to exceed six months. This Agreement automatically expires on the effective date of a new contract. 18. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or 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 thereof had been omitted. CONTRACTOR SHALL 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 ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF 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 THIS CONTRACT OR THE PERFORMANCE OF THIS CONTRACT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. 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 INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER TERMINATION OF THIS AGREEMENT. SIGNED this 12- day of ) 1.1CU"l , 20 . CITY Michael Barrera Assistant Director of Financial Services APPROVED THIS 1 3 DAY OF .;, ..qt9 , 20 1 I . CARLOS VALDEZ, CITY ATTORNEY STI ( "CITY ") Contractor Daarot (25-a try ( R pa r Lawn ,LLC amen iuro,rntm.2 Title: Pre } d XI t By: Assistant City Attorney Exhibit A: Specification No. 1104 dated 08/24/10 Exhibit B: Bid Invitation No. BI- 0012 -1 1 Exhibit C: Insurance Requirements ATTEST: ARMANDO CHAPA cm; SECt'R TR" k. tt- AUTHORIZED t$f COUNCIL ... 1/o2J /1.L. . Revised 10/14/10 CITY OF CORPUS CHRISTI PURCHASING DIVISION P. O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 BID INVITATION INVITATION TO: This invitation includes these forms: *Bid Invitation Notice to All Bidders Instructions to Bidders Std. Purchase Terms & Conditions *Bid Sheet *Storm Water Improved ROW Strip Mowing Statement *Reference Sheet Service Agreement Standard Provisions *Service Contract Specification No. 1104 Insurance Requirements Supplemental Terms & Conditions, Storm Water Improved ROW Strip Mowing Storm Water Strip Mowing — Groups 1 - 7 Property Lists Property location maps Additional Instructions to Bidders *Disclosure of Interest *Minority Business Enterprise Information Form INVITATION NO.: BI- 0012 -11 (Must appear on Bidder's return envelope) COMMODITY: Storm Water Improved ROW Strip Mowing REQUISITION NO.(S) 004985 BID CLOSING TIME: October 27, 2010, 11:00 a.m. (By Purchasing Division Time Stamp) For information on contract: Elisa Covington Senior Buyer e -mail: elisac @cctexas.com Telephone: (361) 826 -3161 *These documents must be properly completed and returned as must your bid. BID (Refer to "Instructions to Bidders" before completing) The undersigned, by his/her signature, represents that he /she is authorized to bind the bidder to fully comply with the terms and conditions of the attached Bid Invitation, Specifications, and Special Provisions for the amount (s) shown on the accompanying bid sheet(s), if the offer is accepted within calendar days (90 days unless a different period is inserted) after date of bid opening. Firm Name: Address: orame Genera 1 Ce foir , 4z13 City: i /u5 li`lf itA State: T� Zip: 141- is Signature of Per n Authorized to Sign Bid Signer's Name: .RCUlk on c 1 rcLme. (Please print or type) Title: Telephone: Fax: E -mail: Date: 36 I -533-09S Ext. 31121 S51 ac do-r&-me ho-~mc i Gorr 101-24.a !I c Vre5deni- Bid Invitation No. B1- 0012 -11 BID INVITATION ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Addendum No. 2 Date: October 15, 2010 In reference to the above - described Bid Invitation for Storm Water Improved ROW Strip Mowing, the following changes are to be noted: In reference to Addendum No. 1 dated October 14, 2010, for Storm Water ROW Strip Mowing, the following change is to be noted: Question number 2 which currently reads: 2. QUESTION: When may invoices be submitted to the City for payment? ANSWER: Invoices are to be submitted at the completion of work or at the end of a cycle, whichever comes first. Bidders shall invoice for only actual acreage mowed. Cycles will not be made up if rained out or not able to complete all mowing in that group. Acreage not mowed shall not be included on the invoice. IS CHANGED TO READ ANSWER: Invoices are to be submitted upon completion of a group within a cycle or, in the event a group is not completed, acreage mowed for that cycle, whichever comes first. Bidders shall invoice for only actual acreage mowed. Cycles will not be made up if rained out or not able to complete all mowing in that group. Acreage not mowed shall not be included on the invoice. "ALL OTHER ITEMS AND CONDITIONS, AS AMENDED, REMAIN UNCHANGED" Elisa Covington Senior Buyer ACKNOWLEDGED BY: Doramc i exl era I e-19a.� � i.a.,tin FIRM NAME 1D1 i0 AUTHO . " ED SIGNATURE DATE ONE (1) COPY AND FIVE (5) SIGNED AND DATED ORIGINAL ADDENDUM NO. 2 MUST BE RETURNED TO THE PURCHASING DIVISION WITH YOUR BID. Bid Invitation No. BI- 0012 -11 BID INVITATION ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Addendum No. 1 Date: October 14, 2010 In reference to the above - described Bid Invitation for Storm Water Improved ROW Strip Mowing, the following changes are to be noted: I. The following questions were posed by prospective Bidders and are answered, herein, by the City of Corpus Christi, Texas: 1. QUESTION: What are the City's drug testing requirements for this service? ANSWER: For the City's drug testing requirements, see section 14, Drug Policy, of the Service Agreement. 2. QUESTION: When may invoices be submitted to the City for payment? ANSWER: Invoices are to be submitted at the completion of work or at the end of a cycle, whichever comes first. Bidders shall invoice for only actual acreage mowed. Cycles will not be made up if rained out or not able to complete all mowing in that group. Acreage not mowed shall not be included on the invoice. 3. QUESTION: Is a $2,000 cash bond required for each group awarded? ANSWER: No. A cash bond is required prior to City Council presentation of award, as described in Supplemental Terms and Conditions, O. Awarded groups will constitute a single service agreement and will require a single $2,000 cash bond in the form of a cashier's check. II. 1. The City hereby revises the total acreage for Group 5A from 31.87 acres to 37.11 acres, thus changing total acreage for Groups 1 -7 from 151.11 acres to 156.35 acres. Attached are the revised bid sheet and property list, which supersede the originals. Changes are in bold and underlined. 2. The City hereby revises the reference sheets, which supersede the originals. Changes are in bold and underlined. 3. The City hereby revises the property location maps, which supersede the originals. New maps are dated 10/11/10. } 4. In order to provide interested parties sufficient time to formulate and submit their bids, the City of Corpus Christi hereby revises the due date for bids from 11:00 a.m. on October 20, 2010 to 11 :00 a.m. on October 27, 2010. Attached is the revised bid invitation sheet which supersedes the original. "ALL OTHER ITEMS AND CONDITIONS, AS AMENDED, REMAIN UNCHANGED" Elisa Covington Senior Buyer ACKNOWLEDGED BY: 'hrame G- 'levai &f air' Lavrt Lt-C FIRM NAME AUTHORIZED SIGN RE DATE 10,2.1))10 ONE (1) COPY AND FIVE (5) SIGNED AND DATED ORIGINAL ADDENDUM NO. 1 MUST BE RETURNED TO THE PURCHASING DIVISION WITH YOUR BID. CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 0012 -11 DATE: t 012-Le I I 0 Dorame CCexnml R ' (Lion F� BIDDER UTHO ZED SIGNATURE Revised 10/14/10 PAGE 1 OF 2 1. Refer to "Instructions to Bidders" and Standard Purchase Terms and Conditions before completing bid. 2. Quote your best price, F.O.B. Destination, on each item. 3, In submitting this bid, I certify: a. That 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. That I am an Equal Opportunity Employer; and c. That the disclosure of Interest information on file with City purchasing pursuant to the Code of Ordinance is current and true. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE Twelve month service agreement with an option to extend for up to two (2) additional twelve (12) month periods, subject to the approval of the City Manager or his designee for the Storm Water Improved Rights -of -Way Strip Mowing in accordance with Specification No. 1104 and the attached Supplemental Terms and Conditions (Items 1 through 7). 1. Group 1 -- mowing, trimming, edging and litter pickup, 27.83 acres, 25 strips. 27.83 Acres `V I 246 . °0 C 3506 .S8 52 2. Group 2 — mowing, trimming, edging and litter pickup, 14.02 acres, 17 strips. 14.02 Acres 4' 1.2-4-°'* t 1`1 l ''l''' — 3. Group 3 — mowing, trimming, edging and litter pickup, 14.39 acres, 18 strips. 14.39 Acres # I I°i t l ' 4f 4. Group 4 — mowing, trimming, edging and litter pickup, 34.98 acres, 17 strips. 34.98 Acres t loci .50 4 S i 3O' 3 i o! 4 42-61 .6- 5A. Group 5A — mowing, trimming, edging and litter 37.11 Acres �, pickup, 37.11 acres, 5 strips. 5B. Group 5B — mowing, trimming, edging and litter pickup, 19.2 acres, 3 strips. 19.2 Acres b 110.''° s.a 1 1 a • '12 6. Group 6 — Ocean Drive Medians, mowing, trimming, edging and litter pickup, 6.5 acres. 6.5 Acres 150.6 11 S a� ' CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 0012 -11 DATE: ID12.1.1)lID DD CL me areird BIDDER r [ion LL! PAGE 2 OF 2 AUTHORIZED SIGNATURE ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 7. Group 7 — Calallen minor ditches, mowing, trimming, edging and litter pickup, 2.32 acres, 8 strips. A SERVICE AGREEMENT CONTRACT WILL BE AWARDED TO MORE THAN ONE CONTRACTOR TO ENSURE WORK IS COMPLETED IN A TIMELY MANNER. NOTE: Bidders will be required to sign attached contract marked as Service Agreement. The signed contract will be made part of bidder's offer and must be returned with bid. Failure to do so may result in your bid being deemed non - responsive. The City will fully execute the successful bidder's contract when offer is accepted. 2.32 Acres 4' 250. °—" 500 .`'`'L' Storm Water Improved ROW Strip Mowing Statement By submitting and signing this statement, the Contractor indicates its intention to adhere to the provisions described in this bid. � Company Name: rape C'Xeral Re_)(Lif LT elephone: 54)1-535- L 1 3( -gs f -?C 4L- Address: 14213 ►ll1i■ Or. City: ebrs uvr1 n State: Zip Code: II Signatu e of Person Authorized to Sign: Signer's Name: 1 O t On �, bOra -rn , Fax: -TA\ (Please Print or Type) -r o.-me. E -Mail: C6 V1c+mcu , , Con-) Date: i1312.t.0 t I fl Title: We sld'Cr+ List description and condition of equipment to be used on the job for this 3 - 6" '2 r o 4 n mowers 4 - bc+,ckpeLck project. ) 1016wcrs) $ ceho wt {dea,je-rsa 2.. Iii cktt.i ill/tics ct.hd 2. +ra lers List how many persons /employees assigned to perform this work as their sole dedicated job for this project. 1- F4re_nri(In , (e 1 a_bor5 4 S& Cal viln r C vi s.1; We -,l-e r off, . Past Performance ei a '{ ovp tS t6SR SiDirn Lt 4fx 4 of s C vi s.1; We -,l-e r off, . Page 1 of 2 Contractor's experience in performing work of the type specified. o fired bus okra ctS u -1 sAD r rn Wait( G Cuy-r eyi t j i`ti'to KAiri p co r Co r' it s C4 r s vU&4 ' D -0-, cu _ 0.1Q . -u e ns pi c JL -, PD 11 J o j aid s -ev cd puri p s -[ -a.-lr ri In the last five years, has the City terminated any agreement with your organization, either for or not for cause, breach or default? �o Is your organization currently involved in litigation with the City or, in the last five years, has your organization been involved in litigation with the City? If so, please provide cause numbers, dates and final disposition of each. �0 Page 2 of 2 REFERENCE SHEET a. CURRENT CLIENT Reference 1 Organization name: l OP ( o Chris -h. - Storm attic Contact and title: Pay- A. Oka-brad- MtTh () , Address: a-TAU Ivlk (46ci .0C .1-N5 Phone number: (au I) bL -ftHci Effective date ocontract: Once zoO5 Number of acres mowed: C.pp)t , 43D yes pet mliaV Description of services provided: R. D. W. Mowing b. CURRENT CLIENT Reference 2 Organization name: ('i c C Irish LOa Contact and title: Lttfe Gnik dr. bor Conta Nt , and title: rd FDres , S Gupli IV Address: r1?u (-0i I kJ 627Z-7545 Phone n mber: (31,1) 64q- DC.o ., Effective date of contract: O - enc Number of acres mowed: o -1 Do acres ' der rno Description of services provided: ie Colo' V OA- in pS bn and . c. CURRENT CLIENT Reference 3 Organization name: Ca tAi 0+ CAT Ch r LOu O49pi- Contact and title: Lttfe Gnik dr. bor Address: ate LAM , C -`-C -7 t5 JO, 1 Phone number: cap I) LS S- a-3 V1 Effective date of contract: -`D_Da9 Number of acres mowed: Description of services provided: 1._CulaS aeL-p r-es` rai -Can Revised 10/14 /10 kCoord d. FORMER CLIENT Reference 1 Organization name: i1e► Jhborh000l 0,6 C4 al 64 Sex Ces Contact and title: 53 1 V 1 a ki Ge A--d Yn i n Address: bbl Le- ora.rci es`_ (p,C Too( Phone number: (3 to i )cs0 - 303o Effective date of contract: i;100 --3-L0 U Number of acres mowed: D-0-9) aer�s pef monk Description of services provided: rnoUJ, w e/ deb- ' b low, s r Reason for termination: `4e.c'ct C.brr cd' 1S Y\ l e. FORMER CLIENT Reference 2 Organization name: l I Contact and title: Address: Phone number: Effective date of contract: Number of acres mowed: Description of services provided: Reason for termination: FORMER CLIENT Reference 3 Organization name: I d J Contact and title: Address: Phone number: Effective date of contract: Number of acres mowed: Description of services provided: Reason for termination: Page 3 of 3 SERVICE CONTRACT Storm Water Improved ROW Strip Mowing Service Agreement No. THIS Storm Water Improved ROW Strip Mowing CONTRACT (this "Agreement ") is entered into by and between P_i -(the "Contractor ") and the City of Corpus Christi, a Texas home - rule municipal corporation (the "City "), by and through its duly authorized City Manager or designee, effective for all purposes upon execution by the City Manager or his designee. WHEREAS Contractor has proposed to provide Storm Water Improved ROW Strip Mowing in response to Bid Invitation No. BI- 0012 -11 in accordance with Specification 1104, dated 08/24/10 which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the best value bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will perform Improved ROW Strip Mowing in accordance with Specification 1104. 2. Term. This Agreement is for twelve (12) months commencing on and continuing through . The term includes an option to extend for up to two (2) additional twelve -month (12) periods subject to the approval of the Contractor and the City Manager or his designee ( "City Manager "). 3. 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. All of the Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Storm Water Contract Administrator. 4. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant or employee of the Contractor be considered an employee of the City. 5. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages and the performance bond to the Contract Administrator. Additionally, the Certificate must state that the Storm Water Contract Administrator will be given at least thirty (30) days notice, by certified mail, of cancellation, material change in the coverages, 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 15 clays of the City Manager's written request. 6. Assignment. No assignment of this Agreement or any right or interest therein by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City (the City's fiscal year ends on July 31st), is subject to appropriations and budget approval providing for covering such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted as that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any term or condition of this Agreement, or Specification 1104, or the Contractor's bid offer to Bid Invitation No. BI- 0012 -11 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all Federal laws and laws of the State of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. 10. Subcontractors. The Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Storm Water Contract Administrator. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in Bid Invitation No. BI- 0012 -11 or Specification No. 1104. Failure to keep all insurance policies and performance bonds in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor five (5) work days 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 Manager may terminate this Agreement immediately thereafter. Alternatively, the City may terminate this Agreement upon twenty (20) days written notice to the Contractor. However, the City may terminate this Agreement on twenty -four (24) hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out herein. 13. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes according to Circular E Employer's Tax Guide, Publication 15, as it may be amended. Upon his request, the City Manager shall be provided proof of payment of these taxes within fifteen (15) days of such request. Failure to pay or provide proof of payment is grounds for the City Manager to immediately terminate this Agreement. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace and drug testing policy that substantially conforms to the City's policy. The City has a zero - tolerance drug policy. 15. Violence Policy. The Contractor must adopt a Violence in the Workplace and related hiring policy that substantially conforms to the City' s policy. The City has a zero - tolerance violence in the workplace policy. 16. Notice. Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand - delivered and on the third day after deposit if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Storm Water Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Fax No.: (361) 826 -4352 IF TO CONTRACTOR: Dor&me cenex -CL l Wnion !, Dorourne Contractor Contact Address: 1-12 13'rl 1i n Or City, State, CO RS Fax No.: 3101- a5 4-4 17. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new Agreement upon expiration of the original contract period or any extension period, the Contractor shall continue to provide goods /services under this Agreement, at the most current price under the terms of this Agreement or extension, on a month -to -month basis, not to exceed six months. This Agreement automatically expires on the effective date of a new contract. 18. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or 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 thereof had been omitted. CONTRACTOR SHALL 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 ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF 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 THIS CONTRACT OR THE PERFORMANCE OF THIS CONTRACT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. 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 INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER TERMINATION OF THIS AGREEMENT. SIGNED this VI day of 0 C O heir , 20 1 D . Contractor o Orarne C fl nJ R aL '11 tZ Title: CITY OF CORPUS CHRISTI ( "CITY ") Michael Barrera Assistant Director of Financial Services on Doramc., 'EELS i d- APPROVED THIS DAY OF , 20 CARLOS VALDEZ, CITY ATTORNEY By: Veronica Ocafias Assistant City Attorney Exhibit A: Specification No. 1104 dated 08/24/10 Exhibit B: Bid Invitation No. BI- 0012 -11 Exhibit C: Insurance Requirements g City of Corpus Christi. SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Do rice le_ Geri ,cJ e r'jL C.t Lawn STREET 11__ P. 0. BOX: ADDRESS 42.3 v.Vaini, CITY: b US eiriyA5 -111 STATE: T ZIP: --(W` FIRM IS: 1. Corporation B 2. Partnership [] 3. Sole Owner 4. Association 5. Other [►] Ll.-C DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name tJ J A Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name joA Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name 1,j /14. Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name jA- Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: 'RUM f OD ray Title: Pre 6 (Type or Print) Signature of Certifying Person: DEFINITIONS Date: o1zt,l10 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non -profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. CITY OF CORPUS CHRISTI FINANCE DEPARTMENT / PURCHASING DIVISION MINORITY BUSINESS ENTERPRISE INFORMATION FORM THIS FORM MUST BE SUBMITTED ALONG WITH BID PLEASE INDICATE WHETHER THE COMPANY IS A CERTIFIED MINORITY BUSINESS. EXAMPLES OF CERTIFICATIONS RECOGNIZED BY THE CITY INCLUDE: [DYES ❑ NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ❑ ASIAN PACIFIC ❑ BLACK E HISPANIC ❑ NATIVE AMERICAN ❑ WOMAN Please visit the following website for information on becoming a Certified HUB: http: / /www. window. state .tx.us /procurement/proR /hub/ [� YES 0 NO - LOCAL SMALL BUSINESS (LSB) A for -profit entity employing Tess than 49 employees located within the City limits of Corpus Christi, Texas DYES ❑ NO OTHER (PLEASE SPECIFY): ❑ THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE ABOVE MINORITY BUSINESS INFORMATION IS REQUESTED FOR STATISTICAL AND TRACKING PURPOSES AND WILL NOT INFLUENCE THE AMOUNT OF EXPENDITURES THE CITY WILL MAKE WITH ANY GIVEN COMPANY. BID INVITATION NO: BI- CO12- - Firm Name DOM dal f j C it f Lw n I W1 142-1. `+n br Address: Telephone: 3(p I -531 IslAg Ext. Fax: ff City: 009t1,5 SAO State: I Zip:1il - E -mail: ignature of Per Authorized to Sign Form Signer's Name: 1 DI) rye. (Please print or type) Date: Title: 3tei -&s- as 44 do-m--me -me (ho mcli 1 r co rr, 1617- l l o Prsi cl2(4 ACORD. CERTIFICATE OF LIABILITY INSURANCE PRODUCER Phone: 210 - 366 -0888 Fax: 210 - 366 -0244 Ward & Moore Insurance Services, LP 70 NE Loop 410, Ste 180 San Antonio TX 78216 DATE {MIIIlDINTYYr 1/27/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED SearchPros LLC DBA FoCus1 HR Group 101 N. Shoreline, Suite 304 Corpus Christi TX 78401 COVERAGES INSURER ATexas Mutual Insurance Coip$ V INSURER B: NAIC # INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR I.TR ADD'L INIRO TYPEDFINSURANCE POUCYNUMBER POLICY EFFECTIVE DATEIMAEDIM POUJCYEXPIRATION DATEGIMKIDATi LIMITS ' GENERAL LIABILITY GENERAL LIABILITY EACH OCCURRENCE S DRMMGE TO RENTED PRE MISESIEaoccurgnce] $ _COMMERCIAL CLAIMS MADE n OCCUR MED EXP (Any one person) $ PERSONAL &A0VINJURY $ GENERAL AGGREGATE $ ___J GEN'L — AGGREGATE LIMITAPPLIESPER: POLICY JFCaT 4 1 1.00 PRODUCTS- COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULEDAUTOS HIREDAUTOS NON-OWNED AUTOS COMBINED SINGLE LIMIT {Eseacidenlj $ BODILY INJURY (Perpw son) BODILY INJURY (Persceidsnl) $ PROPPEERR ident) DAMAGE (Per $ . GARAGE LIABILITY ANY AUTO AUTO ONLY - EAACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLALIABILITY —7 [ OCCUR DEDUCTIBLE RETENTION CLAIMS MADE $ r EACH OCCURRENCE $ AGGREGATE $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTNE OFRCERIMEMBEREXC[UDE07 (ryes, describe under SPECIAL PROVISIONS below TSF0001157876200606 02 7/1/2010 7/1/2011 X TORYLIMITS X 1 �p ER E.L. EACH ACCIDENT $1, goo . 0 0 0 $1 O0 . Q00 E.L. DISEASE -EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 1 000 0 0 0 OTHER U£sGRIPnoN OF OPERATi4NSILOCATIONS /VEHICLES/ EXCLUSIONS ADDEO BY ENDORSEMENT /SPECIAL PROVISIONS Coverage is provided to employees leased to Dorame General Lawn & Repair or subcontracted through Search Pros LLC. Coverage is only provided on employees currently active on payroll through Focusl HE Group. For a current list of covered employees, contact Focusl at (888) 936 -2871. Certificate is valid only for coverage for project /job listed below. Alternate Employer: Dorame General Repair & Lawn Coverage is provided to employees leased to Dorame General Repair & Lawn or subcontracted through Search Pros LLC Job: Group 4 A Waiver of Subrogation is granted for the City of Corpus Christi if required by written contract. CERTIFICATE HOLDER CANCELLATION 30_ City of Corpus Christi 1201 Leopard Street Attn: Marta Garza Corpus Christi TX 78401 ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL <30> DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF MY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ►4#01-^ 1/00:# @ ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURFD, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) Commercial Certificate of Insurance Agency . Jeffery Bentsen Name • 5110 Holly Rd • Corpus Christi, TX 7841 1 -4 737 Address • 361- 991 -1683 St. 19 Dist, 41 Agent 310 This certificate upon the certificate. coverage afforded Issue Date (MMfDD(YYj is issued as a matter holder. This by the policies Companies Company A Truck Letter company B Farmers Letter company C M id- Lompany D awy4 °' �` GYO�Y/ - FARMERS' .�.`� r of information certificate does shown below. Providing Insurance 1 nsurance Century Insurance 02/01/2011 only and confers no rights not amend, extend or alter the. Coverage: Exchange Exchange. Company Insured . DORAME GENERAL REPAIR AND LA Name • 511 0 HOLLY RD. Address . CORPUS CHRISTI, TX 78411 Coverages This is to certify that the policies of insurance; listed below have been issued to the insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may: pertain; the insurance — afforded by the policies described herein is subject to all the terms exclusions and conditions of such policies. Limits shown may have been reduced by paid claims: Co' Ur. Type of insurance Policy Number Policy Effective Date (MM /DDM1 Policy Expiration Date (MMIDDI ) Pole Limits A X : X General Liability Commerdlai General Liability - Occurrence Version Contractual - I:ncidental Only Owners & Contractors Prot. 604823390 05/26/2010 05(2612011 General Aggregate Products- Comp)OPS Aggregate Personal & Advertising Injury Each Occurrence Fire Damage (Any one fire) Medical Expense (Any one person) $ 2,000,000 $ 2,000,000 $1,000,000. $ 100;000 $: 5,000 B X X X Automobile Liability All Owned Commercial Autos Scheduled Autos 11 iredAutos Non - Owned Autos Garage Liability 604833053 07/07/2010 07/07/201 1 Combined Single Limit Bodily Injury (Per person) Bodily injuiy (P accident) Property Damage Garage Aggregate $1,000,000 $ $ $ llrnbrelIa Liability Limit $ Workers' Compensation and Employers' l Liability y Statutory Each Accident Disease - Each Employee Disease - Policy Limit $. $: $ Description of Operations (Vehicles /Restrlctions/Speciel items; Additional insured in favor of certificate holder. Certificate Holder Name • City of Corpus Christi 8,. • 1201 Leopard St Address • Corpus Christi, TX 78401 Cancellation Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to mail such notice shall impose no obligation or liability ofJa�nny kind upon the company, its agents or representatives, Authorized Representative 56 -2492 4-94 Copy Distribution: Service Center Copy and Agent's Copy