Loading...
HomeMy WebLinkAboutC2011-481 - 12/13/2011 - Approvedrz-I1 /11 �oz'} -L( POTS LINES AND LONG DISTANCE SERVICE AGREEMENT Service Agreement No.: SAl2 -042 THIS POTS Lines and Lona Distance Service Agreement (this "Agreement ") is entered into by and between Tel West Network _Services Corporation (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 ( "City Manager "), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide POTS Lines and Long Distance Service in response to Bid Invitation No. BI- 0092 -11 (which includes Specification 1241, dated 10118111) which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide POTS Lines and Long Distance Service in accordance with Bid Invitation No. BI-0092-11 (which includes Specification 1241, dated 10118111). 2. Term. This Agreement is for thirty -six (36) months commencing on and continuing through Pece.w►bx.. It Aq % . The term includes an option to extend fir up to two additional twelve -month periods subject to the approval of the Contractor and the 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 Director of Municipal Information Services. 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 Director of Municipal Information Services 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. 2011 -481 to assignment of this Agreement or any right or interest therein by the 12/13/11 ie City first gives its written consent to such assignment. The performance M2011 -274 Tel West Network Services Corp. INDEXED 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 31 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 Bid Invitation No. BI- 0092 -11 (which includes Specification 1241, dated 10/18111), or the Contractor's bid offer to Bid Invitation No. BI- 0092 -11 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. 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 Director of Municipal Information Systems. 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- 0092 -11 (which includes Specification 1241, dated 10/18/11). 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 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. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace policy. 15. Violence Policy. The Contractor must adopt a 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 in the U.S. mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Director of Municipal Information Systems P.O. Box 9277 Corpus Christi, Texas 78469 -9277 IF TO CONTRACTOR: Contractor rA cmq - � J &W, U4 Contact AIXV �ti� G o� Address: l I 1 ,��v�.� .�'�e- 1'� -8•� City, State, ¢ f r;( ;z p " 1 — 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. 19. INDEMNIFICATION. CONTRACTOR AGREES TO 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 AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, 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 REASONABLY 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 day.af 0 Ij Contractor Title: "Mich 1 arrera Dat Assistant Director of financial Services APPROVED THIS I DAY OF �� �,�� �, 20 1 1. CARLOS VALDEZ, CITY ATTORNEY By: ' Br' n Narvae � Assistant City Attorney M ��yzi -•• Incorporated by Reference: ? 0" L Exhibit A: Bid Invitation No. BI- 0092 -1 i Exhibit B: Bidder's Bid •°"" BID INVITATION ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Request for Proposal No.: BI- 0092 -11 Addendum No.: 1 November 10 2011 Prospective Proposers are hereby notified of the following modifications to Bid Invitation BI- 0092 -11. All terms, conditions and specifications of the original Bid Invitation not in conflict with this addendum remain unchanged and continue in full force and effect. I. The City hereby revises item 2.1 of the BID SHEET as follows (you are required to submit your bid on this revised two -page BID SHEET. You are NOT to submit your bid on the original BID SHEET): CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 0092 -11 REVISED ADDENDUM 1 @ 1.1/]11/11 PAGE 1 OF 2 DATE: BIDDER AUTHORIZED SIGNATURE 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, 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 c. the disclosure of Interest information on file with the City's purchasing office, pursuant to the Code of Ordinances, is current and true. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE Thirty -six (36) month service agreement with options to extend for up to two (2) additional twelve -month periods for POTS and Long Distance Services in accordance with Specification 1241 and Insurance Requirements. NOTE: All quantities are for thirty -six (36) month term of service agreement 1.0 Long Distance Service 1.1 Interstate Long Distance — Dedicated 413,460 minute /minute 1.2 Intrastate Long Distance - Dedicated 1,209,564 minute /minute 2.0 POTS Lines Bidder may bid 2.1a OR 2.1b. Bidder shall not bid both 21a and 2.1b. 2.1a Individual Business Access Lines 421 line /line Bidders may bid a single unit price applicable to all lines. OR 2.1b Individual Business Access Lines Bidder may bid individual unit prices for various lines grouped by Central Office location. If Bidder provides individual unit prices for lines grouped by Central Office location, indicate the Central Office and the number of lines for each; the total number of lines must equal 421. Bidder shall enter the sum of all group totals in the space provided under "Total Price ". CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 4092 -11 REVISED ADDENDUM I @ 11/10/11 DATE: BIDDER PAGE 2 OF 2 AUTHORIZED SIGNATURE ITEM DESCRIPTION QTY UNIT UNIT TOTAL PRICE PRICE Number of Lines (cont. Central Office Location 2.1b) line /line line /line line /line line /line line /line line /line line /line line /line line /line line /line (additional Central Office Locations may be added as necessary) TOTAL NUMBER OF LINES (must equal 421) 2.2 Business Multi -Line Access Lines 97 multi -line /multi -line 2.3 Hunt Groups 40 line /line 2.4 Caller ID 50 line /line 2.5 Personalized Ring 16 line /line 2.6 Non - Recurring Charge — Service Order 1 order /order 2.7 Nan - Recurring Charge — Trip Charge 1 trip (trip 2.8 Non - Recurring Charge — Central Office Access 1 line /line 2.9 Ad Hoc Reports 1 hour /hour THE CITY MAY AWARD SERVICE AGREEMENTS BY GROUP (GROUPS 1.0 AND 2.0) OR THE CITY MAY AWARD A SINGLE SERVICE AGREEMENT FOR ALL SERVICES DESCRIBED HEREIN. "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Paul Pierce Procurement Manager ACKNOWLEDGED BY: FIRM NAME AUTHORIZED SIGNATURE DATE BIDDER SHALL SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS SIGNED AND DATED ADDENDUM 1, BY THE BID CLOSING TIME. CITY OF CORPUS CHRISTI PURCHASING DIVISION P. O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 BID INVITATION INVITATION TO: This invitation includes these forms: *Bid Invitation Notice to All Bidders Instructions to Bidders Standard Purchase Terms & Conditions *Bid Sheet Special Instructions to Bidders Insurance Requirements Service Agreement Standard Provisions *Specification 1241 *Service Agreement *Disclosure of Interest INVITATION NO.: BI- 0092 -11 (Must appear on Bidder's return envelope) COMMODITY: POTS Lines & Long Distance Service REQUISITION NO. (S) BID CLOSING TIME: 11:00 AM Central Time November 16, 2011 (By Purchasing Division Time Stamp) For information contact: Paul Pierce Procurement Manager Telephone: (361) 826 -3160 *These documents must be properly completed and returned by the BID CLOSING TIME. BID (Refer to "Instructions to Bidders" before completing) The undersigned, by his/her signature, represents that he/she is authorized to hind the Bidder and shall 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 documents, if the offer is accepted within _ calendar days (90 days unless a different period is inserted) after date of bid opening. Firm Name: Address: City: State: Zip: Telephone: - - Ext. Fast: - - E -mail: Firm's Principal Place of Business: Address: City: State: Zip: - Signature of Person Authorized to Sign Bid Signer's Name: Title: Date: (Please print or type) NOTICE TO ALL BIDDERS BIDDER SHALL ENCLOSE IN A SEALED ENVELOPE ADDRESSED TO THE CITY OF CORPUS CHRISTI PURCHASING DIVISION ONE ( 1) ORIGINAL 1 )F ALL R. DOCUMENTS SUBMITTED. The bid invitation number and BID CLOSING TIME must be shown in the lower left hand corner of the sealed envelope. 2. The Bid Invitation and all Bid Sheets must be signed by Bidder. 3. Bidder must state if bid is all or none, otherwise, City may pick and choose any item or group of items according to the City's best interest. Before submitting your bid, please read all bid invitation documents carefully. If there are questions, contact the buyer indicated on the Bid Invitation. Any discrepancies between the Bid Invitation and the Bidder's response generally extend the bid evaluation period and often cause the bid to be declared non - responsive FACSINULE AND E -MAIL BIDS: The City Charter requires that all submitted bids be sealed and delivered in the manner required by the Bid Invitation, to be opened in the presence of one or more City employees and those Bidders desiring to be present. Therefore, bids submitted directly to the City by facsimile machine or e-mail will be considered non - responsive and 3yill be eliminated from onsideration CITY OF CORPUS CHRISTI PURCHASING DIVISION INSTRUCTIONS TO BIDDERS Preparation of Bids Any explanation desired by a Bidder regarding the meaning or interpretation of the Bid Invitation, drawings, specifications, etc., must be submitted in writing to Purchasing as detailed in Special Instructions To Bidders. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to a prospective Bidder concerning a Bid Invitation will be furnished to all prospective Bidders as an addendum to the Bid Invitation, if such information is necessary to Bidders in submitting bids on the Bid Invitation or if the lack of such information would be prejudicial to uninformed Bidders. I. Specifications Bidders are expected to examine the specifications, drawings, standard provisions and all instructions. Failure to do so will be at the Bidder's risk. Bidders may provide a product exceeding specifications, as an alternate bid, if they so desire. Z. Information Required Each Bidder shall furnish the information required by the Bid Invitation. The Bidder shall sign the Bid Invitation, Bid Sheet, and, when appropriate, Specifications. Erasures or other changes must be initialed by the person signing the offer. Bids signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the City purchasing office. A. The Bidder should quote its lowest and best price, F.O.B. destination on each item. If delivery and shipping quantities affect unit bid price, multiple bids may be made so as to indicate "price break" quantities in order for the City to determine maximum economic benefits. Pricing should include packaging and transportation unless otherwise specified. Pricing shall be entered on the Bid Sheet in ink or typewritten. Totals shall be entered in the "Total Price" column of the Bid Sheet. In case of discrepancy between unit price and extended price, the unit price will be presumed to be correct. B. Bids should be firm. If the Bidder, however, believes it is necessary to base its price on a price adjustment, such a bid may be considered, but only as an alternate bid. C. Transportation Charges. If the quoted price does not include transportation charges, such charges must be itemized separately; provided, however, that the City shall have the right to designate what method of transportation shall be used to ship the goods. D. Taxes, The City does not have to pay Federal Excise Taxes or state and local retail sales and use taxes. Tax exemption certificates can be provided upon request. I:. Time, if stated as a number of days, will include Saturdays, Sundays, and holidays. Time of delivery is part of the bid and is very important. The required delivery date indicated is at point of destination. If the indicated date cannot be met or date is not indicated, Bidder shall state its best delivery time. F. If the Bid Invitation indicates "approved equal" products are acceptable, the seller may offer an "equal" product as an alternate bid. Final "approved equal" determination remains with the City. G. Bids submitted on other than Ck forms or with different terms or provisions will be considered nonresponsive and will be eliminated from consideration 3. Submission of Bids A. Sealed bids should be returned in an envelope marked on the outside with the Bidder's name and address and bid number. Address to: City of Corpus Christi Purchasing Division P. O. Box 9277 Corpus Christi, Texas 78469 -9277 BID NO.: BID CLOSING TIME: B. Sealed bids may be delivered in person or by courier to the Purchasing Division on the 4th Floor of City Hall at 1201 Leopard Street, Corpus Christi, Texas, 78401 -2825. C. Bids must be returned in sufficient time so as to be received and time- stamped at the above location on or before the published bid date and time shown on the Bid Invitation. Bids received after the published time and date shall not be considered. 4. Modification or Withdrawal of Bids Bids may be modified or withdrawn by written or telegraphic notice received by the City purchasing office prior to the exact hour and date specified for receipt of bids. A bid may also be withdrawn in person by a Bidder or his authorized representative, provided his identity is made known and he signs a receipt for the bid, but only if the withdrawal is made prior to the exact hour and date set for the receipt of bids. 5. Evaluation Factors A. Lowest Responsible Bidder. The City will award purchase orders and contracts to the Lowest Responsible Bidder. In determining the Lowest Responsible Bidder, the City may take into consideration the quality of the product, the adaptability to the particular use required, and the ability, capacity, experience, efficiency and integrity of the bidders as well as their financial responsibility. FAILURE TO COMPLY WITH ALL REQUIREMENTS AND CRITERIA OR QrALIFICATIONS OF ANY KINI) SHALL RESULT IN BIDDER'S BID BEING ELIMINATED FROM CONSIDERATION. B. Partial Awards. Bidders may furnish pricing for all or any portion of the Bid Invitation. Unless the Bidder specifies otherwise in his bid, the City may award the contract for any item or group of items shown on the Bid Invitation. C. Reservations. The City expressly reserves the right to: I . Waive any immaterial defect, irregularity or informality in any bid or bidding procedure; 2. Reject or cancel any or all bids; 3. Reissue the Bid Invitation; 4. Extend the bid opening time and date; 5. Procure any item by other means; 6. Increase or decrease the quantity specified in the Bid Invitation, unless the Bidder specifies otherwise; 7. Consider and accept an alternate bid, as provided herein, when most advantageous to the City, in the event no bid is received that fully complies with all requirements and criteria used to determine the lowest responsible bid. 6. Acceptance Acceptance of Bidder's offer for an open market purchase will be in the form of a purchase order. Acceptance of Bidder's offer for supply agreements will be by acceptance letter. Subsequent purchase orders and release orders may be issued as appropriate. 7. Conflicts of Interest Bidders must comply with the conflict of interest provisions of the City Charter and Code of Ordinances. Prior to the submission of any bid, each Bidder must file with the City purchasing office a disclosure of interests on the form supplied by the City, Bidders are obligated to provide updated information concerning the disclosure of interests, as warranted, throughout the time the bids are being considered. Bidders who already have a current disclosure of interest form on file in the City purchasing office will not be required to submit a separate form with their bids provided that they have signed the certificate on the Bid Sheet certifying that the disclosure of interest information on file is current and true. 8. Equal Employment Opportunity Bidders are expected to comply with the Affirmative Action Policy Statement of the City with respect to its provisions concerning contractors, Any complaints filed with the City alleging that a Bidder is not an Equal Opportunity Employer due to activities arising during a previous City contract will be referred to the Human Relations Commission ( "Commission ") of the City for the purpose of review and recommendation. Summaries of reports by the Human Relations Administrator or the Commission may be considered in any future bid awards by the City. The City expressly reserves the right to consider such reports in determining the lowest responsible bid. CITY OF CORPUS CHRISTI PURCHASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a) Seller's name and address; (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable; (c) container number and total number of containers, e.g. box 1 of 4 boxes; and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE & RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B. destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid, or actual costs, whichever is lower, if the quoted delivery terms do not include transportation costs, provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goads must fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order entitled "Receiving Agency." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled "Modifications." The terms of this agreement are "no arrival, no sale." 7. INVOICES & PAYMENTS a. Seller shall submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices shall indicate (he purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice. Mail to: Accounting Division, City of Corpus Christi, P. 0. Box 9277, Corpus Christi, Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available, and any delivered but unpaid for goods will be returned to Seller by City. c, Do not include Federal Excise, State or City Sales Tax. City shall furnish tax exemption certificates upon request, d. Payment terms are net 30 days after the goods are provided or services are completed, as required, or a correct invoice is received, whichever is later. 8. GRATUITIES The City may, by written notice to the Seller, cancel this contract without liability to Seller if it is determined by City that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing of such a contract. to the event this contract is cancelled by City pursuant to this provision, City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS & TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of (he City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY -PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by others, or in the alternative, City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the fail amount of such commission, percentage, brokerage or contingent fee. 11. WARRANTY- PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications, drawings, and descriptions listed in the bid invitation, and to the sample(s) furnished by Seller, if any. In the event of a conflict between the specifications, drawings, and descriptions, (he specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U. S. Department of Labor under the Occupational Safety and Health ACT (OSHA). In the event the product does not conform to OSHA standards, City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction made by City will be at Seller's expense, 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall City be liable to Seiler for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result, he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like, Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like, this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole, or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a "Notice of Termination" specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15, herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT- DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. WAIVER No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the Claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. 20. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 21. INTERPRETATION -PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance Or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code is used in this contract, the definition contained in the Code is to control. 22. APPLICABLE LAW This contract shall be governed by the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this contract. 23. ADVERTISING Seller shall not advertise or publish, without City's prior consent, the fact that City has entered into this contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, state or local government. 24, RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 25. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that daring the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race, color, religion, sex, national origin, marital status, age, or handicap. b. Identify itself as an "Equal Opportunity Employer" in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. The City reserves the right to consider its reports from its Human Relations Administrator in response to such complaints in determining whether or not to terminate any portion of this contract for which purchase orders or authorities to deliver have not been included, however, the Seller is specifically advised that no Equal Opportunity Employment complaint will be the basis for cancellation of this contract for which a purchase order has been issued or authority to deliver granted. 26. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of the City Charter and Code of Ordinances, Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 0092 -11 PAGE 1 OF 2 FIXV X BIDDER AUTHORIZED SIGNATURE 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, 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 c. the disclosure of Interest information on file with the City's purchasing office, pursuant to the Code of Ordinances, is current and true. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE Thirty -six (36) month service agreement with options to extend for up to two (2) additional twelve -month periods for POTS and Long Distance Services in accordance with Specification 1241 and Insurance Requirements. NOTE: All quantities are for thirty -six (36) month term of service agreement 1.0 Long Distance Service 1.1 Interstate Long Distance — Dedicated 413,460 minute /minute 1.2 Intrastate Long Distance - Dedicated 1,209,564 minute /minute 2.0 POTS Lines 2.1 Individual Business Access Lines 421 line /line 2.2 Business Multi -Line Access Lines 97 multi -line /multi -line 2.3 Hunt Groups 40 line /line 2.4 Caller ID 50 line /line 2.5 Personalized Ring 16 line /line 2.6 Non- Recurring Charge — Service Order 1 order /order 2.7 Non - Recurring Charge — Trip Charge 1 trip Itrip 2.8 Non - Recurring Charge — Central Office 1 line /line Access CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 0092 -11 PAGE 2OF2 M1J:VY09 BIDDER AUTHORIZED SIGNATURE 2.9 Ad Hoc Reports 1 hour /hour THE CITY MAY AWARD SERVICE AGREEMENTS BY GROUP (GROUPS 1.0 AND 2.0) OR THE CITY MAY AWARD A SINGLE SERVICE AGREEMENT FOR ALL SERVICES DESCRIBED HEREIN. SPECIAL INSTRUCTIONS TO BIDDERS A pre -bid conference will be held in the Sixth Floor Conference Room, City Hall, 1201 Leopard ,Street, Corpus Christi, Texas at 10:00 AM Central Time (CT) on Monday, October 31, 2011. The purpose of the pre -bid conference is to discuss the bid invitation and specifications. You are encouraged to attend. If you are unable to attend the pre -bid conference in person, you may participate via conference call by dialing (218) 486 -1616 and entering access code 2992080 when prompted. Bidders' questions shall be submitted in writing, online via PublicPurchase.com, using the electronic question submission feature specific to this bid and shall be submitted no later than 5 :00 PM CT on Wednesday, November 2, 2011. Questions submitted after 5:00 PM CT on Wednesday, November 2, 2011 shall be deemed late and shall not be considered. The City shall provide responses in writing to all prospective bidders in the form of written addenda, if such information is necessary to bidders in submitting bids or if the lack of such information would be prejudicial to uninformed bidders. The City shall post addenda, specific to this bid, online at PublicPurchase.com. Oral explanations or instructions provided by the City before the award of the contract shall not be binding upon the City. The electronic time -stamp in the Purchasing Division of the City of Corpus Christi at City Hall, 1201 Leopard Street, Corpus Christi, Texas, shall be the official time stamp and shall maintain the official time for the purpose of the BID CLOSING TIME for this Invitation to Bid. INSURANCE REQUIREMENTS SUCCESSFUL BIDDER'S LIABILITY INSURANCE A. Successful Bidder shall not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee. Successful Bidder must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. B. Successful Bidder shall furnish to the Risk Manager or designee two (2) copies of Certificates of Insurance and applicable policy endorsement(s), showing the following minimum coverage by an insurance company(s) acceptable to the Risk Manager or designee. The City must be named as an additional insured for the General Liability policy, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 day written notice of cancellation required Bodily Injury and Property Damage on all certificates or by applicable policy Per occurrence / aggregate endorsement(s) Commercial General Liability including: $1,000,000 Combined Single Limit 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury — Advertising Injury Auto Liability to include $1,000,000 Combined Single Limit or its equivalent 1. Owned Vehicles 2. Hired & Non -owned vehicles Property Insurance Successful Bidder will be responsible for any and all damage to equipment used; regardless if owned, borrowed, rented or leased. WORKERS' COMPENSATION Which Complies with the Texas Workers' Compensation Act and Section II below of this exhibit EMPLOYERS' LIABILITY $500,000/ $500,0001$500,000 C. In the event of accidents of any kind, Successful Bidder shall furnish the Risk Manager with copies of all reports of such accidents within ten (10) days of the accident. II. ADDITIONAL REQUIREMENTS A. Successful Bidder must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. If workers' compensation coverage is not written in accordance with Texas law, "All Other States" endorsement must be indicated on the certificate of insurance. Successful Bidder who is a Sole Provider (has no employees other than himself), must execute the following Release of Liability and Covenant Not to Sue in lieu of having Workers' Compensation coverage: RELEASE OF LIABILITY AND COVENANT NOT TO SUE THE STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: § This Release of Liability and Covenant Not to Sue (hereinafter "Release ") is made by and between the Successful Bidder and the City of Corpus Christi, Nueces County, Texas, executed on this the day of , 20 , and is entered into for the purpose of releasing the City, its officers, employees, representatives, agents and contractors (herein collectively referred to as 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 Successful Bidder in providing personal services to the City, which is the subject of the attached contractual agreement ( "Agreement ") between Successful Bidder and the City. Successful Bidder, in exchange for the City allowing him to forego the requirement of providing a Worker's Compensation insurance policy as a condition of the Agreement, does hereby voluntarily enter into the following covenants: 1. Successful Bidder acknowledges that he, individually, employs no workers other than himself. Successful Bidder covenants that he will not enter into an employer- employee relationship with any individual or individuals during the term of the Agreement. Successful Bidder acknowledges that the capacity in which he will be participating in the Agreement is that of an independent contractor and not as an employee or agent of the City. Successful Bidder further understands that, as an independent contractor, Successful Bidder will receive no worker's compensation benefits, health benefits, disability benefits, or other insurance benefits which might be available to full time employees of the City and that, as an independent contractor, Successful Bidder is fully responsible for incurring the cost of and paying for any medical services that he may require during the term of the Agreement. 2. Successful Bidder understands that he will participate in this Agreement at his own risk and hereby releases, waives, and in all ways relinquishes any and all present or future claims against the City which he, his heirs, successors, assigns, or any other person or entity (collectively, hereinafter referred to as "Successful Bidder "), may assert, have, or acquire as a result of any injury, death, damage, or loss whatsoever to himself or his property resulting from, arising out of, or connected with his participation in the Agreement between himself and the City. 3. Successful Bidder hereby releases, waives, and relinquishes all such claims, and further covenants not to sue the City for any such claim, regardless of whether such claims may arise from any negligence or gross negligence of the City. 4. Successful Bidder understands that there may be risks involved in participating in the Agreement. Successful Bidder assumes all such risks, and will rely solely on himself, and not the City, in determining those risks. 5. Successful Bidder acknowledges that his services under the Agreement may occur on real property owned by the City. Successful Bidder agrees to completely absolve the City of all potential liability caused by, arising out of, or incident to his performance of services on real property owned by the City. 6. Successful Bidder agrees that this Release shall apply to all activities during or connected in any way with his participation in the Agreement and his performance thereunder. 7. Successful Bidder agree that this Release shall be governed by and enforceable under the laws of the State of Texas. Venue shall lie in Nueces County, Texas, where this Release was executed. 8. Successful Bidder hereby acknowledges that he has carefully read this Release and that he agrees to be legally bound and to accept each of its terms. EXECUTED IN DUPLICATE, each of which shall be considered an original, on this the day of , 20. Address, City, County, State & ZIP: STATE OF FM COUNTY OF § Before me, on this day personally appeared , known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this day of , 20 —. Notary Public, State of Commission expires: B. Successful Bidder's financial integrity is of interest to the City, therefore, subject to Successful Bidders right to maintain reasonable deductibles in such amounts as are approved by the City, Successful Bidder shall obtain and maintain in full force and effect for the duration of this agreement and any extension hereof, at Successful Bidder'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. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Successful Bidder shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Successful Bidder shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 (361) 826 -4555- Fax # D. Successful Bidder agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects 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 suspension, cancellation, non - renewal or material change 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 suspension, cancellation, or non - renewal of coverage, Successful Bidder shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Successful Bidder'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 agreement. F. In addition to any other remedies the City may have upon Successful Bidder'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 Successful Bidder to stop work hereunder, and /or withhold any payment(s) which become due to Successful Bidder hereunder until Successful Bidder demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Bidder may be held responsible for payments of damages to persons or property resulting from Successful Bidder's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Successful Bidder'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. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2011 POTS and Long Distance Phone Service bid ins req. 8 -4 -11 ep Risk Mgmt. CITY OF CORPUS CHRISTI PURCHASING DIVISION SERVICE AGREEMENT STANDARD PROVISIONS Contractor and the City of Corpus Christi ( "City ") agree as follows: 1. Term The term of this Service. Agreement is thirty -six months, with the option to extend for up to two (2) additional twelve -month periods, subject to the approval of the Contractor and the City Manager or designee. If the City has not completed the bidding process and awarded a new contract upon the expiration of the original contract period or any extension period, the Bidder shall continue to provide goods /services under this Service Agreement, at the most current price under the terms of this Service Agreement or extension, on a month -to -month basis, not to exceed six months. This Service Agreement automatically expires on the effective date of a new contract. 2. Description - Sale of Goods and Services. Contractor will transfer and deliver to the City, and the City will pay for and accept the City's requirements, during the term of the Agreement for all of the items described on the Bid Sheet(s). Quantities shown on the Bid Sheet(s) are estimates and do not obligate the City to order or accept more than the City's actual requirements during the term of this Service Agreement, nor do the estimates limit the City to ordering less than its actual needs during the term of this Service Agreement, subject to availability of appropriated funds. 3. Purchase Order. The City will exercise its right to specify time, place and quantity to be delivered in the following manner: Any City department or division may send to Contractor a purchase order signed by an authorized agent of the department or division. The purchase order will refer to this Service Agreement and will specify the item, quantity, delivery date, shipping instructions and receiving address of the ordering department or division. 4. Default In One Installment to Constitute Total Breach. Each installment of this Service Agreement is dependent on every other installment, and a delivery of non - conforming goods or services, or a default of any nature under one installment will impair the value of the entire Service Agreement and may constitute a total breach of the Service Agreement. 5. Replacement of Merchandise. Any merchandise rejected by the City must be corrected or replaced by suitable merchandise within two weeks, at no charge to the City, or a replacement will be bought on the open market and any costs incurred, including additional costs over the bid price, shall be paid by the Contractor within thirty days of receipt of the City's invoice. 6. Price Adjustment. All goods and services to be delivered pursuant to this Service Agreement, including any extensions thereof, will be purchased at the prices on the Contractor's Bid Sheet, provided that, at renewal or extension of the Service Agreement for an additional twelve -month period(s), the prices for goods and services to be delivered during the ensuing twelve -month period(s) may be increased or decreased to the extent of changes in the cost of materials to the Contractor, as reflected in written documentation provided by the Contractor to the City. CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 1 OF 6 SPECIFICATIONS FOR POTS LINES AND LONG DISTANCE SERVICE A. The City of Corpus Christi's ( "City ") current POTS and long distance telephone service provider is AT &T. B. See Exhibit A (associated Excel document) for a complete listing of POTS Lines. D. The City has approximately 7 toll free lines. E. The City is not able to provide projected or current LD minutes per month usage by: a. International (Alaska, Hawaii, Mexico, International) b. Toll Free The following are the requirements for this service. Bidders who answer "N ",Do Not Comply, for any requirement will be_ deemed non- restionsiye and will be e_ liminated from consideration A. The City shall own all numbers in order to maintain their portability. B. The City requires long distance to all City phones including PRI -based and POTS lines. C. Monthly, the Bidder will provide one electronic bill for all telephones on contract, detailed by each DID, by date. A. Bidder has a disaster recovery plan for the following: major disaster (i.e. hurricane or similar) and loss of power. B. Although the City does not have a list of Non - Published numbers, the following are the telephone numbers the Bidder will be required to publish in the "white pages ": CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 2 OF 6 PaaggIng.,..__ _ _ — Se¢Al ne 289267755 Aami A EMS 911 EMS BIIIn9 Office 2741 Swam or 76484 AMERXANBANNCENTER -7' - 252'!773 1901 Nft0lfl8 Blvd 79481'x- :••--- • ---• -- 826.4100 ANIMAL CARE SERVICES- auesleRsAnnIt UeMFarStWes -" MMi�rr Frttl8Y7 - 7pM• --- -826 2489 aRFr7PIflEaraBencyOnlY 911 BeiI0 '- ---..- ....$66-2530 L6pfhpsa At4aCk-- •- .- __......._. Afte} 5 PM ll9psto[k Emer9iW OBlY - -8 BUILDING PERMITS - Farinfarngatlan CITYEMPL05'EESCREWlINION r9errlces 2140 B�Nnar Rd 76416 - - -• - -� 855 - 4449 CITY ml- 1201 Leonard WO O1- 911 141-- -• - - -- -- 826-3105 141 - -� --826 -3220 Y- I41 . ---.. •.. ••- •-- 626 -3103 S481re)1317 Mofta R 78401- =-- -= 926.1M MANC lneerina— ..::_-- -•- -•- •622.3547 1201 Leopard St76r01-- ---- -- 826 - 3600 -IRE- Fke Alarm- Flre - - --- • - - -• -- -911 FlreEmereancy - -• - -- Moolydstretlon OHlce 2446 teaparp St 78906 -- 826.3900 Fire CNef 2404149oaN s 76408 • .- •-- .:- •.826.3932 Fire P48vewon- 2446 Leopard St 20 Fim 78406 -- 826-3930 EreaIWlCeflterllll egrduc4 oeradans SeeYl[e Certl� 53 Memorial Pod 1456 Y48Idmr EYtIrgILY4 'r8''.Warcirur.654Graratn R Gard�r Senlpr Center x125 creeb or 7843e�_e `PersoMel POLICE- . PoliceEml T- Non•Emer qm ----. Pall0bA& 0Allne•H -: - -- •_..855 2559 _ uecu wcrnov— .: n.�.wwi --626 -3013 IN91201 impard - •-- •• -••••- 826-3030 141 --=. -- 826.3010 CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 3OF6 EONCYREPIS{ , , "•r �S�RyiC�S Dn rDlsp�tCR� , u 4 r water �gaSf8t19 5FN 1ArtiFn6e17 A PM 6 Weelren64�Ho1 Af8�8fm LYtA!#ED N1Nd 41L •C4n8r Won CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 4 OF 6 C. Bidder shall provide ad hoc reports within 15 calendar days of City's request and at the amount bid by Bidder in the Bid Sheet. D. Bidder shall provide City with access to data via a web -based application. E. Bidder will provide City with a single point -of- contact who will be available to the City during the term of the contract and at least one month prior to the effective date of the transition in order to coordinate the transition of service. F. The single point -of- contact will be available 24x7x365. G. The Bidder shall have all services transitioned within 60 days following commencement of contract. NOTE: For each day the Bidder does not have a service functional after the above- described deadline for transition of service, Bidder will deduct 1130th of the cost of that service, including all applicable taxes, fees, etc. Bidder shall reflect such deduction on the first or, no later than second invoice, following the p eriod to which said credit applies. H. The City's payment terms are net 30 days from the date the City is in receipt of a valid invoice. I. Bidder accepts MasterCard credit card as a form of payment for all services the subject of this bid. J. Bidder will not assess, collect nor request payment from the City for any convenience or other fee or cost of an kind to pay via credit card. A. For functional, operational and timeliness reasons, the Bidder must maintain an office in the City of Corpus Christi. B. Bidder does not have any outstanding lawsuits nor has the Bidder been involved in any lawsuits during the last 5 years that may materially affect its ability to provide the services described herein. C. Bidder does not have any outstanding regulatory issues nor has the Bidder had any regulatory issues during the last 5 years that may materially affect its ability to provide the services described herein. D. Bidder is not currently involved in litigation with the City nor has the Bidder been involved in litigation with the City during the last 5 years. E. Provide three (3) current client references and three (3) former client references for which the same services have been provided. This information will be used to determine the extent to which the Bidder is able to provide the services described herein to an entity the size of the City of Corpus Christi, as well as the level of customer service exhibited by the Bidder. CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 5 OF 6 a. CURRENT CLIENT Reference I Organization name: Contact and title: Address: Phone number: Effective date of contract: Number of POTS lines: Was Long Distance Service provided? Y N Description of services provided: b. CURRENT CLIENT Reference 2 Organization name: Contact and title: Address: Phone number: Effective date of contract: Number of POTS lines: Was Long Distance Service provided? Y N Description of services provided: c. CURRENT CLIENT Reference 3 Organization name: Contact and title: Address: Phone number: Effective date of contract: Number of POTS lines: Was Long Distance Service provided? Y N Description of services provided: CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 6 OF 6 d. FORMER CLIENT Reference I Organization name: Contact and title: Address: Phone number: Effective date of contract: Number of POTS lines: Was Long Distance Service provided? Y N Description of services provided: Reason for termination: e. FORMER CLIENT Reference 2 Organization name: Contact and title: Address: Phone number: Effective date of contract: Number of POTS lines: Was Long Distance Service provided? Y N Description of services provided: Reason for termination: f FORMER CLIENT Reference 3 Organization name: Contact and title: Address: Phone number: Effective date of contract: Number of POTS lines: Was Long Distance Service provided? Y N Description of services provided: Reason for termination: POTS LINES AND LONG DISTANCE SERVICE AGREEMENT Service Agreement No. THIS POTS Lines and Long Distance Service Agreement (this "Agreement ") is entered into by and between (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 ( "City Manager "), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide POTS Lines and Long Distance Service in response to Bid Invitation No. BI-0092-11 (which includes Specification 1241, dated 10 /18 /11) which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide POTS Lines and Long Distance Service in accordance with Bid Invitation No. BI-0092-11 (which includes Specification 1241, dated 10/18/11). 2. Term. This Agreement is for thirty -six (36) months commencing on and continuing through . The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the 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 Director of Municipal Information Services. 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 Director of Municipal Information Services 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 31"), 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 Bid Invitation No. BI- 0092 -11 (which includes Specification 1241, dated 1011$111), or the Contractor's bid offer to Bid Invitation No. BI- 0092 -11 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. 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 Director of Municipal Information Systems. 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 Inviitation No. BI- 0092 -11 (which includes Specification 1241, dated 10118111). 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 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. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace policy. 15. Violence Policy. The Contractor must adopt a 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 in the U.S. mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Director of Municipal Information Systems P.O. Box 9277 Corpus Christi, Texas 78469 -9277 IF TO CONTRACTOR: Contractor Contact Address: City, State, 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. 19. INDEMNIFICATION. CONTRACTOR AGREES TO 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 AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, 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 REASONABLY 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 day of , 20 Contractor Title: CITY OF CORPUS CHRISTI ( "CITY ") Michael Barrera Assistant Director of Financial Services Date APPROVED THIS DAY OF , 20. CARLOS VALDEZ, CITY ATTORNEY Brian Narvaez Assistant City Attorney Incorporated by Reference: Exhibit A: Bid Invitation No. BI-0092-11 Exhibit B: Bidder's Bid City of SUPPLIER NUMBER COrP, , TO BE ASSIGNED BY CITY Christi 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: P. 0. BOX: STREET ADDRESS: CITY: STATE: ZIP: - FIl2M IS: 1. Corporation 2, Partnership 3. Sole Owner ❑ 4. Association e 5. Other 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 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 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 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 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: (Type or Print) Signature of Certifying Person: Title: DEFINITIONS 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. "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." Date: 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. POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 236 WATER WATER O. N. STEVENS 3612417209 3612417209 13101 UP RIVER RD 861 3612991402 3612991402 226 S ENTERPRIZE PKWY 861 3612991402 3612991405 226 S ENTERPRIZE PKWY 861 3612991402 3612991410 226 S ENTERPRIZE PKWY 861 3612991402 3612992165 226 S ENTERPRIZE PKWY 498 3615472122 3615472122 299 CR 365, SANDIA TX 498 WATER WATER 3615472122 3612417492 14333 IH 37 r 498 WATER WATER 3615472122 3615470158 299 CR 365, SANDIA TX 498 WATER WATER 3615472122 3615470897 299 OR 365, SANDIA TX 498 WATER WATER 3615472122 3615473159 299 OR 365 498 WATER WATER 3615472122 3615477290 299 OR 365 498 WATER WATER 3615472122 3615477438 298 CR 365 498 WATER WATER 3615472122 3616926024 14333 IH 37 498 WATER WATER 3615472122 3616926051 14333 IH 37 838 3615610078 3615610078 7001 AYERS ST 282 HEALTH HEALTH CITY - COUNTY PHD 3615611409 3615611409 1702 Horne Rd. 78416 283 HEALTH HEALTH CITY- COUNTY AHD 3615610136 3615610136 1702 HORNE RD 283 HEALTH HEALTH CITY- COUNTY PHD 3615610136 3615610135 1702 HORNE RD 283 HEALTH HEALTH CITY- COUNTY PHD 3615610136 3615610137 1702 HORNE RD 120 3615611386 3615611386 1114 SAM RANKIN ST 369 MIS MIS CITY HALL 3616920316 3616920316 1201 LEOPARD ST 369 MIS MIS CITY HALL 3616920316 3616920317 1201 LEOPARD ST 369 MIS MIS CITY HALL 3616920316 3616926015 13101 UP RIVER RD 369 MIS MIS CITY HALL 3616920316 3616926016 13101 UP RIVER RD 5 MIS MIS CITY HALL 3616920520 3616920520 1201 Leopard St. 78401 5 MIS MIS CITY HALL 3616920520 3616920575 1201 Leopard St. 78401 590 PARKS & REC REC. CENTER JOE GARZA 3616921558 3616921558 3204 HIGHLAND AVE 590 PARKS & REC REC. CENTER JOE GARZA 3616921558 3616921564 3204 HIGHLAND AVE 197 3618062384 3618062384 2397 CR 20, ROBSTOWN 197 3618062384 3618062976 2397 CR 20, ROBSTOWN 971 WATER WATER ADMINISTRATION 3618062680 3618062680 2726 Holl 681 HEALTH HEALTH CITY- COUNTY PHD 3618141072 3618141072 1702 HORNE RD 881 HEALTH HEALTH CITY- COUNTY PHD 1 3618141072 3618547245 1702 HORNE RD POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 881 HEALTH HEALTH CITY - COUNTY PHD 3618141072 3618550792 1702 HORNE RD 881 HEALTH HEALTH CITY - COUNTY PHD 3618141072 3618148604 1702 HORNE RD 881 HEALTH HEALTH FB CLINIC 3618141072 3619397927 1456 WALDRON RD 861 EEOC EOC 4TH FLOOR, FROST 3618261100 3618261100 2406 Leopard 550 ABC ABC SMG 3618264100 3618264100 1901 N. Shoreline 934 POLICE POLICE PD MAIN 3618264636 3618264636 321 John Sartain 934 POLICE POLICE PD MAIN 3618264636 3618264637 321 John Sartain 934 POLICE POLICE PD MAIN 3618264636 3618264638 321 John Sartain 934 POLICE POLICE PD MAIN 3618264636 3618264639 321 John Sartain 934 POLICE POLICE PD MAIN 3618264636 3618264640 321 John Sartain 976 UNKOWN UNKNOWN 3618512925 3618512925 3825 S STAPLES ST 59 UNKOWN UNKNOWN 3618557645 3618557645 1821 S PADRE ISLAND DR 702 UNKOWN UNKNOWN 3618558253 3618558253 4040 GREENWOOD DR 416 UNKOWN UNKNOWN 3618559889 3618559889 477 UNKOWN UNKNOWN 3618572158 3618572158 35 HEALTH HEALTH CITY - COUNTY PHD 3618575798 3618575798 1702 HORNE RD 750 HEALTH HEALTH CITY - COUNTY PHD 3618575818 3618575818 1702 HORNE RD 750 HEALTH HEALTH CITY - COUNTY PHD 3618575818 3618575816 1702 HORNE RD 750 HEALTH HEALTH WILLIAMS CLINIC 3618575818 3619920682 1702 HORNE RD 448 MIS MIS CITY HALL 3618803000 3618803000 1201 Leopard St. 78401 A MIS MIS CITY HALL 3615610050 3615610050 1201 LEOPARD ST A UNKOWN UNKNOWN 3615610050 3612250626 4738 CHERYL DR A UNKOWN UNKNOWN 3615610050 3618831403 330 COLE ST 426 UNKOWN UNKNOWN 3618821911 3618821911 373 UNKOWN UNKNOWN 3618834155 3618834155 5352 AYERS ST 214 POLICE POLICE PD MAIN 3618862600 321 John Sartain 508 POLICE POLICE PD MAIN 3618876012 3618876012 120 N CHAPARRAL ST 934 POLICE POLICE PD MAIN 3618884357 3618884357 321 JOHN SARTAIN ST 934 POLICE POLICE PD MAIN 3618884357 3615611644 321 JOHN SARTAIN ST 934 POLICE POLICE PD MAIN 3618884357 3618885142 321 JOHN SARTAIN ST 934 POLICE POLICE PD MAIN 3618884357 3618888477 321 JOHN SARTAIN ST 934 POLICE POLICE PD MAIN 3618884357 3618888478 321 JOHN SARTAIN ST 934 POLICE POLICE PD MAIN 3618884357 3618888481 321 JOHN SARTAIN ST 934 POLICE POLICE PD MAIN 3618884357 3618889470 321 JOHN SARTAIN ST 934 UNKOWN UNKNOWN 3618884357 3618889262 401 S WATER ST 934 UNKOWN UNKNOWN 3618884357 3619040965 1114 SAM RANKIN ST 828 PARKS & REC PARKS & REC IOAK PARK REC. CENTER 1 3619040112 3619040112 842 ERWIN AVE POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 726 ABC ABC SMG 3619040131 3619040131 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040424 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040225 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040239 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040308 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040611 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040854 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040364 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040388 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3619040570 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3618790841 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3618790674 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3618884993 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3618824031 1901 N SHORELINE BLVD 726 ABC ABC SMG 3619040131 3618824297 1901 N SHORELINE BLVD 487 UNKOWN UNKNOWN 3619397927 3619397927 612 UNKOWN UNKNOWN 3619498011 3619498011 14201 SAND DOLLAR AVE 855 WASTEWATER TREATMENT OSO 3619915576 3619915576 500 NILE DR 855 WASTEWATER TREATMENT OSO 3619915576 3619915314 6602 WILLIAMS DR 655 WASTEWATER TREATMENT OSO 3619915576 3619915588 500 Nile 855 WASTEWATER TREATMENT OSO 3619915576 3619946427 500 Nile 855 WASTEWATER TREATMENT OSO 3619915576 3619946439 500 Nile 231 UNKOWN UNKNOWN 3619918614 3619918614 5325 GREELY DR 5 TRAFFIC TRAFFIC CONTROL 3619930850 3619930850 4521 S STAPLES ST 770 WATER WATER ADMINISTRATION 3618533154 3618533154 5352 AYERS ST 2 WATER WATER ADMINISTRATION 3618537934 3618537934 5352 AYERS ST 897 FIRE FIRE CARANCAHUA 3618849487 3618849487 209 S CARANCAHUA ST 861 POLICE PD SUBSTATION 3612250440 3612250440 2230 SARATOGA BLVD 861 POLICE PD SUBSTATION 3612250440 3618512290 2230 SARATOGA BLVD 861 POLICE PD SUBSTATION 3612250440 3618512254 2230 SARATOGA BLVD 589 UNKOWN UNKNOWN 3612996216 3612996216 6601 BEAR LN 858 MIS MIS MIS 3616921520 3616921520 120 N CHAPARRAL ST 858 MIS MIS MIS 361.6921520 3616921521 120 N CHAPARRAL ST 858 MIS MIS MIS 3616921520 3616925920 226 S ENTERPRIZE PKWY 858 MIS MIS MIS 3616921520 3616925921 226 S ENTERPRIZE PKWY 711 UNKOWN UNKNOWN 3618141766 3618141766 521 VAKY ST 238 UNKOWN UNKNOWN 3618534098 3618534098 59 UNKOWN UNKNOWN 3618657845 3618657845 POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 788 UNKOWN UNKNOWN 3618820932 3618820932 798 MARINA MARINA LAWRENCE T -HEAD 3618821260 3618821260 100 LAWRENCE ST T HEAD 853 3618821300 3618821300 79 3618827333 3618827333 413 MARINA MARINA LAWRENCE T -HEAD 3618834778 3618834778 LAWRENCE ST T HEAD 301 MIS MIS CITY HALL 3618838341 3618838341 1201 LEOPARD ST 635 ABC ABC SMG 3618838543 3618838543 1901 N SHORELINE BLVD 312 UNKOWN UNKNOWN 3618838713 3618838713 1901 N SHORELINE BLVD 732 UNKOWN UNKNOWN 3618839352 3618839352 1609 N CHAPARRAL ST 841 UNKOWN UNKNOWN 3618857968 3618857968 4141 OLD BROWNSVILLE RD 196 UNKOWN UNKNOWN 3619373291 3619373291 1456 WALDRON RD 762 UNKOWN UNKNOWN 3619376932 3619376932 6861 UNKOWN UNKNOWN 5121620049 5121620049 321 JOHN SARTAIN ST 644 UNKOWN UNKNOWN 5121660005 5121660005 681 UNKOWN UNKNOWN 5121661468 5121661468 243 WATER WATER WOODSBORO 3615434038 3615434038 132 Toups Road, Woodsboro T 243 WATER WATER WOODSBORO 3615434038 3615434296 132 Toups Road, Woodsboro T 243 WATER WATER WOODSBORO 3615434038 3615749385 132 Toups Road, Woodsboro T 243 WATER WATER WOODSBORO 3615434038 3615749390 132 Toups Road, Woodsboro T 555 UNKNOWN 3616925004 3616925004 5425 LEOPARD ST 555 UNKNOWN 3616925004 3616925017 5425 LEOPARD ST 5 SOLID WASTE SOLID WASTE ELLIOT 3618551139 3618551139 7001 AYERS ST 5 SOLID WASTE SOLID WASTE ELLIOT 3618551139 3618537718 6531 CABANISS PKWY 5 SOLID WASTE SOLID WASTE ELLIOT 3618551139 3618546497 7001 AYERS ST 5 SOLID WASTE SOLID WASTE ELLIOT 3618551139 3618546537 7001 AYERS ST 684 LIBRARY LIBRARY CENTRAL 3618874852 3618874852 805 COMANCHE ST 684 LIBRARY LIBRARY CENTRAL 3618874852 3618834900:805 COMANCHE ST 684 LIBRARY LIBRARY CENTRAL 3618874852 . 3618876413 805 COMANCHE ST 684 LIBRARY LIBRARY CENTRAL 3618874852 3618879713 805 COMANCHE ST 684 LIBRARY LIBRARY CENTRAL 3618874852 3618879753 805 COMANCHE ST POTS Lines Bill Code Department Division Site Name Billing TN Workin TN Address 295 GAS GAS MAIN 3618544396 3618544396 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618526991 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618530377 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618531528 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618533200 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618533278 2538 HOLLY RD 295 GAS GAS MAIN 3618544396 3618533805 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618540349 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618541481 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618541602 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618541643 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618542716 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618544397 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618545019 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618545462 4225 S PORT AVE 295 GAS GAS MAIN 3618544396 3618549866 4225 S PORT AVE 573 PARKS & REC PARKS & REC MCCAMPBELL 3618847564 3618847564 1501 N CHAPARRAL ST 6631 PARKS & REC PARKS & REC 5121620022 5121620022 321 JOHN SARTAIN ST 908 PARKS & REC HOUSE MCCAMPBELL 5121460110 5121460110 1501 N. Chaparral 99 PARKS & REC SEN. CENTER NORTHWEST 3612412245 3612412245 9725 UP RIVER RD 99 PARKS & REC SEN. CENTER NORTHWEST 3612412245 3612413956 9725 UP RIVER RD 991 PARKS & REC SEN. CENTER NORTHWEST 3612412245 3612418102 9725 UP RIVER RD 99 PARKS & REC SEN. CENTER NORTHWEST 3612412245 3612421292 9725 UP RIVER RD 930 PARKS & REC SEN. CENTER GARDEN 3619809354 3619809354 5325 GREELY DR 930 PARKS & REC SEN. CENTER GARDEN 3619809354 3619809425 5325 GREELY DR 930 PARKS & REC SEN. CENTER GARDEN 3619809354 3619809031 5325 GREELY DR 930 PARKS & REC SEN. CENTER GARDEN 36198093541 3619809463 5325 GREELY DR POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 930 PARKS & REC SEN. CENTER GARDEN 3619809354 3619800847 5325 GREELY DR 576 PARKS & REC SEN. CENTER ETHEL EYERLY 3619376316 3619376316 1456 WALDRON RD 576 PARKS & REC SEN. CENTER ETHEL EYERLY 3619376316 3619376317 1456 WALDRON RD 576 PARKS & REC SEN. CENTER ETHEL EYERLY 3619376316 3619373218 654 GRAHAM RD 640 LIBRARY LIBRARY NORTHWEST 3612419329 3612419329 3202 MCKINZIE RD 640 LIBRARY LIBRARY NORTHWEST 3612419329 3612419147 3202 MCKINZIE RD 640 LIBRARY LIBRARY NORTHWEST 3612419329 3612419320 3202 MCKINZIE RD 468 FIRE FIRE STATION 4 3619061247 3619061247 2388 RODD FIELD RD 468 FIRE FIRE STATION 4 3619061247 3619061249 2388 RODD FIELD RD 468 FIRE FIRE STATION 4 3619061247 3619061248 2388 RODD FIELD RD 257 FIRE FIRE STATION 13 3619375649 3619375649 1802 WALDRON RD 257 FIRE FIRE STATION 13 3619375649 3619371736 1802 WALDRON RD 257 FIRE FIRE STATION 13 3619375649 3619399758 1802 WALDRON RD 409 WATER TREATMENT LAGUNA MADRE 3619371453 3619371453 201 JESTER ST 409 WATER TREATMENT LAGUNA MADRE 3619371453 3619399376 201 JESTER ST 409 WATER TREATMENT LAGUNA MADRE 3619371453 3619396569 201 JESTER ST 830 LIBRARY LIBRARY JANET HARTE 3619376569 3619376569 2629 WALDRON RD 830 LIBRARY LIBRARY JANET HARTE 3619376569 3619376582 2629 WALDRON RD 830 LIBRARY LIBRARY JANET HARTS 3619376569 3619373188 2629 WALDRON RD 830 LIBRARY LIBRARY JANET HARTE 3619376569 3619373185 2629 WALDRON RD 830 LIBRARY LIBRARY JANET HARTE 3619376569 3619376596 2629 WALDRON RD 80 POLICE SUBSTATION FLOUR BLUFF 3619374528 3619374528 1456 WALDRON RD 80 POLICE SUBSTATION FLOUR BLUFF 3619374528 3619373949 1456 WALDRON RD 80 POLICE SUBSTATION FLOUR BLUFF 3619374528 3619374034 1456 WALDRON RD 560 WATER TREATMENT CUNNINGHAM 3612411261 3612411261 14025 LEOPARD ST 560 WATER TREATMENT CUNNINGHAM 3612411261 3612421987 14025 LEOPARD ST 560 WATER ITREATMENT ICUNNINGHAM 3612411261 3612429862 14025 LEOPARD ST 414 WATER WATER UNKNOWN 3612412831 3612412831141 01 MCKINZIE RD 414 WATER WATER UNKNOWN 3612412831 3612419884 4101 MCKINZIE RD POTS Lines Bill Code De artment Division Site Name Billing TN Working TN Address 258 FIRE FIRE STATION 14 3619915273 3619915273 5901 S STAPLES ST 258 FIRE FIRE STATION 14 3619915273 3619912375 5901 S STAPLES ST 258 FIRE FIRE STATION 14 3619915273 3619915311 5901 S STAPLES ST 452 FIRE FIRE STATION 2 3612422401 3612422401 13421 UP RIVER RD 452 FIRE FIRE STATION 2 3612422401 3612422242 13421 UP RIVER RD 452 FIRE FIRE STATION 2 3612422401 3612415526 13421 UP RIVER RD 763 PARKS & REC GOLF COURSE OSO 3619930493 3619930493 5601 S ALAMEDA ST 763 PARKS & REC GOLF COURSE OSO 3619930493 3619852033 5601 S ALAMEDA ST 763 PARKS & REC GOLF COURSE OSO 3619930493 3619808164 5601 S ALAMEDA ST 763 PARKS & REC GOLF COURSE OSO 3619930493 3619924294 5601 S ALAMEDA ST 763 UNKOWN UNKNOWN 3619930493 3619920008 5601 S ALAMEDA ST 288 WATER WATER ONS 3612429131 3612429131 13101 UP RIVER RD 288 WATER WATER ONS 3612429131 3612423691 13101 LEOPARD ST 288 WATER WATER ONS 3612429131 3612414537 13101 UP RIVER RD 288 WATER WATER ONS 3612429131 3612423476 13101 UP RIVER RD 552 STREET SHOP SIGN 3612890631 3612890631 5425 LEOPARD ST 552 STREET SHOP SIGN 3612890631 3612890634 5425 LEOPARD ST 89 FIRE FIRE STATION 15 3619497400 3619497400 14202 COMMODORES DR 89 FIRE FIRE STATION 15 3619497400 3619498401 14202 COMMODORES DR 89 FIRE FIRE STATION 15 3619497400 3619499934 14202 COMMODORES DR 692 FIRE FIRE STATION 15 3619060205 3619060205 6869 YORKTOWN BLVD 692 FIRE FIRE STATION 15 3619060205 3619060929 6869 YOHKTOWN BLVD 255 FIRE FIRE STATION 11 3619915270 3619915270 910 AIRLINE RD 255 FIRE FIRE STATION 11 3619915270 3619911546 910 AIRLINE RD 255 FIRE FIRE STATION 11 3619915270 3619915284 910 AIRLINE RD 255 FIRE FIRE STATION 11 3619915270 3619803879 5901 S STAPLES ST B AIRPORT AIRPORT AIRPORT 3612890171 3612890171 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890172 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890226 1000 INTERNATIONAL DR POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address B AIRPORT AIRPORT AIRPORT 3612890171 3612890227 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890344 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890419 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890473 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890615 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890923 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890954 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612891009 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612891537 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612891725 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612891824 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612892430 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612892646 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612892675 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612892762 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612895974 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612895979 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612895984 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612895987 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612896297 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612898239 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612898282 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612898294 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612898295 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612898821 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612898872 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612992642 1000 INTERNATIONAL DR B AIRPORT AIRPORT AIRPORT 3612890171 3612890251 1000 INTERNATIONAL DR 256 FIRE FIRE STATION 12 3612413085 3612413085 2120 RAND MORGAN RD 256 FIRE FIRE STATION 12 3612413085 3612418124 2120 RAND MORGAN RD 256 FIRE FIRE STATION 12 3612413085 3612415570 2120 RAND MORGAN RD 185 WATER TREATMENT WHITECAP 3619498440 3619498440 13200 WHITECAP BLVD 185 WATER TREATMENT WHITECAP 3619498440 3619491854 13200 WHITECAP BLVD 587 PARKS & REC 3618544628 3618544628 4040 GREENWOOD DR 587 PARKS & REC 3618544628 3618544629 4040 GREENWOOD DR 587 PARKS & REC 3618544628 3618545365 4040 GREENWOOD DR 587 PARKS & REC 3618544628 3612252004 4040 GREENWOOD DR Unkown 3618268590 3618268590 Unkown 751 PARKS & AEC FINANCE SUNRISE 3615472051 3615472051 22825 PARK RD 25, MATHIS T 751 PARKS & REC FINANCE SUNRISE 3615472051 3615472853 22825 PARK RD 25, MATHIS T 751 PARKS & REC FINANCE SUNRISE 3615472051 3615478107 22825 PARK RD 25, MATHIS T C FIRE FIRE STATION 1 3618834121 3618834121 514 Beldon C FIRE FIRE STATION 1 3618834121 3618834326 514 Beldon POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address C FIRE FIRE STATION 1 3618834121 3618871651 514 Beldon C FIRE FIRE STATION 1 3618834121 3618871652 514 Beldon C FIRE FIRE STATION 1 3618834121 3618877121 514 Beldon 681 POLICE TRAINING CORONA 3618555038 3618555038 4510 CORONA DR 413 MARINA MARINA HAULOUT 3618822673 3618822673 Coopers Alley 505 MUSEUM MUSEUM SCIENCE & HISTORY 3615611504 3615611504 1900 N CHAPARRAL ST 505 MUSEUM MUSEUM SCIENCE & HISTORY 3615611504 3618821326 1900 N CHAPARRAL ST 505 MUSEUM MUSEUM SCIENCE & HISTORY 3615611504 3618825532 1900 N CHAPARRAL ST 505 MUSEUM MUSEUM SCIENCE & HISTORY 3615611504 3618847391 1900 N CHAPARRAL ST 505 MUSEUM MUSEUM SCIENCE & HISTORY 3615611504 3618847392 1900 N CHAPARRAL ST 505 MUSEUM MUSEUM SCIENCE & HISTORY 3615611504 3618888357 1900 N CHAPARRAL ST 505 MUSEUM MUSEUM SCIENCE & HISTORY 3615611504 3618888367 1900 N CHAPARRAL ST 523 PARKS & REC PARKS & REC AL KRUSE 3618836942 3618836942 502 KING ST PARKS & REC PARKS & REC S 3618836942 3618836976 502 KING ST 581 LIBRARY LIBRARY 3615610258 3615610258 805 COMANCHE ST LIBRARY LIBRARY 3615610258 3615610259 805 COMANCHE ST LIBRARY LIBRARY 3615610258 3615611369 805 COMANCHE ST LIBRARY LIBRARY 3615610258 3618808179 805 COMANCHE ST LIBRARY LIBRARY 3615610258 3618830495 805 COMANCHE ST LIBRARY LIBRARY 3615610258 3618837463 805 COMANCHE ST LIBRARY LIBRARY 3615610258 3618877911 805 COMANCHE ST 608 FIRE FIRE 3618845228 3618845228 560 N NAVIGATION BLVD FIRE FIRE 3618845228 3618846351 560 N NAVIGATION BLVD FIRE FIRE 3618845228 3618848512 560 N NAVIGATION BLVD 694 POLICE PD SUBSTATION 3612410062 3612410062 1925 TULOSO RD POLICE PD SUBSTATION 3612410062 3612410092 1925 TULOSO RD POLICE PD SUBSTATION 3612410062 3612417249 1925 TULOSO RD Water 3618261215 3618261215 13101 Up River Road 896 FIRE 3618819941 3618819941 209 S CARANCAHUA ST FIRE 3618819941 3618819945 209 S CARANCAHUA ST FIRE 3618819941 3618824777 209 S CARANCAHUA ST FIRE I 1 1 36188199411 3615610003 209 S CARANCAHUA ST POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 373 PARKS & REC 3618837911 3618837911 3204 HIGHLAND AVE PARKS & REC 3618837911 3615610044 3204 HIGHLAND AVE 4431 3618834966 3618834966 1218 N WATER ST 3618834966 3618839196 1218 N WATER ST 3618834966 3618876745 1218 N WATER ST 237 PARKS & REC 3618833912 3618833912 842 Erwin 3618833912 3618887233 985 PARKS & REC 3618676088 3618876088 1201 LEOPARD ST PARKS & REC 3618876088 3618845921 4401 OLD BROWNSVILLE RD PARKS & REC 3618876088 3618831338 4401 OLD BROWNSVILLE RD PARKS & REC 3618676088 3618839140 4401 OLD BROWNSVILLE RD PARKS & REC 3618876088 3618838593 4401 OLD BROWNSVILLE RD 219 HEALTH 3618831171 3618831171 1702 HORNE RD 112 PARKS & REC 3618828051 3618828451 1717 N MESQUITE ST 447 PARKS & REC 3618826013 3618826013 1520 SHELY ST PARKS & REC 3618826013 3618822771 1520 Shely PARKS & REC 3618826013 3618826002 1520 Shely PARKS & REC 3618826013 3615610001 Unkown 29 PARKS & REC 3618821561 3618821561 510 OSAGE ST PARKS & REC 3618821561 3618821149 510 OSAGE ST PARKS & REC 3618821561 3615611645 510 OSAGE ST 860 E -GOV 3618850751 3618850751 1201 LEOPARD ST E -GOV 3618850751 3618818055 1201 LEOPARD ST E -GOV 3618850751 3618850756 1201 LEOPARD ST E -GOV 3618850751 3618850906 1201 LEOPARD ST E -GOV 3618850751 3618857871 1201 LEOPARD ST E -GOV 3618850751 3618857953 1201 LEOPARD ST E -GOV 3618850751 3618857958 1201 LEOPARD ST E -GOV 3618850751 3618857961 1201 LEOPARD ST E -GOV 3618850751 3618857975 1201 LEOPARD ST E -GOV 36188507511 3618857934 1201 LEOPARD ST POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address E -GOV 3618850751 3618839506 1201 LEOPARD ST E -GOV 3618850751 3618815125 1201 LEOPARD ST 733 GAS GAS GAS 3612991414 3612991414 6322 OLD BROWNSVILLE RD GAS GAS UNKNOWN 3612991414 3619378995 102 NAVAL AIR STATION DR GAS GAS UNKNOWN 3612991414 3619398088 1406 FLOUR BLUFF DR 213 POLICE 3619040523 3619040523 606 N CARANCAHUA ST POLICE 3619040523 3619040511 606 N CARANCAHUA ST 214 3618857543 3618857543 545 N UPPER BROADWAY 182 WATER MIS 3616926058 3616926058 13101 UP RIVER RD WATER MIS 3616926058 3616926062 13101 UP RIVER RD WATER MIS 3616926058 3616923207 5352 AYERS ST WATER MIS 3616926058 3616923208 5352 AYERS ST 490 3618578859 3618533771 5352 AYERS ST 3618578859 3618550457 5352 AYERS ST 3618578859 3618575300 5352 AYERS ST 3618578859 3618578277 5352 AYERS ST 5751 PARKS & REC 3619375217 3619375217 1456 WALDRON RD 575 PARKS & REC 3619920895 3619920895 1109 BERNICE DR 245 WATER 3619912225 3619912225 4925 HOLLY RD WATER 3619912225 3619061008 4925 HOLLY RD WATER 3619912225 3619926316 4925 HOLLY RD 185 Water 3619498440 3619498440 13909 WhiteCap Water 3619498440 3619491854 13909 WhiteCap 80 Police Department 3619374528 3619374528 1456 Waldron Police Department 3619374528 3619373949 1456 Waldron Police Department 3619374528 3619374034 1456 Waldron 484 ABC 3618829108 3618829108 1901 N SHORELINE BLVD ABC 3618829108 3618829110 1901 N SHORELINE BLVD 838 PARKS & REC 3618511612 3618511612 3100 CABANISS PKWY PARKS & REC 3618511612 3618532316 3100 CABANISS PKWY PARKS & REC 1 3618511612 3618576174 3100 CABANISS PKWY UBO 36182634401 3618263440 1201 Leopard MIS 36182611001 3618261100 2406 Leopard MIS 1 3618803900 2406 Leopard POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 3618062680 3618062680 2726 Holly 497 PARKS & REG 3618523463 3618523463 4501 GREENWOOD DR PARKS & REG 3618523463 3618549468 4501 GREENWOOD DR 148 PARKS & REG 3618520243 3618520243 3801 HARRIS DR PARKS & REG 3618520243 3615610235 3801 Harris 459 3618524821 3618524821 3800 GOLLIHAR RD 508 PARKS & REG 3618544508 3618544508 3135 SWANTNER DR PARKS & REG 3618544508 3618544509 3135 SWANTNER DR PARKS & REG 3618544508 3615611294 3135 SWANTNER DR PARKS & REG 3618544508 3618141681 3135 SWANTNER DR 217 WATER WATER ONS 3612421055 3612421055 13101 UP RIVER RD 590 WATER WATER ONS 3612418494 3612418494 13101 UP RIVER RD 436 PARKS & REG 3618550410 3618550410 3133 SWANTNER DR PARKS & REG 3618550410 3618550392 3133 SWANTNER DR 162 SOLID WASTE 3618512317 3618512317 6541 GREENWOOD DR SOLID WASTE 3618512317 3618533957 6541 GREENWOOD DR 412 WATER WATER ONS 3612411587 3612411587 13101 LEOPARD ST WATER WATER ONS 3612411587 3612414098 13101 LEOPARD ST WATER WATER ONS 3612411587 3612429006 13101 LEOPARD ST WATER WATER ONS 3612411587 3612414096 13101 LEOPARD ST WATER WATER ONS 3612411587 3612414916 13101 LEOPARD ST WATER UNKNOWN UNKNOWN 3612411587 3612659428 13701 SMITH DR 174 PARKS & REG 36188870121 3618887012 1651 TARLTON ST PARKS & REG 3618887012 3618887013 1651 TARLTON ST PARKS & REG 3618887012 3618889495 1651 TARLTON ST 826 3618885403 3618885403 1201 LEOPARD ST 3618885403 3615610188 1201 LEOPARD ST 3618885403 3615610831 1201 LEOPARD ST 3618885403 3618828406 1201 LEOPARD ST 3618885403 3618827320 1201 LEOPARD ST 3618885403 3618877987 1201 LEOPARD ST 3618885403 3618844032 1201 LEOPARD ST POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address 3618885403 3615610046 1201 LEOPARD ST 416 PARKS & REC 3618877633 3618877633 1414 MARTIN LUTHER KING PARKS & REC 3618877633 3618889497 1414 MARTIN LUTHER KING PARKS & REC 3618877633 3615611367 1414 MARTIN LUTHER KING PARKS & REC 3618877633 3618823606 1414 MARTIN LUTHER KING PARKS & REC 3618877633 3618877634 1414 MARTIN LUTHER KING 838 PARKS & REC 3618872052 3618872052 1501 N CHAPARRAL ST PARKS & REC 3618872052 3618874989 1501 N CHAPARRAL ST PARKS & REC 3618872052 3618871623 1501 N CHAPARRAL ST 472 WATER 3618849032 3618849032 302 N NAVIGATION BLVD WATER 3618849032 3618850216 302 N NAVIGATION BLVD 426 PARKS & REC 3618842194 3618842194 1815 HOWARD ST PARKS & REC 3618842194 3618847543 1815 Howard 513 PARKS & REC 3618840715 3618840715 1709 N MESQUITE ST PARKS & REC 3618840715 3615610401 1709 N MESQUITE ST 129 PARKS & REC 3618886817 3618886617 1709 N MESQUITE ST PARKS & REC 3618886817 3618822810 1709 N MESQUITE ST 635 American Bank Center 3618838543 3618838543 1901 Shoreline 554 FIRE 3618877385 3618877385 2406 LEOPARD FIRE 3618877385 3618878053 2406 LEOPARD 111 PARKS & REC 3615610045 3615610045 924 WINNEBAGO ST PARKS & REC 3615610045 3615611324 924 WINNEBAGO ST PARKS & REC 3615610045 3618649552 1722 WINNEBAGO ST 406 3615610079 3615610079 5352 AYERS ST 3615610079 3615610081 5352 AYERS ST 3615610079 3615610080 5352 AYERS ST 28 3615610238 3615610238 5352 AYERS ST 605 WATER WATER ONS 3612422975 3612422975 13101 UP RIVER RD 225 3615611110 3615611110 1201 Leopard 214 POLICE I 1 1 3618847146 3618847146 321 JOHN SARTAIN ST 575 PARKS & REC I 1 1 36199227361 3619922736 5525 S ALAMEDA ST POTS Lines Bill Code De artment Division Site Name Billing TN Working TN Address 240 PARKS & REC 3618533182 3618533162 3133 SWANTNER DR PARKS & REC 3618533182 3618818342 3204 HIGHLAND AVE 9 PARKS & REC PARKS & REC WEST GUTH 3612417951 3612417951 9725 UP RIVER RD 575 PARKS & REC PARKS & REC WEST GUTH 3612413741 3612413741 9705 UP RIVER 'RD 575 PARKS & REC PARKS & REC VIOLET POOL 3612413751 3612413751 4301 VIOLET RD 224 WASTE WATER 3618842061 3618842061 1402 W BROADWAY ST WASTE WATER 3618842061 3618842629 1402 W BROADWAY ST WASTE WATER 3618842061 3616885787 1402 W BROADWAY ST 413 3618826550 3618826550 LAWRENCE ST T HEAD 179 3618885104 3618885104 1402 W BROADWAY ST 522 PARKS & REC 3618821408 3618821408 3204 HIGHLAND AVE PARKS & REC 3618821408 3615611122 3204 HIGHLAND AVE 542 WATER 3615611015 3615611015 2726 HOLLY RD 948 STORM WATER 3618540185 3618540185 2726 HOLLY RD 545 WATER 3618838328 3618838328 301 N SHORELINE BLVD 546 PARKS & REC 3618527211 3618527211 4305 GREENWOOD DR 549 HEALTH 3618826082 3618826082 406 N CARANCAHUA ST 709 POLICE 3618884315 3618884315 615 LEOPARD ST 720 POLICE 3618884335 3618884335 615 LEOPARD ST 481 POLICE 3618822058 3618822058 615 LEOPARD ST POLICE 3618822058 3618822095 615 LEOPARD ST 717 PARKS & REC 3619913700 3619913700 111BERNICE DR 194 PARKS & REC 3619947059 3619947059 111 BERNICE DR 121 STREET STREET TRAFFIC 3612414675 3612414675 2600 MCKINZIE RD STREET STREET TRAFFIC 3612414675 361241 779 2415 SUNTIDE RD STREET STREET TRAFFIC 3612414675 3612891505 7200 LEOPARD ST STREET STREET TRAFFIC 3612414675 3618144326 4400 GREENWOOD DR STREET STREET TRAFFIC 3612414675 3618148211 3956 SARATOGA BLVD STREET STREET TRAFFIC 3612414675 3618553743 3245 S ALAMEDA ST STREET STREET TRAFFIC 3612414675 3618821662 500 BUFORD AVE STREET STREET TRAFFIC 3612414675 3618822648 700 AYERS ST STREET STREET TRAFFIC 3612414675 3618824109 1200 N NAVIGATION BLVD STREET STREET TRAFFIC 3612414675 3618838941 2621 S PORT AVE POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address STREET STREET TRAFFIC 3612414675 3618842655 1239 S PORT AVE STREET STREET TRAFFIC 3612414675 3618876830 1100 MORGAN AVE STREET STREET TRAFFIC 3612414675 3619397122 600 PURDUE RD STREET STREET TRAFFIC 3612414675 3619490367 15302 S PADRE ISLAND DR STREET STREET TRAFFIC 3612414675 3619490638 14526 S PADRE ISLAND DR 369 WATER 3619490450 3619490450 14201 SAND DOLLAR AVE 693 PARKS & REC 3618831138 3618831138 4101 OLD BROWNSVILLE RD 639 LIBRARY 3619910464 3619910464 5930 BROCKHAMPTON ST LIBRARY 3619910464 3619910344 5930 BROCKHAMPTON ST 3619910464 3619910389 5930 BROCKHAMPTON ST 3619910464 3619910470 5930 BROCKHAMPTON ST FIRE 3618818476 3618818476 1401 MORGAN AVE FIRE 3618818476 3618819961 1401 MORGAN AVE FIRE 3618818476 3618819962 1401 MORGAN AVE FIRE 3618818476 3618828612 1401 MORGAN AVE FIRE 3618818476 3618818379 1401 MORGAN AVE 340 FIRE 3615611116 3615611116 3312 LEOPARD ST FIRE 3615611116 3618846314 3312 LEOPARD ST FIRE 3615611116 3618646971 3312 LEOPARD ST FIRE 3615611116 3618845158 3312 LEOPARD ST 554 FIRE 3618511580 3618511580 6633 WEBER RD FIRE 3618511580 3618511408 6633 WEBER RD FIRE 3618511580 3618551271 6633 WEBER RD 885 FIRE 3618549674 3618649674 3722 S STAPLES ST FIRE 3618549674 3618541275 3722 S STAPLES ST FIRE 3618549674 3618546529 3722 S STAPLES ST 97 FIRE 3618549680 3618549680 4645 KOSTORYZ RD FIRE 3618549680 3618546892 4645 KOSTORYZ RD FIRE 3618549680 3618541406 4645 KOSTORYZ RD 311 FIRE 3618521103 3618521103 1550 HORNE RD FIRE 3618521103 3618542272 1550 HORNE RD POTS Lines Bill Code Department Division Site Name Billing TN Working TN Address FIRE 3618521103 3618549704 1550 HORNE RD Fire 3617490781 3617490781 17047 Hwy 361 897 FIRE 3618887891 3618887891 4101 OLD BROWNSVILLE RD FIRE 3618887891 3618819944 209 S CARANCAHUA ST 224 LIBRARY 3618539961 3618539961 1230 CARMEL PKWY LIBRARY 3618539961 3618539962 1230 CARMEL PKWY LIBRARY 3618539961 3618532642 1230 CARMEL PKWY LIBRARY 3618539961 3618535390 1230 CARMEL PKWY 649 LIBRARY 3618542356 3618542356 4044 GREENWOOD DR LIBRARY 3618542356 3618542357 4044 GREENWOOD DR LIBRARY 3618542356 3618549581 4044 GREENWOOD DR LIBRARY 3618542356 3618544056 4044 GREENWOOD DR Parks and Rec 3615610401 3615610401 Mesquite 922 PARKS & REC 3618839489 3618839489 1526 OCEAN DR Water 3618970213 3618970213 75 Edna Lane South, Bloomingt Water 3618970213 3618970164 75 Edna Lane South, Bloomingt Water 3618970213 3617862641 State Hwy 72 Health Dept 3618575798 3618575798 1702 Horne Road 231 HEALTH 3618520127 3618520127 1702 HORNE RD Library 8775059543 8775059543 805 Comanche MIS 8775496033 8775496033 1201 Leopard St. 78401 MIS 8882202033 8882202033 1201 Leopard St. 78401 MIS 66006U -8108 342 4 06U -8108 342 4 1201 Leopard St. 78401 MIS 8006971828 8006971828 MIS 8008277032 8008277032 MIS 3618807050 3618807050 MIS 8008274032 8008274032 MIS 3618807086 3618807086 679 7100608430 7100608430 690 7100822818 7100822818 154 7100823937 7100823937 3618887106 3618887106 2406 Leopard 578 3618830676 3618830676 1581 N CHAPARRAL ST 36188306761 3618879263 1581 N CHAPARRAL ST POTS Lines Bill Code I Department Division Site Name Billing TN I Working TN I Address 660 51216613301 5121661330 1000 INTERNATIONAL DR Department Site Name Line Propert 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, WZHBH 9PZLM, TTB, 9ZR, WZHBH 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, ESM, WZHBH, 9PZL1, PTSYX, 9ZRB2, Z23, 38.1 BJ D.430170 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, WZHBH 9PZLM, TTB, 9ZR, WZHBH 9PZLM, TTB, 9ZR, WZHBG, EXCAT 9PZLM, TTB, 9ZR, WZHBG, EXCAT 9PZLM, TTB, 9ZR, WZHBH UFKB1 UFKB1 9PZLM, TTB, 9ZR, 1FL Fax Line 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, 1 FL UFKB1 UFKBi UFKB1 UFKB1, 9PZL1 (2), PTSYX (2), Z23 (2), 34.IBJD,431004.SW, 34.IBJD.431006.SW UFK81 UFK131, 9PZL1, PTSYX, 9ZRB2, Z23, 34.IBJ D.431832.SW UFKB1 UFKB1, 9PZL1, PTSYX, 9ZRB2, Z23, 34.IBJD.433292.SW 9PZLM,TTB,9ZR,iFL 9PZLM,1713,9ZR,1FL PRI 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, WZHBG Department Site Name Line Propert 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, WZHBG EEOC PRI 34 DCJD 361 826 4100 Emerg. Info. System Unkown Unknown 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, 1 FL Health Dept Health Dept. Main 9PZLM, TTB, 9ZR, WZHBG Health Dept 9PZLM, TTB, 9ZR, 1 FL Hea lth Dept 9PZLM, TTB, 9ZR, 1 FL Health Dept Williams Dr Clinic 9PZLM, TTB, 9ZR, ESM, 1 FL City Hall PRI MIS City Hall Basement KF1 CX (115), CLF (5), ZTN, ZVN (5), 9ZRP1 (5), PT8ZX (5), ZVAZD (5) Unkown Unknown 9PZLM, TTB, 9ZR, 1 FL Unkown Unknown 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, 1 FL Police Departmer PD Main PRI Police Departmej PD Main NNK, 9PZLM, TTB, AYK, 9ZR, NMP, NSD, 1 FL Police Departmei PD Main 9PZLM, TTB, 9ZR, WZHBG Police Departmei PD Main 9PZLM, TTB, 9ZR, WZHBG Police Departmei PD Main 9PZLM, TTB, 9ZR, WZHBG Police Departmei PD Main 9PZLM, TTB, 9ZR, ESM, WZHBG Police Departmei PD Main 9PZLM, TTB, 9ZR, WZHBG Police Departmei PD Main 9PZLM, TTB, 9ZR, WZHBG Police Departmei PD Main 9PZLM, TTB, 9ZR, WZHBG Unkown Unknown 9PZLM, TTB, 9ZR, WZHBG Unkown Unknown 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Oak Park Rec. Center 9PZBU, TTB, 9ZR22, 1 1FL Department Site Name Line Propert American Bank C American Bank Center UFKB1 [961747], 9PZLM (6), PTSYX (6), 9ZRB2 (6), Z23 (6) American Bank C American Bank Center UFKB1 [961747] American Bank C American Bank Center UFKB1 [961748] American Bank C American Bank Center UFKB1 [961748] American Bank C American Bank Center UFKB1 [961749] American Bank C American Bank Center UFKB1 [961749] American Bank C American Bank Center UFKB1 [961750] American Bank C American Bank Center UFKB1 [961750] American Bank C American Bank Center UFKB1 [961751] American Bank C American Bank Center UFKB1 [961751] American Bank C American Bank Center UFKB1 [961752] American Bank C American Bank Center UFKB1 [961752] American Bank C American Bank Center 9PZLM, TTB, 9ZR, WZHBG American Bank C American Bank Center 9PZLM, TTB, 9ZR, WZHBG American Bank C American Bank Center 9PZLM, TTB, 9ZR, WZHBG Unknown 9PZLM, TTB, 9ZR,1 FL Waste Water Oso Treatment Plant 9PZLM, TTB, 9ZR, WZHBG Waste Water Oso Treatment Plant 9PZLM, 9ZR, WZHBG Waste Water Oso Treatment Plant 9PZLM, TTB, 9ZR,1 FL Waste Water Oso Treatment Plant 9PZLM, TTB, 9ZR, WZHBG Waste Water Oso Treatment Plant 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR,1ML Traffic Control 9PZLM, TTB, 9ZR, WZHBG Water Water Main 9PZLM, TTB, 9ZR, WZHBG Water Water Main 9PZLM, TTB, 9ZR, WZHBG Fire Fire Station on caranchi 9PZLM, TTB, 9ZR, WZHBG Police Saratoga Substation 9PZLM, TTB, 9ZR,1 FL Police Saratoga Substation 9PZLM, TTB, 9ZR,1 FL Police Saratoga Substation 9PZLM, TTB, 9ZR,1 FL 9PZBU, TTB, 9ZR22, 1FL UFKB1 UFKB1 UFKB1 UFKB1, 9PZL1 (2), PTBYX (2), 9ZRB2 (2), Z23 (2), 34.IBJD,443214.SW, 34.IBJD.443215.SW Unkown Unknown 9PZBU, TTB, 9ZR22, 1FL Single Line Single Line Department Site Name Line Propert Single Line 9PZBU, TTB, 97R22, Marina 1 FL Single Line Single Line 9PZBU,TTB,9ZR22, Marina WZHBG 9PZBU, TTB, 9ZR22, City Hall WZHBG American Bank Center FRT01, RCFVF 9PZBU, TTB, 9ZR22, Unkown Unknown 1FL 9PZBU, TTB, 9ZR22, Unknown 1FL 9PZBU, TTB, 9ZR22, Unknown 1FL 9PZBU, TTB, 9ZR22, Unknown 1FL Single Line 3LB1A (2), 1RSD1 (4), 36.DHXS.432718 (321 John Sartain to 3273 CR 61, Robstown), 36.DHXS.432719 (321 John Sartain to 3273 CR 61, Robstown) 9PZLM, TTB, 9ZR, MMB, WZHBG, 9PZL1, PTBYX, 9ZRB2, Z23, Water Woodsboro Pump Static 38.iBJD.301087 9PZLM, TTB, 9ZR, Water Woodsboro Pump Static MMB, WZHBG Water Woodsboro Pump Stati UFKB1 Water Woodsboro Pump Static UFKB1 UFK61 UFKB1, 9PZL1, PTBYX, 9ZRBi, Z23, 34.IBJD.900649.SW 9PZLM, TTB, 9ZR, Solid Waste Elliot Landfill WZHBG 9PZLM, TTB, 9ZR, Solid Waste Elliot Landfill WZHBG 9PZLM, TTB, 9ZR, Solid Waste Elliot Landfill WZHBG 9PZLM, TTB, 9ZR, Solid Waste Elliot Landfill WZHBG 9PZLM, TTB, 9ZR, Library Central Library WZHBG 9PZLM, TTB, 9ZR, Library Central Library WZHBG 9PZLM, TTB, 9ZR, Library Central Library WZHBG Library i Central Library 1 9PZLM, 9ZR, WZHBG Library I Central Library 19PZLM, 9ZR, WZHBG Department Site Name Line Propert NNK, 9PZLM, TTB, ESD, 9ZR, ESM, NMP, Gas NSD, WZHBH 9PZLM, TTB, 9ZR, Gas WZHBG NNK, 9PZLM, TTB, ESD, 9ZR, ESM, NMP, Gas NSD, WZHBH NNK, 9PZLM, TTB, ESD, 9ZR, ESM, NMP, Gas NSD, WZHBH 9PZLM, TTB, 9ZR, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG NNK, 9PZLM, TTB, 9ZR, NMP, NSD, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG NNK, 9PZLM, TTB, ESD, 9ZR, ESM, NMP, Gas NSD, WZHBH 9PZLM, TTB, 9ZR, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG 9PZLM, TTB, 9ZR, Gas WZHBG Parks and Rec McCampbell House 9PZLM, TTB, 9ZR,1 FL 3LB1 A, 1 RSD1 (2), 36.DHXS.432615.SW (321 John Sartain to 4343 CR 69, Robstown) Parks and Rec McCampbell House Parks and Rec Northwest Senior Cente 9PZLM, TTB, 9ZR,1 FL 9PZLM, TTB, 9ZR, Parks and Rec Northwest Senior Cente WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Northwest Senior Cente WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Northwest Senior Cente WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Garden Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Garden Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Garden Center WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Garden Center WZHBG Department Site Name Line Propert 9PZLM, TTB, 9ZR, Parks and Rec Garden Center WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Ethel Everly Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Ethel Everly Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Ethel Everly Center WZHBG NNK, 9PZLM, TTB, 9ZR, NMP, NSD, Library Northwest Library WZHBH 9PZLM, TTB, 9ZR, Library Northwest Library WZHBG NNK, 9PZLM, TTB, 9ZR, NMP, NSD, Library Northwest Library WZHBH 9PZLM, TTB, 9ZR, Fire Fire Station 4 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 4 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 4 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 13 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 13 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 13 WZHBG 9PZLM, TTB, 9ZR, ESX, Water Laguna Madre Treatmei WZHBG 9PZLM, TTB, 9ZR, Water Laguna Madre Treatmej WZHBG 9PZLM, TTB, 9ZR, Water Laguna Madre Treatmei WZHBG 9PZLM, TTB, 9ZR, Library Janet Harte Library WZHBG 9PZLM, TTB, 9ZR, Library Janet Harte Library WZHBH 9PZLM, TTB, 9ZR, Library Janet Harte Library WZHBG 9PZLM, TTB, 9ZR, Library Janet Harte Library WZHBG 9PZLM, TTB, 9ZR, Library Janet Harte Library WZHBH 9PZLM, TTB, 9ZR, Police Departme Flour Bluff Police Statioi WZHBG 9PZLM, TTB, 9ZR, Police Departmei Flour Bluff Police Statiol WZHBG 9PZLM, TTB, 9ZR, Police Departmei Flour Bluff Police Statioi WZHBG 9PZLM, TTB, 9ZR, Water Cunningham Treatment ESM, WZHBG 9PZLM, TTB, 9ZR, Water Cunningham Treatment WZHBG 9PZLM, TTB, 9ZR, Water Cunningham Treatment WZHBG 9PZLM, TTB, 9ZR, ESX, Water WZHBG Water I DRS De artment Site Name Line Pro ert 9PZLM, TTB, 9ZR, Fire Fire Station 14 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 14 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 14 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 2 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 2 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 2 WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oso Golf Course WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oso Golf Course WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oso Golf Course WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oso Golf Course WZHBG 9PZLM, TTB, 9ZR, Unknown Unknown WZHBG 9PZLM, TTS, 9ZR, Water O.N. Stevens WZHBG Water O.N. Stevens 9PZLM, TTB, 9ZR, 1FL 9PZLM, TTB, 9ZR, Water O.N. Stevens WZHBG 9PZLM, TTB, 9ZR, Water O.N. Stevens WZHBG 9PZLM, TTB, 9ZR, Streets Sign Shop WZHBG 9PZLM, TTB, 9ZR, Streets Sign Shop WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 15 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 15 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 15 WZHBG Fire Fire Station 15 9PZLM, TTB, 9ZR, 1 FL Fire Fire Station 15 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, Fire Fire Station 11 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 11 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 11 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 11 WZHBG NNK, 9PZLM, TTB, ESD, AYK, ESE, 9ZR, NMP, NSD, WNBGM, AEV (5), 1 LPJS, 1 LMGE, J1 A (2), BQ& CC International Airport (4), PMN11, 1LPAY (3) NNK, 9PZLM, TTB, CC International Airport AYK, 9ZR, NMP, NSD NNK, 9PZLM, TTB, CC International Airport AYK, 9ZR, NMP, NSD Department Site Name Line Pro ert CC International Airport NNK, 9PZLM, TTB, AYK, 9ZR, NMP, NSD CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport NNK, 9PZLM, TTB, AYK, 9ZR, NMP, NSD CC International Airport 9PZLM, TTB, 9ZR, 1 FL CC International Airport 9PZLM, TTB, 9ZR, 1 FL CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR, 1 FL CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, 9ZR, 1 FL CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR CC International Airport 9PZLM, TTB, 9ZR, 1 FL CC International Airport 9PZLM, TTB, 9ZR, 1 FL Fire Fire Station 12 9PZLM, TTB, 9ZR, WZHBG Fire Fire Station 12 9PZLM, TTB, 9ZR, WZHBG Fire Fire Station 12 9PZLM, TTB, 9ZR, WZHBG Water Whitecap Treatment PIE 9PZLM, TTB, 9ZR, ESX, WZHBG Water Whitecap Treatment Piz 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Greenwood Senior Ceni 9PZLM, TTB, 9ZR, WZHBH Parks and Rec Greenwood Senior Ceni 9PZLM, TTB, 9ZR, WZHBH Parks and Rec Greenwood Senior Ceni 9PZLM, TTB, 9ZR, WZHBH Parks and Rec Greenwood Senior Ceni 9PZLM, TTB, 9ZR, WZHBG Unkown Sunrise Beach Finance Sunrise Beach 9PZLM, TTB, 9ZR, IFL Finance Sunrise Beach 9PZLM, TTB, 9ZR, 1 FL Finance Sunrise Beach 9PZLM, TTB, 9ZR, 1FL Fire Fire Station 1 9PZLM, TTB, 9ZR, WZHBG Fire Fire Station 1 9PZLM, TTB, 9ZR, WZHBG Department Site Name Line Propert NNK, 9PZLM, TTB, 9ZR, ESX, NMP, NSD, Fire Fire Station 1 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 1 WZHBG Fire Fire Station 1 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, Police Departme Corona Training WZHBG Marina Marina Haulout 9PZLM, TTB, 9ZR, Museum Corpus Christi Museum WZHBG 9PZLM, TTB, 9ZR, Museum Corpus Christi Museum WZHBG Museum Corpus Christi Museum 9PZLM, TTB, 9ZR, 1 FL Museum Corpus Christi Museum 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, Museum Corpus Christi Museum WZHBG 9PZLM, TTB, 9ZR, Museum Corpus Christi Museum WZHBG 9PZLM, TTB, 9ZR, Museum Corpus Christi Museum WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Al Kruse Tennis Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Al Kruse Tennis Center WZHBH 9PZLM, TTB, 9ZR, Library City Of C.C. - Central Libi WZHBG 9PZLM, TTB, 9ZR, Library City Of C.C. - Central Lib WZHBG 9PZLM, TTB, 9ZR, Library City Of C.C. - Central Lib WZHBG 9PZLM, TTB, 9ZR, Library City Of C.C. - Central Lib WZHBG 9PZLM, TIB, 9ZR, Library City Of C.C. - Central Lib WZHBG 9PZLM, TTB, 9ZR, Library City Of C.C. - Central Lib WZHBG Library City Of C.C. - Central Lib 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, Fire Fire Station 9 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 9 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Station 9 WZHBG 9PZLM, TTB, 9ZR, WZHBG, 31-131A, 1RSD1, Police Annaville Substation 34.DHXS.430560 Police Annaville Substation 9PZLM, TTB, 9ZR,1 FL Police Annaville Substation 9PZLM, TTB, 9ZR,1 FL Water O.N. Stevens 9PZLM, TfB, 9ZR, Fire WZHBG 9PZLM, TTB, 9ZR, Fire WZHBG 9PZLM, TTB, 9ZR, Fire WZHBG 9PZLM, TTB, 9ZR, Fire WZHBG Department Site Name Line Propert 9PZLM, TTB, 9ZR, Parks and Rec Joe Garza Pool WZHBG Parks and Rec Joe Garza Pool 9PZLM, TTB, 9ZR,1 FL 9PZLM, TTB, 9ZR, Pump Sta A WZHBG 9PZLM, TTB, 9ZR, Pump Sta A WZHBG 9PZLM, TTB, 9ZR, Pump Sta A WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oak Park Rec WZHBG 9PZLM, TTB, 9ZR, Unkown WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Gabe Lozano Goff WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Gabe Lozano Golf WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Gabe Lozano Golf WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Gabe Lozano Golf WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Gabe Lozano Golf WZHBG Health Dept Health Dept. Main FRT01, RCFVF 9PZLM, TTB, 9ZR, Park Warehouse WZHBG 9PZLM, TTB, EVD, Parks and Rec HEB Tennis 9ZR, VMX70, WZHBH 9PZLM, TTB, EVD, Parks and Rec HEB Tennis 9ZR, WZHBH 9PZLM, TTB, 9ZR, Parks and Rec HEB Tennis WZHBG Parks and Rec HEB Tennis 9PZLM, TTB, 9ZR, Parks and Rec Zavala Senior Center WZHBH 9PZLM,TTB,9ZR, Parks and Rec Zavala Senior Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Zavala Senior Center WZHBG 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1st Floor WZHBH 9PZLM, TTB, 9ZR, E -Gov City Hall, 1st Floor WZHBG 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1st Floor WZHBH 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1st Floor WZHBH 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1st Floor WZHBH 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1st Floor WZHBH 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1 st Floor WZHBH 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1 st Floor WZHBH 9PZLM, TTB, 9ZR, FG3, E -Gov City Hall, 1st Floor WZHBH 9PZLM, TTB, 9ZR, E -Gov City Hall, 1st Floor WZHBG Department Site Name Line Propert E -Gov City Hall, 1st Floor 9PZLM, TTB, 9ZR, WZHBG E -Gov City Hall, 1st Floor 9PZLM, TTB, 9ZR, WZHBG Gas Gas 9PZLM, TTB, 9ZR, WZHBG Unknown Unknown 9PZLM, TTB, 9ZR, WZHBG Unknown Unknown 9PZLM, TTB, 9ZR, WZHBG Police Department 9PZLM, TTB, 9ZR, WZHBG Police Department 9PZLM, TTB, 9ZR, WZHBG Unkown 9PZLM, TTB, 9ZR, WZHBG Water O.N. Stevens UFKB1 Water O.N. Stevens UFKB1, 9PZL1 (2), PTBYX (2), 9ZRB2 (2) Z23 (2), 34.IBJD.432290.SW, 34.BJID.432291.SW Water Water Main UFKB1 Water Water Main UFKB1 Service Center 9PZLM, TTB, 9ZR, WZHBG Service Center 9PZLM, TTB, 9ZR, 1 FL Service Center 9PZPX (2), 9ZR (2), NOT (2), TFBO2 (2) Service Center 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Parker Memorial Pool 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Oso Pool 9PZLM, TTB, 9ZR, WZHBG Water Holly Pump Sta. 9PZLM, TTB, 9ZR, WZHBG Water Holly Pump Sta. 9PZLM, TTB, 9ZR, WZHBG Water Holly Pump Sta. 9PZLM, TTB, 9ZR, WZHBG Water Whitecap Treatment Plant Water Whitecap Treatment Plant Police Departmer Flour Bluff Police Stat Police Departmer Flour Bluff Police Stat Police Departmer Flour Bluff Police Stat American Bank C American Bank Center 9PZLM, TTB, 9ZR, WZHBG American Bank C American Bank Center 9PZLM, TTB, 9ZR, 1 FL Parks and Rec CC Gymnasium 9PZLM, TTB, 9ZR, WZHBH Parks and Rec CC Gymnasium 9PZLM, TTB, 9ZR, WZHBH Parks and Rec CC Gymnasium 9PZLM, TTB, 9ZR, WZHBG UBO City Hall, 1st Floor PRI MIS Frost Bank PRI MIS Frost Bank PRI?? Department Site Name Line Propert Water Administration PRI 9PZLM, TTB, 9ZR, Parks and Rec Greenwood Softball Par WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Greenwood Softball Par WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Collier Pool WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Collier Pool WZHBG 9PZLM, TTB, 9ZR, Price Field WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Lindale Senior Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Lindale Senior Center WZHBH 9PZLM, TTB, 9ZR, Parks and Rec Lindale Senior Center WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Lindale Senior Center WZHBG Water O.N.Stevens 9PZLM, 9ZR, WZHBG Water O.N.Stevens 9PZLM, 9ZR, WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Lindale Recreation Cen WZHBG 9PZLM, TTB, 97R, Parks and Rec Lindale Recreation Can WZHBG 9PZLM, TTB, 9ZR22, Sold Waste Greenwood Treatment I WNBGM 9PZLM, TTB, 9ZR, Sold Waste Greenwood Treatment WNBGM 9PZLM, TTB, 9ZR, Water O.N. Stevens WZHBG Water O.N. Stevens 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, Water O.N. Stevens WZHBG 9PZLM, TTB, 9ZR, Water O.N. Stevens WZHBG 9PZLM, TTB, 9ZR, Water O.N. Stevens WZHBG 9PZLM, TTB, 9ZR, Water WZHBG 9PZLM, TTB, EVD, Broadmoor Senic Broadmoor Senior Cent 9ZR, WZHBG 9PZLM, TTB, EVD, Broadmoor Senic Broadmoor Senior Cent 9ZR, WZHBG 9PZLM, TTB, 9ZR, Broadmoor Senic Broadmoor Senior Cent WZHBG 9PZLM, TTB, 9ZR, City Hall WZHBG 9PZLM, TTB, 9ZR, City Hall WZHBG 9PZLM, TTB, 9ZR, City Hall WZHBG 9PZLM, TTB, 9ZR, City Hall WZHBG 9PZLM, TTB, 9ZR, City Hall WZHBG 9PZLM, TTB, 9ZR, City Hall WZHBG 9PZLM, TTB, 9ZR, City Hall WZHBG Department Site Name Line Propert 9PZLM, TTB, 9ZR, City Hall WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oveal Williams Senior WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oveal Williams Senior WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oveal Williams Senior WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oveal Williams Senior WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Oveal Williams Senior WZHBG 9PZLM, TTB,. 9ZR, Parks and Rec McCampbell House WZHBG 9PZLM, TTB, 9ZR, Parks and Rec McCampbell House WZHBG 9PZLM, TTB, 9ZR, Parks and Rec McCampbell House WZHBG 9PZLM, TTB, 9ZR, Water Navigation Pump Statiol WZHBG 9PZLM, TTB, 9ZR, Water Navigation Pump Statioi WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Ben Garza Gym WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Ben Garza Gym WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Park Maintenance WZHBG Parks and Rec Park Maintenance 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, Parks and Rec Park Maintenance WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Park Maintenance WZHBG American Bank C American Bank Center 9PZLM, TTB, 9ZR, WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta Admin, Frost Bi WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Coles Gym WZHBG 9PZLM, TTB, 9ZR, Parks and Rec Coles Gym WZHBG 9PZLM, TTB, 9ZR, Parks and Rec T.C. Ayers Center WZHBG 9PZLM, TTB, 9ZR, Animal Control ? ? ?? WZHBG 9PZLM, TTB, 9ZR, Animal Control ? ? ?? WZHBG 9PZLM, TTB, 9ZR, Animal Control ? ? ?? WZHBG 9PZLM, TTB, 9ZR, Animal Control ? ? ? ?? WZHBG Water O.N. Stevens 9PZLM, 9ZR, WZHBG City Hall PRI ? NNK, 9PZLM, TTB, 9ZR, NMP. NSD, Police Departme PD Main WZHBG 9PZLM, TTB, 9ZR, I ParksandRec I OSOGolf WZHBG Department Site Name Line Propert Parks and Rec Lindale Senior Center 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Lindale Senior Center 9PZLM, TTB, 9ZR, WZHBG Parks and Rec West Guth Park 9PZLM, 9ZR, 1 FL Parks and Rec West Guth Park 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Violet Road Pool 9PZLM, TTB, 9ZR, WZHBG Waste Water Broadway Wastewater 9PZLM, TTB, 9ZR, 1 B Waste Water Broadway Wastewater 9PZLM, TTB, 9ZR, 1 B Waste Water Broadway Wastewater 9PZLM, TTB, 9ZR, 1FL Marina 9PZLM, TTB, 97R, WZHBG Unknown 9PZLM, TTB, 9ZR, 1 FL Parks and Rec Joe Garza Rec Center 9PZLM,TTB,9ZR, WZHBG Parks and Rec Joe Garza Rec Center 9PZLM,TTB,9ZR, WZHBG Water Water Administration 9PZLM, TTB, 9ZR, WZHBG Storm Water 9PZLM, TTB, 9ZR, 1 FL Water Kinney Street Pump St 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Greenwood Pool 9PZLM, TTB, 9ZR, WZHBG Health Dept FRTO1, RCA, RCFVF Municipal Court jEnvirnomental Court 9PZLM, TTB, 9ZR, WZHBG Police Departme Wilson 2nd Floor 9PZLM, TTB, 9ZR, WZHBG Police Department 9PZLM, TTB, 9ZR, 1 FL Police Department 9PZLM, TTB, 9ZR, 1 FL Parks and Rec Oso Recreation Center 9PZLM, TTB, 9ZR, ESX, WZHBG Fax fine 9PZLM, TTB, 92R, 1 FL Streets Traffic Signals 9PZLM,TTB,9ZR, WZHBG Streets Traffic Signals 9PZLM,TTB,9ZR, WZHBG Streets Traffic Signals 9PZLM,TTB,9ZR, WZHBG Streets Traffic Signals 9PZLM, TTB, 9ZR, WZHBG Streets Traffic Signals 9PZLM, TTB, 9ZR, WZHBG Streets Traffic Signals 9PZLM,TTB,9ZR, WZHBG Streets Traffic Signals 9PZLM, TTB, 9ZR, WZHBG Streets Traffic Signals 9PZLM, TTB, 9ZR, WZHBG Streets Traffic Signals 9PZLM, TTB, 9ZR, WZHBG Streets Traffic Signals 9PZLM, TTB, 9ZR, WZHBG Department Site Name Line Propert 9PZLM, TTB, 9ZR, Streets Traffic Signals WZHBG 9PZLM, TTB, 9ZR, Streets Traffic Signals WZHBG 9PZLM, TTB, 9ZR, Streets Traffic Signals WZHBG Streets Traffic Signals 9PZLM, TTB, 9ZR, 1 FL 9PZLM, TTB, 9ZR, Streets Traffic Signals WZHBG 9PZLM, TTB, 9ZR, Water Sand dollar pump statio WZHBG 9PZBU, TTB, 9ZR22, Central Kitchen Central Kitchen WZHBG Library Dr. Cleotilde Garcia Libi 9PZLM, TTB, 9ZR, 1 BH Library Dr. Cleotilde Garcia Libi 9PZLM, TTB, 9ZR, 1 FL Unknown Unknown 9PZLM, TTB, 9ZR, 1 FL Unknown Unknown 9PZLM, TTB, 9ZR, iBH 9PZLM, TTB, 9ZR, Fire Fire Sta 3 WZHBH 9PZLM, TTB, 9ZR, Fire Fire Sta 3 WZHBH 9PZLM, TTB, 9ZR, Fire Fire Sta 3 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 3 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 3 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 5 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 5 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 5 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 5 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 6 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 6 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 6 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 7 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 7 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 7 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 8 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 8 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 8 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 10 WZHBG 9PZLM, TTB, 9ZR, Fire Fire Sta 10 WZHBG Department Site Name Line Propert Fire Fire Sta 10 9PZLM, TTB, 9ZR, WZHBG Fire Fire Sta 16 Fire Del Mar West Campus 9PZLM, TTB, 9ZR, WZHBG Fire 9PZLM, TTB, 9ZR, WZHBG Library Neyland Library Old Pa 9PZLM, TTB, 9ZR, WZHBH Library Neyland Library Old Pa 9PZLM, TTB, 9ZR, WZHBH Library Neyland Library Old Pa 9PZLM, TTS, 9ZR, WZHBG Library Neyland Library Old Pa 9PZLM, TTB, 9ZR, WZHBG Library Greenwood Library 9PZLM, TTB, 9ZR, WZHBH Library Greenwood Library 9PZLM, TTB, 9ZR, WZHBH Library Greenwood Library 9PZLM, TTB, 9ZR, WZHBG Library Greenwood Library 9PZLM, TTB, 9ZR, WZHBG Parks and Rec Park Maintenance Parks and Rec Cole Park Amphitheatr 9PZLM, TTB, 9ZR, 1 FL Water Bloomington Pump Stat Verizon Service 1 800 444 1111 Water Bloomington Pump Stat Verizon Service 1 800 483 5000 Service Calls: 361 - 897 -0164 020618 Water South Shore State Park Choke Canyon Health Dept Health Dept. Main health dept H1N1 alarm line Health Dept Health Dept. Main 9PZLM, TTB, 9ZR, WZHBG Library Central Library 800 service MIS City Hall 800 service MIS City Hall 800 service MIS City Hall MIS Voice Access, 800 service MIS Voice Access, 800 service MIS Voice Access MIS Voice Access MIS Voice Access, 800 service AT &T Transport 1 L6XX, CLR (2), MUF (2), S25EX (2), SF1 (2), TMECS (2) AT &T Transport Frost Bank Frost Bank Elevator Unkown 9PZLM, TTB, 9ZR, WZHBG Unkown 9PZLM, TTB, 9ZR, jWZHBG Department I Site Name I Line Pro ert Unkown junknown JCLF CITY OF CORPUS CEWSTI PURCHASING DIVISION P. 0. BOX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 BID INVITATION INVITATION TO: INVITATION NO.: BI- 0092 - (Must appear on Bidder's return envelope) COMMODITY POTS Lines & Long Distance Service REQUISITION NO. (S) This invitation includes these forms: *Bid Invitation Notice to All Bidders Instructions to Bidders Standard Purchase Terms & Conditions - *Bid Sheet Special Instructions to Bidders Insurance Requirements Service Agreement Standard Provisions *Specification 1241 *Service Agreement *Disclosure of Interest BID CLOSING TIME: 11:00 AM Central Time November 16, 2011 (By Purchasing Division Time Stamp) For information contact: Paul Pierce Procurement Manager Telephone: (361) 826 -3160 *These documents must be eropeft completed and returned by the BID CLOSING TIME. BID (Refer to "Instructions to Bidders" before completing) The undersigned, by his/her signature, represents that he /she is authorized to bind the Bidder and shall 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 documents, if the offer is accepted within _ calendar days (90 days unless a different period is inserted) after date of hid opening. Firm Name: te W eS4 'Ve+ 5 f t-s Telephone: -EG WPSTExt Address: C ity: E -mail: 5 12 - 391~ Q &pnover 1 Saryrre� Firm's PrincipaI Place of Business: Address: [ -p A City: rN State: Zip. "Vol Date: -Signature - of Person Authorized to Sign Bid Signer's Name: (? Title: (Plea print or type) P -0. [3O 9 (K5 Fax;. State: Zip : 7dqa - 1. BIDDER SHALL ENCLOSE IN A SEALED ENVELOPE ADDRESSE TO THE CITY OF "y%. & 1V1.L' 1\ 1. 0 V DiYll l LJP- 1J. The bid invitation number and BID CLOSING TIME must be shown in the lower left hand corner of the sealed envelope. 2. The Bid Invitation and all Bid Sheets must be signed bx. Bidder.- ,---- ,----- . - - -.. 3. Bidder must state if bid is all or none, otherwise, City may pick and choose any item or group of items according to the City's best interest. Before submitting your bid, please read • all bid invitation documents carefully, If there are questions, contact the buyer indicated on the Bid Invitation. Any discrepancies between the Bid Invitation an d. the Bidder's FACSIMILE AND E-MAIL BIDS: The City Charter requires that all submitted bids be sealed and delivered in the manner required by the Bid Invitation, to be opened in the presence of one or more City employees and those Bidders desiring to be present. Wherefore bids submitted directly to the City by facsimile-,machine or e-mail Will be considered non- resaonsiye and will be eliminated front onsideration CITY OF CORPUS CHRISTI PURCHASING DI'V'ISION INSTRUCTIONS TO BIDDERS Preparation of Bids Any explanation desired by a Bidder. regarding the meaning or interpretation of the Bid Invitation, drawings, specifications, etc., must be submitted in writing to Purchasing as detailed in Special Instructions To Bidders. Oral explanations or instructions given b e f o r e the a w a r d of the contract wlll not be binding. Any information given to a prospective Bidder concerning a Bid Invitation will be furnished to all prospective Bidders as an addendum to the Bid Invitation, if such information is necessary to Bidders in submitting bids on the Bid Invitation or if the lack of such information. would be prejudicial to uninformed Bidders. I. Specifications Bidders -are expected to examine the specifications, drawings, standard provisions and all Instructions. Failure to do so will.be at the Bidder's risk. Bidders may provide a product exceeding specifications, as an alternate bid, if they so desire, 2. Information Required Each Bidder shall furnish the information required by the Bid Invitation. The Bidder shall sign the Bid Invitation, Bid Sheet, and, when appropriate, Specifications. Erasures or other changes must be initialed by the person signing the offer. Bids signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the City purchasing office. A. The Bidder should quote its lowest and best price, F.O.B. destination on each item. If delivery and shipping quantities affect unit bid price, multiple bids may be made so as to Indicate "price break" quantities in order for the City to determine maximum economic benefits, Pricing should include packaging and transportation unless otherwise specified. Pricing shall be entered on the Bid Sheet in ink or typewritten. Totals shall be entered in the "Total Price" column of the Bid Sheet. In case of discrepancy between unit price and extended price, the unit price will be presumed to be correct. B. Bids should be firm. If the Bidder, however, believes it is necessary to base its price on a price adjustment, such a bid may be considered, but only as an alternate bid. C. Transportation Charges. If the quoted price does not include transportation charges, such charges must be itemized separately; provided, however, that the City shall have the right to designate what method of transportation shall be used to ship the goods. D. Taxes. The City does not have to pay Federal Excise Taxes or state and local retail sales and use taxcs. Tax exemption certificates can be provided upon request. E. Time, if stated as a number of days, will include Saturdays, Sundays, and holidays. Time of delivery is part of the bid and is very important. The required delivery date indicated is at point of destination. If the indicated date cannot be met or date is not indicated, Bidder shall state its best delivery time. F. If the Bid Invitation indicates "approved equal" products are acceptable, the seller may offer an "equal" product as an alternate bid. Final "approved equal" determination remains with the City. G. Rids submitted on other than QU forms or with ifferent terms or ro isions will be considered nonr rinsive and will be eliminated from consideration 3. Submission of Bids A. Sealed bids should be returned in an envelope marked. on the outside with the Bidder's name and address and bid number. Address to: City of Corpus Christi Purchasing .Division P. O. Box 9277 Corpus Christi, Texas 78469 -9277 BID NO.• f : ­ nog Z I I BID CLOSING TIME: , '0o r, Na I B. Sealed bids may be delivered in person or by courier to the Purchasing Division on the 4th Floor of City Hall at 1201 Leopard Street, Corpus Christi, Texas, 78401 -2825. C. Bids must be returned in sufficient time so as to be received and time -stamped at the above location on or before the published bid date and time shown on the Bid invitation. Bids received after the published time and date shall not be considered. 4. Modification or Withdrawal of Bids Bids may be modified or withdrawn by written or telegraphic notice received by the City purchasing office prior to the exact hour and date specified for receipt of bids. A bid may also be withdrawn in person by a Bidder or his authorized representative, provided his identity is made known and he signs a receipt for the bid, but only if the withdrawal is made prior to the exact hour and date set for the receipt of bids. 5. Evaluation Factors A. Lowest Responsible Bidder. The City will award purchase orders and contracts to the Lowest Responsible Bidder. In determining the Lowest Responsible Bidder, the City may take into consideration the quality of the product, the adaptability to the particular use required, and the ability, capacity, experience, efficiency and integrity of the bidders as well as the financial responsibility. FAILURE TO COMPLY WITH ALL REQUIREMENTS AND CRITERIA OR QUALIFICATIONS OF ANY KIND SHALL RESULT IN BIDDER'S BID BEING ELIMINATED FROM CONSIDERATION. B. Partial Awards. Bidders may furnish pricing for all or any portion of the Bid Invitation. Unless the Bidder specifies otherwise in his bid, the City may award the contract for any item or group of items shown on the Bid Invitation. C. Reservations. The City expressly reserves the right to: I Waive any immaterial defect, irregularity or informality in any bid or bidding procedure; 2. Reject or cancel any or all bids; 3. Reissue the Bid Invitation; 4. Extend the bid opening time and date; 5. Procure any item by other means; 6. Increase or decrease the quantity specified in the Bid Invitation, unless the Bidder specifies otherwise; 7. Consider and accept an alternate bid, as provided herein, when most advantageous to the City, in the event no bid is received that fully complies with all requirements and criteria used to determine the lowest responsible bid. 6. Acceptance Acceptance of Bidder's offer for an -open market purchase will be in the form of a purchase order. Acceptance of Bidder's offer for supply agreements will be by letter. Subsequent purchase orders and release orders may be issued as appropriate. 7. Conflicts of Interest Bidders must comply with the conflict of interest provisions of the City Charter and Code of Ordinances. Prior to the submission of any bid, each Bidder must file with the City purchasing office g "disclosure of interests on the form supplied by the City. Bidders arc obligated to provide updated information concerning the disclosure of interests, as.warranted, throughout the time the bids are being considered. Bidders who already have a current disclosure of interest form on file in the City purchasing office will not be required to submit a separate form with their bids provided that they have signed the .certificate on the Bid Sheet certifying that the disclosure of interest information on file is current and true. 8. Equal Employment Opportunity Bidders are expected to comply with the Affirmative Action Policy Statement'of the City with respect to its provisions concerning contractors. Any complaints filed with the City alleging that a Bidder Is not an Equal Opportunity Employer due to activities arising during a previous City contract will be referred to the Human Relations Commission O' Commission!) of the City for the purpose of review and recommendation. Summaries of reports by the Human Relations Administrator or the Commission may be considered in any future bid awards by the City. The City expressly reserves the right to consider such reports in determining the lowest responsible bid, 1 i F CITY OF CORPUS CMUSTI PURCHASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seder and City Ma as follows 1. S13LLFR TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a) Seller's name and address; (b) Consignee's name, address and purchase• order or purchase release number end the supply agreement number if applicable; [[a) container number and total number of containers, e.g. box I of 4 boxes; and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any Applicable specifications. City's count or weight shall be final and conclusive oh shipments not accompanied by packing lists. 2. SIMWENT TINDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE & RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES P.O,B. destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seiler for transportation costs in the amount specified in Seller's bid, or actual costs, whichever is -lower, if the quoted delivery terms do not include transportation coats, provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OP DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery, quality and the Iike. Ifs tender is mad$ which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify City of his intention to care and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order entitled "Receiving Agency," Any charge thereto shall be affected by modification as provided for in Clause 20 hereof entitled "Modifications." The terms of this agreement are "no Arrival. no Sale." T INVOICES& PAYMENTS a. Seiler shall submit separate invoices, in duplioate on each purchase arder or purobase release after each delivery. Invoices shall indicate the purchase order or Purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the frcleht waybill when applicable, should be attached to the invoice. Mail to: Accounting Division, Cntyy of Corpus Christi, p, O. Box 9277, Corpus Christi, Texas 78469• Payment shat] not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available fortho purpose of this purchase. Lack o €funds shall render this contract null and void to the extent funds are hot available, and any delivered but unpaid for goads will be returned to Seller by City. c. Do not include Federal Fxcfse, State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods ere provided or services are completed, as required, or a correct invoice is received, whichever is later. 8, GRATUITIES The City may, by written notice to the Sailer, cancel this contract Without liability 10 Seller if it is determined by City that gratuities, in (he form of entertainment, gilts, or otherwise, were offered or given by the Seller, or any agent Or represenlativc of the Seller, to any officer or employee of the City with a view toward securing a contract or securing favorable Ireatmant with respect to the awarding or ameading, or the making of any determinarionswith respect to the performin; of such a contract. In the event this contract is cancelled by City pursuant to this provision, City Shall be entitled, in addition to any othorrights and remedies, to recover or withhold the amount of the cost incurred by Sailer in providing such gratuities. 9, SPECIAL TOOLS & TEST EQUIPUtNT U the price slated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any Process sheets related thereto shall became the property of the City and to the extent feasible shalt be identified by the Seller as such. 10. WARRANTY -PRICE a., The price to be paid b the City shall be that contained in Seller's bid which Seller warrants to be no higher titan Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to Ilia Seller's current prices on orders by others, or in the alternative, City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Sailer warrants that no person or selling agency has been employed or retained to solicit ar secure this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the pu[poso of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or contingent &a. 11. WARRANTY- PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goads furnished will conform to the s eelfieatiaos, drawings and descriptions listed in the bid invitation, and to the sample(s� furnished by Seller, it' any. In the event of a conflict between the specifications, drawings, and descriptions, the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that theproduet sold to City shall conform to the stendards promulgated by the U. S. Department of Labor under the Occupational Safety and Health ACT (OSHA). In the event the product does not conform to OSHA standards, City may return the product for correction or rcilaeemeat at the Seller's expense. In the event Seller fails to make the appropriate emotion within a reasona 13. NO WARRANTY By CITY AGAINST INFRINGE llMENsTex part of this c for sale Seller agrees specifications atta t this contract will give ri manufactu h rightful in claim of A h rd person by way of infringement or the like, City makes no warranty (bat the production of goods according to the specification will not give rise to such a claim, and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of itr&ingememt or the like. I€ Seller is of the opinion that an inflringanent or ilia like 41 result, he will notlt City W flits efleot fn writing within two weeks after the signing of this contract, If City does not receive notice and is subsequently held liable far the infringement or the like, Seller will hold City hariwass. if Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like, this contract shall be null and void awept that City will pay Seller the reasonable cost of his search as to inftimpemants. 14. RIGHTS OF INiSPECTiON City shall have the right to inspect the goods at delivery before soaepting them. 15. CANCELLATION City shall have the rightto Dance[ fordeflinit ail orany pan of the undelivered portion of this order if Seller breaches any of the terms hereof including wanaaties of Seller or if the Seiler becomes insolvent or commits acts cf bankruptcy. Such right of cancellation is in addition to and not in lion of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole, or in part by the City in accordance with this provision. Termination of work hereunder shall be affected by the delivery to the Seller of a "Notice of Termination" Specifying the extent to which performanceo of work under the order is terminated and tha date upon which such termination becomes effective, Such right of termination is in addition to and not in lieu of the tights of City set forth in Clause 15, herein, 17. FORCE MAlEM Neither Party shall be held respoa dhie for losses resulting jr th fulfillment of any terns or provisions of this contract is delayed or prevented by any cause not within the control of the patty whose, performance is interfered with, and which by Ilse exercise of reasonable diligsaes said party is unable to prevent. 18. ASSIGNMENT - DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffoctive for all purposes unless made in conformity with this paragraph. 19. WAIVER No claim or right arising out of a breach of this contract can be discharged In whole or in part by a waiver or renunciation ofthe claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party, 20. MODIFICATIONS This eontracf can be modified or rescinded only by a writing s €geed by both of the parties or their duly authorized agents. 21, r BRPRETATION PAkOL EVIDENCE This wrung is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agrdement. No course of prior dealings between the patties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a coursc of performance readored under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for Objection. Whenever a term defined by the Uniform Commercial Code is used in this coatmce the definition contained in the Coda is to control 22. APPLICABLE LAW This contract shall be governed by the 'Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as offective and in force on the daft of this oontra,4L 23. ADVERTISING Seller shall not advertise or publish, without City's prior consent, the fact that City has entered into this contract, except to the extent necessary to compl with proper requests for information from an authorized representative of the federa� state or local govemmeat. 24• RIGHT TO ASSURANCE Whenever one patty to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 25. HQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: A. Treat all applicants and, employees without discrimination as to race, color, religion, sex, national origin, marital slatus, age, or handicap, b. Identify itself as an "Equal Opporiunity Employer" in all help wanted advertising Or request. The Seller shall be advised of any complaints filed with the City alleging that Seger is not an Equal Opportunity Employer. The City reserves the right to consider its reports from its Human Relations Administrator in response to Such complaints in determining whether or not to terminate any portion of this contract for which purchase orders or authorities to deliver have not been included, however, the Seller is specifically advised that no Equal Opportunity Employment �omptaint will be the basis far caaeellation of chic contract for which a purchase order has been issued or authority to deliver granted. 26. COIVPLfCTS OF INTEREST Seller egress to evmply with the conflict of interest provisions of the City Charter end Code oP Ordinances. Seller egress to maintain current, updated disclosure of igformatlon on fits with the City purohasiag -oifice throughout the term of this contract. J S. SPECIAL INSTRUCTIONS TO BIDDERS S reet, Corpus.Cl��risti T at b�Op A,1VI.Ce � Floor.� ,.City.. Halt, d.201 Leopard pre-bid ntral Tune {CT)`::on Monday;. Octob r•31, 2011... ' The purpose of the pre -bid conference is to discuss the .bid. invitation and specifications. You are encouraged to attend, If you are unable to attend the pre -bid conference in person, you may participate via conference call by dialing (218) 486 -1616 and entering access code 2992080 when prompted. Bidders' questions shall be submitted in writing, online Via PublicPurchase.com, using the electronic question submission feature specific to this bid and shall be submitted nolater.than 5 QOxFM� GTE on}` Wednesdayi-NovemberI 2011 Questions'submitted after 5:00 PM CT on Wednesday, November 2, 2011 shall be deemed late'and shall not be considered. The City shall provide responses in writing to all prospective bidders in the form of written addenda, if such information is necessary to bidders in submitting bids or if the lack of such information would be prejudicial to uninformed bidders. The City shall post addenda, specific to this bid, online at PubiicPurchase.com. Oral explanations or instructions provided by the City before the award of the contract shall not be binding upon the City. The electronic time -stamp in the Purchasing Division of the City of Corpus Christi at City Hall, 1201 Leopard Street, Corpus Christi, Texas, shall be the official time stamp and shall maintain the official time for the purpose of the BID CLOSING TIME for this Invitation to Bid. RELEASE OF LIABILITY AND COVENANT NOT TO SUE THE STATE OF TEXAS COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: § This Release of Liability and Covenant Not to Sue (hereinafter "Release ") is made by and between the Successful Bidder and the City of Corpus Christi, Nueces County, Texas, executed on this the day of , 20 , and is entered into for the purpose of releasing the City, its officers, employees, representatives, agents and contractors (herein collectively referred to as the "City ") from any and all Iiability whatsoever arising out of, caused by, or in any way connected with, either proximately or remotely, wholly or in part, participation by Successful Bidder in providing personal services to the City, which is the subject of the attached contractual agreement ( "Agreement ") between Successful Bidder and the City. Successful Bidder, in exchange for the City allowing him to forego the requirement of providing a Worker's Compensation insurance policy as a condition of the Agreement, does hereby voluntarily enter into the following covenants: 1. Successful Bidder acknowledges that he, individually, employs no workers other than himself. Successful Bidder covenants that he will not enter into an employer employee relationship with any individual or individuals during the term of the Agreement. Successful Bidder acknowledges that the capacity in which he will be participating in the Agreement is that of an independent contractor and not as an employee or agent of the City. Successful Bidder further understands that, as an independent contractor, Successful Bidder will receive no worker's compensation benefits, health benefits, disability benefits, or other insurance benefits which might be available to full time employees of the City and that, as an independent contractor, Successful Bidder is fully responsible for incurring the cost of and paying for any medical services that he may require during the term of the Agreement. 2. Successful Bidder understands that he will participate in this Agreement at his own risk and hereby releases, waives, and in all ways relinquishes any and all present or future claims against the City which he, his heirs, successors, assigns, or any other person or entity (collectively, hereinafter referred to as "Successful Bidder "), may assert, have, or acquire as a result of any injury, death, damage, or loss whatsoever to himself or his property resulting from, arising out of, or connected with his participation in the Agreement between himself and the City. 3. Successful Bidder hereby releases, waives, and relinquishes all such claims, and further covenants not to sue the City for any such claim, regardless of whether such claims may arise from any negligence or gross negligence of the City. 4. Successful Bidder understands that there may be risks involved in participating in the Agreement. Successful Bidder assumes all such risks, and will rely solely on himself, and not the City, in determining those risks. S. Successful Bidder acknowledges that his services under the Agreement may occur on real property owned by the City. Successful Bidder agrees to completely absolve the City of all potential liability caused by, arising out of, or incident to his performance of services on real property owned by the City. 6. Successful Bidder agrees that this Release shall apply to all activities during or connected in any way with his participation in the Agreement and his performance thereunder. 7. Successful Bidder agree that this Release shall be governed by and enforceable under the laws of the State of Texas. Venue shall lie in Nueces County, Texas, where this Release was executed. 8. Successful Bidder hereby acknowledges that he has carefully read this Release and that he agrees to be legally bound and to accept each of its terms. EXECUTED IN DUPLICATE, each of which shall be considered an original, on this the day of , 20 Address, City, County, State & ZIP: STATE OF § COUNTY OF § Before me, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this day of , 20— Notary Public, State of Commission expires: `>P _..:_ ........ .. _... . 1 NSURANC-E REQUIREMENTS I. SUCCESSFUL BIDDER'S LIABILITY INSURANCE A. Successful Bidder shall not commence work under this agreement until all insurance required herein has been obtained and approved by the - City's Risk Manager or designee. Successful Bidder must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. B. Successful Bidder shall furnish to the Risk Manager or designee two (2) copies of Certificates of Insurance and applicable policy endorsement($), showing the following minimum coverage by an insurance company(s) acceptable to the Risk Manager or designee. The City must be named as an additional insured for the General liability policy, and a blanket waiver of subrogation is required on all applicable policies.. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 day written notice of cancellation required Bodily Injury and Property Damage on all certificates or by applicable policy Per occurrence 1 aggregate endorsements) Commercial General Liability including: $1,000,000 Combined Single Limit 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors S. Personal Injury —Advertising Iriu Auto Liability to include $1,000,000 Combined Single Limit or its equivalent �. Owned Vehicles 2. Hired & Non -owned vehicles Property Insurance Successful Bidder will be responsible. for any and all damage to equipment used; regardless if owned, borrowed, rented or leased. WORKERS' COMPENSATION Which Complies with the Texas Workers' Compensation Act and Section 11 below of this exhibit EMPLOYERS' LIABILITY $500 C. In the event of accidents of any kind, Successful Bidder shall furnish the Risk Manager with copies of all reports of such accidents within - ten (10) days of the accident. ADDITIONAL REQUIREMENTS A. Successful Bidder must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts' sufficient to assure that all workers' compensation obligations incurred will be promptly met.. If workers' compensation coverage is not written in accordance with Texas law, "All- Other States" endorsement must be indicated on the certificate of insurance. Successful Bidder who its a Sole Provider (has no employees other than himself), must execute the following Release of Liability and Covenant Not to Sue in lieu of having Workers' Compensation coverage. B. Successful Bidder's financial integrity is of interest to the City, therefore, subject to Successful Bidders right to maintain reasonable deductibles in such amounts as are approved by the City, Successful Bidder shall obtain and maintain in full force and effect for the duration of this agreement and any extension hereof, at Successful Bidder'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- VI I. C. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Successful Bidder shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Successful Bidder shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 (361) 826 -4555- Fax # D. Successful Bidder agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: + Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects 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 suspension, cancellation, non - renewal or material change 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 suspension, cancellation, or non - renewal of coverage, Successful Bidder shall provide a .replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Successful Bidder'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 agreement. F. In addition to any other remedies the City may have upon Successful Bidder'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. Successful Bidder to stop work hereunder, and/or withhold any payment(s) which become due to Successful Bidder hereunder until Successful Bidder demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Bidder may be held responsible for payments of damages to persons or property resulting from Successful Bidder's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Successful Bidder'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. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2011 POTS and Long Distance Phone Service bid ins req. 8 -4 -11 ep Risk Mgmt. C E R T I F: I CAT. E H O L® E. R L 1. S T Date 11/16111 Customer: TELWE -1 Range: Ail Dates: All Page 1 Tel West Network Services Corp % ode Name Street City ST Zip Code Iss Date Queued 11 1111 MOCKINGBIRD PARTNERS, LP 1111 W. MOCKINGBIRD LANE #260 DALLAS TX 75247 05124111 No Description of Operations 1717DAL 1717 Dallas Partners LLC 1717 Main St. Ste 2450 Dallas . TX 75201 09130/11 No Investors LLC Description of Operations See attached GL Additional Insured and Waiver of Subrogation endorsement CGD4250708, CTGD4170708, Auto Blanket Additional Insured and Waiver of Subrogation endorsement CAT3530609, Work Comp Blanket Waiver of Subrogation and 30 Day Notices of Cancellation. 3410 3410 FAR WEST LTD. 7200 N. MOPAC EXPWY #400 AUSTIN TX 78731 04/19111 No Description of Operations ANGER TK 1FTYR10D55PA71033 5 5 FIFTY FIVE CONDOMINIUM 555 EAST 5TH STREET AUSTIN TX 78701 CW19111 No Description of Operations ANGER TK 1FTYR10D55PA71033 AMERICA AMERICAN ELECTRIC POWER 539 N. CARANCAHUA STREET CORPUS CHRISTI TX 78401 04119111 No DAVID DAY Description of Operations ANGER TK 1FTYR10D55PA71033 AT &TTEX AT &T TEXAS 11930 AIRLINE, ROOM 105 HOUSTON TX 7703740 04/19111 No STRUCTURE ACCESS Description of Operations ANGER TK 1FTYR10D55PA71033 BRASS BRASS REAL ESTATE INCOME FUND 10010 SAN PEDRO AVENUE #450 SAN ANTONIO TX 78216 04119/11 No CIO MAGI REAL ESTATE Description of Operations ANGER TK 1FTYR10D55PA71033 BRIARW BRIARWOOD GROUP P.O. BOX 2031 TYLER TX 75710 10/07111 No Description of Operations RE: 305 S Broadway suite 700 Tyler, TX CERT.I,FICAT'E H0L ❑ER L1S.T Date 11116111 Customer: TELWE -1 Range: All Dates: All Page 2 Tel West Network Services Corp .. - Code Name Street City ST Zip Code Iss Date Queued 5RISTOL BRISTOL WEST INSURANCE 600 RED BROOK BLVD. OWINGS MILLS MD 21117 04119111 No Description of Operations ANGER TK IFTYRIODS5PA71033 SUBJECT TO POLICY FORMS AND EXCLUSIONS BROWNM BROWN MC CARROLL, LLP 111 CONGRESS AVENUE, #1400 AUSTIN TX 78701 07/25/11 No Description of Operations CASE CASE Commercial Real Estate 14785 PRESTON ROAD #05 L.B.55 DALLAS Management Office Description of Operations ANGER TK 1FTYR10D55PA71033 CFC CFC INVESTMENT COMPANY P.O. BOX 945496 TINA NEWMAN Description of Operations ANGER TK 1FTYRIOD55PA71033 CIRCUIT CIRCUIT OF THE AMERICAS P.O. BOX B49 ATTN: TAMMY JOHNSON Description of Operations CITY CITY OF LEWISVILLE, ITS 1197 WEST MAIN STREET BOARDSICOMMISSIONS,VOLUNTEERS Description of Operations CITY CITY OF AUSTIN 3600 PRESIDENTIAL BLVD., #411 AIRPORT FAX 530 6653 Description of Operations ANGER TK 1FTYR10D55PA71033 CINCINNATI AUSTIN LEWISVILLE AUSTIN TX 75254 05124111 No OH 45250 -54 04/13/11 No TX 78767 10114111 No TX 75029 08!04/11 No TX 78719 06117/11 No CITY CITY OF SAN ANTONIO 5103 OLD HWY 90 WEST SAN ANTONIO TX 78227 04119111 No RIGHT OF WAYMANAGEMENT DIVIS. Description of Operations ANGER TK iFTYR1101355PA71033 C E R T :I F I C A T E. H. O L ® E R L I ST Date 11/16/11 Customer: TELVIE -1 Range: All Dates: All Page 3 Tel West Network Services Corp Code Name Street City ST Zip Code Iss Date Queued COLLIN COLLIN COUNTY COMMUNITY 3452 SPUR 399 MCKINNEY TX 75069 04119M I No Description of Operations ANGER TK IFTYRIOD55PA71033 CORPUS CORPUS CHRISTI DIGITAL P.O. BOX 9277 CITY OF CORPUS CHRISTI Description of Operations ANGER TK I FTYR1 0055PA71033 CORPUS CHRISTI TX 78469.92 04119111 No CORPUS Corpus Christi Independent 801 Leopard Street PURCHASING & DISTRIBUTION Description of Operations ANGER TK IFTYR10D55PA71033 Corpus Christi CPS CPS ENERGY P.O. BOX 1771 -MAIL DROP 100607 SAN ANTONIO Description of Operations ANGER TK IFTYRIOD55PA71033 CROSS CROSS & COMPANY 2013 BROADWAY SAN ANTONIO Description of Operations ANGER TK 1FTYRIOD55PA71033 DALLAS DALLAS QUORUM OFFICE, LP & 5000 QUORUM DRIVE #170 LB 30 DALLAS Description of Operations ANGER TK IFTYRIOD55PA71033 SUBJECT TO POLICY FORMS AND EXCLUSIONS DALLASI DALLAS INDEPENDENT SCHOOL 3700 Ross Avenue Dallas EMPLOYEES Description of Operations TX 78403 05/02111 No TX 78299 04119/11 No TX 78215 04/19/11 No TX 75254 04/26111 No TX 75204 07125M 1 No DELETE WASHINGTON FIRST INTERNATIONAL 9709 THIRD AVENUE NE SEATTLE WA 98115 04119111 No FAX# (206) 528 2202 Description of Operations ANGER TK IFTYR10D55PA71033 CERTIFICATE H..OLCER - LIST Date 11/16/11 Customer: TELWE -1 Range: All Dates: All Page Tel West Network Services Corp Code Name Street City ST Zip Code Iss Date Queued 'ENTERP ENTERPRISE SOLUTIONS, INC. 14850 QUORUM DRIV Description of Operations E#410 ADDISON TX 75254 04/19191 No ANGER TK 1 FTYR10D55PA71033 EQYAST Equastone Greenway IA, LLC and 2425 N. Central Expwy. Ste 120 Richardson Description of Operations Re: 2100 Lakeside Blvd. Richardson, TX 75082 Refer to attached CGD17 0708, Blanket Additional Insured for General Liability and WC420304, Waiver of Subrogation for the Workers Compensation_ EVANS EVANS NATIONAL LEASING, INC. ONE GRIMSBY DRIVE HAMBURG RENEE HAZARDISHERRIE SARGENT Description of Operations ANGER TK 1FTYR10DSWA71033 SERVICE PROVIDERS STRETCH AND FORM SS0664(04101)COMPUTERS AND MEDIA TEXAS; LIMIT OF $50,CDD FOR DATA AND SOFTWARE FN FN DECKER COURT, LLC AND GRUBB 100 DECKER COURT #197 IRVING INC_ Description of Operations ANGER TK 1 FTYRIOD55PA71033 SUBJECT TO POLICY FORMS AND EXCLUSIONS FOR For Information Only Description of Operations ANGER TK 1FTYR10D55PA71033 TX 75080 10103111 No NY 14075 04/19111 No TX 75062 04!19111 No 07/12111 No FRANKLI FRANKLIN POST OAK, LTD. 5444 WESTHEIMER #1500 HOUSTON TX 77056 10114M1 No Description of Operations RE: JOB AT 5444 WESTHEIMER, HOUSTON, TEXAS GRANITE GRANITE PROPERTIES, INC. 5601 GRANITE PARKWAY #800 PLANO TX 75024 07115/11 No Description of Operations ANGER TK 1FTYR10D55PA71033 GRIFFIN GRIFFIN PARTNERS, INC. 75501H10 WEST #110 SAN ANTONIO TX 78229 04/19111 No Description of Operations ANGER TK 1 FTYR I OD55PA71033 C ER T I F I C A T E H.O L D E R L I S.T Date 11/16/11 -- Page 5 Customer: TELWE -1 Range: All Dates: All Tel West Network Services Corp - ^ ode Name Street City ST Zip Code Iss Hate Queued �UARDIA THE GUARDIAN LIFE INSURANCE 1800 WEST LOOP SOUTH #875 HOUSTON TX 77027 10114111 No TRANSWESTERN Description of Operations RE:JOB AT 1800 WEST LOOP SOUTH, HOUSTON, TEXAS LIST OF ADDITIONAL INSUREDS: THE GUARDIAN LIFE INSURANCE COMPANY OF AMERICA AND TRANSWESTERN PROPERTY COMPANY, SW GP, LLC DBA TRANSWESTERN (MANAGER) AND 1800 WEST LOOP HOUSTON, LTD. HBAVAL HB Avallon, LLC Bldg 1, Ste 210 Austin TX 78759 09121111 No 1041 S Morado Circle Description of Operations Locations: 10415 Morado Circle, 10431 Morado Circle, 10814 Jollyville Road. See attached CGD170 708. HERITAG HERITAGE PLAZA PROPERTY 801 TRAVIS # 1410 HOUSTON TRAVIS INVESTOR, LP Description of Operations ANGER TK 1FTYR10D55PA71033 HINES HINES VAF II MACARTHUR RIDGE, 909 HIDDEN RIDGE #160 IRVING Description of Operations ANGER TK 1FTYRlOD55PA71033 INTERNA INTERNATIONAL PLAZA 4055 INTERNATIONAL PLAZA #400 FORT WORTH ATTN: SHEILA BESSENT FMA . Description of Operations RE: Freese & Nichols IRVING IRVING INDEPENDENT SCHOOL P.O. BOX 152637 RISK MANAGEMENT DEPARTMENT Description of Operations IRVING JEFFREY JeffreyWestchase,LLC 3000WIlcrest,Ste11]5 Houston Description of Operations Re: 3100 Wilcrest Dr. Suite 200, Houston, TX 77042 MPLS. See attached CGD417 0708 and CAT353 0609 and 30 Day Notices of Cancellation. LEAF LEAF FINANCIAL CORPORATION P.O. BOX 979127 MIAMI FAX# (305) 964 2690 Description of Operations TX 77002 04126111 No TX 75038 -38 04119/11 No TX 76109 10107/11 No TX 75015 -26 11109/11 No TX 77042 09121111 No FL 33197 -91 04119111 . No ANGER TK 1FTYR10055PA71033 LEAF FUNDING, INC., ITS SUCCESSORS AND /OR ASSIGNS ARE NAMED AS LOSS PAYEES WITH REGARD TO PROPERTY COVERAGE AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE H0LDE.R.LIST 1 Date 1111611 Customer: TELWE -1 Ran All Page 6 9e= Dates: All Tel West Network Services Corp C d o e Name Street City ST Zip Code Iss Date Queued LINCOLN LINCOLN PROPERTY COMPANY 33 North Dearborn, Suite 404 Chicago IL 60602 05123/11 No Description of Operations ANGER TK 1FTYR10D55PA71033 MARKET MarketlRoss, Ltd and its agent 1701 N. Market St Dallas TX 75202 09/21/11 No Description of Operations Site: 1701 N Market St 4th floor (server room) Dallas TX 75202 MPLS; 1701 N Market St 4th floor server roam Dallas TX 75202 MPLS back up circuits. See attached CGD417 0708 and CAT353 0609 and 30 Day Notices of Cancellation. MSGMAN MSG Management Inc. 13750 San Pedro, Ste 210 San Antonio TX 78232 09/21111 No Description of Operations Re: 4040 Broadway, Suite 600, San Antonio, TX 78209 MPLS. Blanket Additional Insured endorsement CG0417 0708 and 30 Day Notice of Cancellation. NETSTAR NET STAR TELECOMMUNICATIONS, 2100 West Loop South HOUSTON TX 77627 04/19/11 No Description of Operations ANGER TK 1FTYR10DSSPA71033 NORTH NORTH DALLAS TOWN CENTER, LP 5801 TENNYSON PKWY #120 PLANO TX 75024 04/19111 No Description of Operations ANGER TK 1FTYR10D55PA71033 NORWOO NORWOOD TOWER CONDOMINIUM 114 W. 7th STREET, 9220 AUSTIN TX 78701 08103111 No NORWOOD TOWER MANAGEMENT CO Description of Operations RE: LEASED PREMISES AT 114 W. 7th STREET, SUITE 130, AUSTIN, TX ONESHO One Shoreline Properties, Ltd. Suite 1950 South Corpus Christi 800 N. Shoreline Blvd Description of Operations .RE - NAI REOC Partners for Sites at 800 Shoreline Suite 1600 N Corpus Christi TX 78401, MPLS; 800 N. Shoreline Suite 1600 N Corpus Christi TX 78401, back up MPLS circuits. See attached CGD17 0708. PEARLA Pearland Town Center Limited 11200 Broadway Street Pearland fVlgmt. Inc., managing agent Description of Operations M 84 Store#11200 Broadway St. Suite 2332 Peadand, TX 775 MPLS. attached Blanket Additional Insured endorsement CGD417 0708 that applies to all parties mentioned in the contract, and 30 Day Notices of Cancellation. TX 78401 69/30/11 No TX 77584 09130/11 No C E R T I .F I C` .A T: E H O L D E R. L I S T Date 11/16/11 Customer: TELWE -1 Range: All Dates: All Page 7 Tel West Network Services Corp Code Name Street City ST Zip Code Iss Date Queued - PLONKA 07112/11 No Description of Operations ANGER TK 1FTYR10D55PA71033 RICHARD RICHARDSON BUSINESS CENTER, 9441 LBJ FREEWAY # 104 DALLAS LA 75243 04/19/11 No SERVICES Description of Operations ANGER TK 1FTYR101355PA71033 RREEF RREEF DOMAIN, LP P.O. BOX 81484 AUSTIN TX 78708 04/19111 No Description of Operations ANGER TK IFTYR10DSSPA71033 SPI SPI LITIGATION DIRECT, LLC 2960 Professional Drive Springfield IL 62703 -59 05126111 No Description of Operations ANGER TK. 1FTYR10D55PA71033 STPAUL ST. PAUL FIRE AND MARINE 12720 HILLCREST ROAD 9100 DALLAS TX 75230 04119111 No ESTATE MANAGEMENT Description of Operations ANGER TK 1FTYRIODSSPA71033 SUNDA SUNDANCE SQUARE MANAGEMENT,L 201 MAW STREET #700 FORT WORTH TX 76102 04119111 No SRB CITY INVESTMENTS,LP Description of Operations ANGER TK 1FTYR10D55PA71033 TPG -ONE TPG -ONE CONGRESS PLAZA LLC 111 CONGRESS AVENUE AUSTIN TX 78701 07125111 No Description of Operations TRANSW Transwestern Prop. Co. SW GP, 902 Frostwood, Ste 237 Houston TX 77024 04121111 No Memorial Hermann Hospital Syst Description of Operations ANGER TK 1FTYR10D55PA71033 CE'RTIFI'CATE HOLDER LI$T Date 11116 /11 Customer: TE LWE -1 Range: All Dates: All Page 8 Tel West Network Services Corp -. Code Name Street City ST Zip Code Iss Date Queued rRANSW TRANSWESTERN PROPERTY 14241 DALLAS PARKWAY #120 DALLAS TX 75254 04119111 No DBA TRANSWESTERN Description of Operations ANGER TK 1FTYR10D55PA71033 TRT TRT PARK PLACE LLC 2911 TURTLE CREEK BLVD #130 DALLAS AMERICAS, INC. Description of Operations ANGER TK 1FTYR10DSSPA71033 UNIVERS UNIVERSITY OF TEXAS SYSTEM 201 W. 7TH STREET #416 AUSTIN Description of Operations ANGER TK 1FTYR10DSSPA71033 USAA USAA Stratum Executive Center 11044 Research Blvd., #. A -200 AUSTIN Estate Service Corporation Description of Operations ANGER TK 1FTYR10D55PA71033 WEST WEST WEATHERFORD LIMITED 2630 W. FREEWAY #220 FORT WORTH CIO CLEMENTS -GEAR MGNMT CO. Description of Operations RE. INSTALLATION OF 50 MEG CIRCUIT AT GATEWAY DIAGNOSTIC IMAGING WTC WTC -TRADE MART, LP 2100 N. STEMMONS FRWY,MS -70 DALLAS L.P., IFDC OPERATING, LP Description of Operations ANGER TK 1FTYR10DSSPA71033 YP YP KPMG CENTRE, LP 717 NORTH HARWOOD # 500 DALLAS Description of Operations ANGER TK 1FTYR101)55PA71033 YPI YPI MERIDIAN PARTNERS, LP 2711 LBJ FREEWAY #150 FARMERS BRANCH C/O YOUNAN PROPERTIES, INC. Description of Operations ANGER TK 1FTYRlOD55PA71033 TX 75219 04119/11 No TX 78701 04/19111 No TX 78759 04119111 No TX 76102 08111111 No TX 75207 04119111 No TX 75201 04119111 No TX 75234 04119111 No C R T I F I C A T E H O L D E R L I S T Dave 11/16/11 Customer: TELWE -1 Range: All Dates: All Page 9 Tel West Network Services Corp " ode Name Street City ST Zip Code Iss Date Queued ?I YPI THANKSGIVING TOWER OWNER, 1601 ELM STREET # 325 DALLAS TX 75201 04!19!11 No BRIAN Description of Operations ANGER TK 1FTYR10D55PA71033 YPITHAN YPI THANKSGIVING TOWER OWNER 1601 ELM STREET, SUITE 2323 DALLAS TX 75201 04119111 No Description of Operations ANGER TK 1FTYR10DSSPA71033 CERTIFICATE OF'LI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTIT UT REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the the terms and conditions of the policy, certain policies may require an e certificate holder in lieu of such endonwmPnHat PRODUCER 512 328 - 767( Texas Associates Insurors Building 3, Suite 300' 512 327 - 8331 1120 Capital of Texas Hwy S. Austin, TX 78746 Randy Reynolds CPCU, CIC, CRM INSURED Tel West Network Services Corp P.O. Box 81551 Austin, TX 78708 ABILITY INSURANCE DATE ( ) 11/16/11 Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES E A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED policy(ies) must be endorsed. if SUBROGATION IS WAIVED, subject to ndorsement. A statement on this certificate does not confer rights to the CONTACT PHONE FAX No nno MISS: beck txassoc.com PRODUCER TELWE -1 .cusTomr:R in INSURE S AFFORDING COVERAGE NA1C INSURER A -Travelers Indemni INSURER B: INSURER C INSURER D - INSURER E hmRER F! .•crcr1rR.nIC NU IIItSt_K: REVISION NUMBER: 2 THIS IS TO CERTIFY 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. INSR TYPE OFINSURANCE I= AVUL -i& P L M9 LIMITS POLICY EFF POLCY EXP GENERAL LJA$ILlIY A X COMMERCIAL GENERALUASLRY X X EACHOCCUF;RENCL: $ 1,000,00 06304574 04!19111 04/19112 PREMISES (§a occurrence) $ 300,00 CLAMS�AADE OCCUR MED EXP (Any one person) $ 10,0 X PER PROJECT AGG X ESL Ded -0- PERSONAL &ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LMITAPPLIESPEP, PRODUCTS- COMPIOPAGG $ 2,000,00 d F1 POLICY X PRO- Lac ELnp Ben. $ . 1,000,00 AUTOMOBILE LIABILITY X X COMBINED SINGLE LIM $ #,000,DO ALL OWNEDAUTOS A X ANYAUTo BA8977P556 -11 04119/11 04119112 (Ea accident) BODILY INJURY (Per person) $ � - SCHEDULED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE IR A X HEoAuTos BA8977P556 -11 04119111 04/19112 (Per accident) $ A X NON -OWNED AUTOS BA8977P556 -11 04/19/11 04119112 $ $ X UMBRELLA UAS X OCCUR EACH OCCURRENCE $ s, EXCESS LAB CLAIMS -MADE AGGREGATE $ 8,000,00 A 06304575 04119111 04119/12 DEOUC BLE $ X RETENTION - 10000 - $ WORKERSCOMPENSATION WCSTATU- OTH- AND EMPLOYERS' LABILITY X T if M ROPRIETORIPARTNEMEXECun A AM'P YIN HCUB8972P303 -11 04119111 ,04119112 E_LEACHACCIDENT $ 1,00000 OFFICERIMEMBER EXCLUDED? ❑ N IA X i Wyes describe un der d6orybe un der E.L. DISEASE - EA EMPLOYE $ 1,00000 + I yes, DESCRIPTiONOFOPERATIONSbelow E_L DISEASE -POLICY LIdIT $ 1,000,00 • J ERRORS & OMISSIONS TT06304574 04119111 04119112 EACH 1,000,00 • $10k DEDUCTIBLE` FOR EACH WRONGFUL ACT AGG 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Adach ACORD 101, Addittonal Rernarks Schedule, if mote spa. Is required) CITY OF CORPUS CHRISTI P.O. BOX 9277 CORPUS CHRISTI, TX 78469 -9277 CORPUS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE YYILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Cc) 1988 - 2009 ACORD CORPORATION All Hi hfe rncn d INM1D ➢IYYYY - ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD .•crcr1rR.nIC NU IIItSt_K: REVISION NUMBER: 2 THIS IS TO CERTIFY THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OFINSURANCE I= AVUL -i& P L M9 LIMITS POLICY EFF POLCY EXP GENERAL LJA$ILlIY A X COMMERCIAL GENERALUASLRY X X EACHOCCUF;RENCL: $ 1,000,00 06304574 04!19111 04/19112 PREMISES (§a occurrence) $ 300,00 CLAMS�AADE OCCUR MED EXP (Any one person) $ 10,0 X PER PROJECT AGG X ESL Ded -0- PERSONAL &ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LMITAPPLIESPEP, PRODUCTS- COMPIOPAGG $ 2,000,00 d F1 POLICY X PRO- Lac ELnp Ben. $ . 1,000,00 AUTOMOBILE LIABILITY X X COMBINED SINGLE LIM $ #,000,DO ALL OWNEDAUTOS A X ANYAUTo BA8977P556 -11 04119/11 04119112 (Ea accident) BODILY INJURY (Per person) $ � - SCHEDULED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE IR A X HEoAuTos BA8977P556 -11 04119111 04/19112 (Per accident) $ A X NON -OWNED AUTOS BA8977P556 -11 04/19/11 04119112 $ $ X UMBRELLA UAS X OCCUR EACH OCCURRENCE $ s, EXCESS LAB CLAIMS -MADE AGGREGATE $ 8,000,00 A 06304575 04119111 04119/12 DEOUC BLE $ X RETENTION - 10000 - $ WORKERSCOMPENSATION WCSTATU- OTH- AND EMPLOYERS' LABILITY X T if M ROPRIETORIPARTNEMEXECun A AM'P YIN HCUB8972P303 -11 04119111 ,04119112 E_LEACHACCIDENT $ 1,00000 OFFICERIMEMBER EXCLUDED? ❑ N IA X i Wyes describe un der d6orybe un der E.L. DISEASE - EA EMPLOYE $ 1,00000 + I yes, DESCRIPTiONOFOPERATIONSbelow E_L DISEASE -POLICY LIdIT $ 1,000,00 • J ERRORS & OMISSIONS TT06304574 04119111 04119112 EACH 1,000,00 • $10k DEDUCTIBLE` FOR EACH WRONGFUL ACT AGG 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Adach ACORD 101, Addittonal Rernarks Schedule, if mote spa. Is required) CITY OF CORPUS CHRISTI P.O. BOX 9277 CORPUS CHRISTI, TX 78469 -9277 CORPUS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE YYILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Cc) 1988 - 2009 ACORD CORPORATION All Hi hfe rncn d INM1D ➢IYYYY - ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD CITY OF CORPUS CHRISTI P.O. BOX 9277 CORPUS CHRISTI, TX 78469 -9277 CORPUS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE YYILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Cc) 1988 - 2009 ACORD CORPORATION All Hi hfe rncn d INM1D ➢IYYYY - ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD 0 0 U COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. O HER INSURANCE — ADDITIONAL INSUREDS — PRIMARY AND NON — CONTRIBUTORY WITH RESPECT TO CERTAIN OTHER INSURANCE Q o This endorsement modifies insurance provided under the following: o COMMERCIAL GENERAL LIABILITY COVERAGE PART 0 0 H The following is added to Paragraph +4. a, named insured, and we will not share with $ P.ritnarq Insurance, of SECTION IV — that other insurance, provided that: COMMERCIAL. GENERAL LIABILITY CONDITIONS: (1) The "bodily injury" or "property damage" However, if you specifically agree in a writ- for which coverage is sought is caused ten contract or agreement that -the insurance by an "occurrence" that takes place; and m afforded to an additional insured under this 121 The "personal injury" or "advertising in- Coverage Part must apply on a primary ba- jury" for which coverage is sought arises sis, or a primary and non - contributory basis, out of an offense that is committed; a this Insurance is primary to other insurance that is available to such additional insured subsequent to the signing and execution of which covers such additional insured as a that contract or agreement by you. 0 0 t- r N O i] C CG D4 25 07 OB o 2008 The "travelers Companies, Inc. Page 1 of 1 ($14,488) 10.11 Pkg Pol.max COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL. DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COVERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — LIABILITY COV- ERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A1., Who Is An Insured, of SECTION II — LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT 1. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is. an "insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.7., Who Is An Insured, of SECTION If — LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. CA T3 53 06 09 Q 2009 The Travelers Companies, Inc. Page 1 of 4 Includes the copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while perform- ing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto ". D. EMPLOYEES AS INSURED The following is added to Paragraph A.7., Who Is An Insured, of SECTION II — LIABILITY COV- ERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COW ERAGE — INDEMNITY BASIS The following replaces Subparagraph e. in Para- graph B.7., Policy Term, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDITIONS: e. Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees ", partners (if you are a partnership), members (it you are a limited liability company) or members of their house- holds. (1) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (a) You must arrange to defend the "insured" against, and investigate or settle any such claim or "suit" and keep us advised of all pro - ceedings and actions. (b) Neither you nor any other in- volved "insured" will make any settlement without our consent. (c) We may, at our discretion, par- ticipate in defending the "insured" against, or in the settlement of, any claim or "suit". (d) We will reimburse the "insured ": (1) For sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "insured" pays with our consent, but only up to the limit described in Paragraph C., Limit Of Insurance, of SECTION 11 — LIABILITY COVERAGE; (ii) For the reasonable expenses incurred with our consent for your investigation of such claims and your defense of the "insured" against any such "suit ", but only up to and included within the limit de- scribed in Paragraph C., Limit Of Insurance, of SECTION 11 — LIABILITY COVERAGE, Page 2 of 4 © 2009 The Travelers Companies, Inc. CA T3 53 06 09 Includes the copyrighted material of insurance services Office, Inc. with its permission. and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (2) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess contingent or on any other basis. (3) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded By this policy, but we will only be liable to the same extent we would have been liable had you compiled with the compulsory in- surance requirements. (4) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto' will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE. — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph AA.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident ". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SEC- TION III —PHYSICAL DAMAGE COVERAGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you Because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL EFFECTS The following is added to Paragraph AA., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Effects We will pay up to $400 for "loss" to wearing ap- parel and other personal effects which are: (4) Owned by an "insured "; and (2) In or on your covered "auto ". This coverage applies only in the event of a total theft of your covered "auto ". No deductibles apply to this Personal Effects coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.4.b. and A 1l.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss ". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); CA T3 53 06 09 @ 2009 The Travelers Companies, Inc. . Page 3 of 4 Includes the copyrighted material of Insurance Services office, Inc. with its permission. COMMERCIAL AUTO (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss ". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss ", provided that the "accident' or "loss" arises out of operations contemplated . by such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non - renewal. Page 4 of 4 0 2009 The Travelers Companies, Inc. CA T3 53 06 09 Includes the copyrighted material of Insurance Services Office, Inc. with its permission. CITY OF CORPUS CHRISTI PURCHASING DIVISION SERVICE AGREEMENT STANDARD PROVISIONS Contractor and the City of Corpus Christi ( "City ") agree as follows: 1. Term The term of this Service Agreement is thirty -six months, with the option to extend for up to two (2) additional twelve -month periods, subject to the approval of the Contractor and the City Manager or designee. If the City has not completed the bidding process and awarded a new contract upon the expiration of the original contract period or any extension period, the Bidder shall continue to provide goods /services under this Service Agreement, at the most current price under the terms of this Service Agreement or extension, on a month -to -month basis, not to exceed six months. This Service Agreement automatically expires on the effective date of a new contract. 2. Description - Sale of Goods and Services. Contractor will transfer and deliver to the City, and the City will pay for and accept the City's requirements, during the term of the Agreement for all of the items described on the Bid Sheet(s). Quantities shown on the Bid Sheet(s) are estimates and do not obligate the City to order or accept more than the City's actual requirements during the term of this Service Agreement, nor do the estimates limit the City to ordering less than its actual needs during the term of this Service Agreement, subject to availability of appropriated funds. 3. Purchase Order. The City will exercise its right to specify time, place and quantity to be delivered in the following manner: Any City department or division may send to Contractor a purchase order signed by an authorized agent of the department or division. The purchase order will refer to this Service Agreement and will specify the item, quantity, delivery date, shipping instructions and receiving address of the ordering department or division. 4. Default In. One InstalLnent to Constitute Total Breach. Each installment of this Service Agreement is dependent on every other installment, and a delivery of non - conforming goods or services, or a default of any nature under one installment will impair the value of the entire Service Agreement and may constitute a total breach of the Service Agreement. 5. Replacement of Merchandise. Any merchandise rejected by the City must be corrected or replaced by suitable merchandise within two weeks, at no charge to the City, or a replacement will be bought on the open market and any costs incurred, including additional costs over the bid price, shall be paid by the Contractor within thirty days of receipt of the City's invoice. 6. Price Adjustment. All goods and services to be delivered pursuant to this Service Agreement, including any extensions thereof, will be purchased at the prices on the Contractor's Bid Sheet, provided that, at renewal or extension of the Service Agreement for an additional twelve -month period(s), the prices for goods and services to be delivered during the ensuing twelve -month period(s) may be increased or decreased to the extent of changes in the cost of materials to the Contractor, as reflected in written documentation provided by the Contractor to the City. CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 1 OF 6 SPECIFICATIONS FOR POTS LINES AND LONG DISTANCE SERVICE E e x. A. The City of Corpus Christi's ( "City ") current POTS and long distance telephone service provider is AT &T. B. See Exhibit A (associated Excel document) for a complete listing of POTS Lines. D. The City has approximately 7 toll free lines. E. The City is not able to provide projected or current LD minutes per month usage by: a. International (Alaska, Hawaii, Mexico, International) b. Toll Free CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 2 OF 6 . ".. i . ' I 9PAM911 W�..9P7 ZdML . , "k WallgrANAgeawlGaM 0 —gW2A" mb— Adm Ilon- AMBULANCE- EMSEMEM C W j M — - —. EMSBUIF1139 27 is"HWI11 AMERICAN BANK CENTER- 19M Ngiefte Blvd Im ANIMAL CARE SERVICES=� QKWDnS And R .7pm 02 b 2489 awt cb 911 Lum --saloas AIw1r5PMLhW0ckEmr0e14w4W:;alw*08 BUILDING PERM- FMillarma4m MVEMPILOVEESCMATI 2114GM6harRd 78416 WYMALL- Ud LeoPaii St 78401 - Milift TMI Fr1dW------LL -- ea-Mg 4126-33M CUMK$9rvke -M-4090 er Cp 1 ce=r - --826 . M E14 ME CY MANAGEMENT— 24061erd St MOB — --826-1110 ENGIN EE R ING_ Aftabhoan 0flhm12011 -6jWj; — W"Cfl,; — j3j? — AIMO2;X� Md St 290 ' ,8Y6 -3932 n hl6 noor78406 - 826 - 3930 CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18/11 PAGE 3 OF 6 0 DW$ [gin A sremo Aft WW 7URZ W"ttm RM u . YCALMLED" 931 CITY OF CORPUS CHRISTI SPECIFICATION 1241 DATE: 10/18 /11 PAGE 4 OF 6 C. Bidder shall provide ad hoc reports .within 15 calendar days of City's request and at the amount bid by Bidder in the Bid Sheet. D. Bidder shall provide City with access to data via a web -based a pplication. E. Bidder will provide City with a single point-of-contact who will be available to the City during the term of the contract and at least one month prior to the effective date of the transition in order to coordinate the transition of service. F. The single point -of- contact will be available 24x7x365. G. The Bidder shall have all services transitioned within 60 days following commencement of contract. NOTE: For each day the Bidder does not have a service functional after the above - described deadline for transition of service, Bidder will deduct 1130th of the cost of that service, including all applicable taxes, fees, etc. Bidder shall reflect such deduction on the first or, no later than second invoice, following the p eriod to which said credit applies. H: The City's payment terms are net 30 days from the date the City is in receipt of a valid invoice. 1. Bidder accepts MasterCard credit card as a form of payment for all services the subject of this bid. J. Bidder will not assess, collect nor request payment from the City for any convenience or other fee or cost of any kind to pay via credit card. C H to, A. For functional, operational and timeliness reasons, the Bidder must maintain an office in the C ty of Corpus Christi. B. Bidder does not have any outstanding lawsuits not has the Bidder been involved in any lawsuits during the last 5 years that may materially affect its ability to provide the services described herein. C. Bidder does not have any outstanding regulatory issues nor has the Bidder had any regulatory issues during the last 5 years that may materially affect its ability to provide the services described herein. D. Bidder is not currently involved in Iitigation with the City nor has the Bidder been involved in litigation with the CO during the last 5 Yeam E. Provide three`(3 current client'refeeences anc liiee (3)�f(itmerrclient for which the same services have been provided. This information will be used to determine the extent to which the Bidder is able to provide the services described herein to an entity the size of the City of Corpus Christi, as well as the level of customer service exhibited by the Bidder, l , CITY OF CORPUS CHRISTI a. CURRENT CLIENT Reference 1 Organization name: Contact and title: F r . a---:�) t Address: Phone number: !! .1 q `t 3(f I - ca q Q - , Effective date of contract: Number of POTS lines:# (4 0 'd I 1 1 , 0 Was Long Distance Service providedo N Description of services provided: w ire b. CURRENT CLIENT Reference 2 Or anization name: C ntact and t e: �C A l.' 8L1 k Phone number: Effective qte of contract: Q b Number of PUTS lines: 3 Was Long Distance Service provided N A- Description of services provided. L� f � - , A t, L f, � c. CURRENT CLIENT Reference 3 Or anizati name: Co tact a nd 'tle: M Address: Phone number: s 2Vq Effective date of contract: Number of POTS lines: 7 'd I 1 1 , 0 Was Long Distance Service provided. N Description of services provided. r-LI t w ire ? e5 ;Je, n,.er l � Or ization e: Contact and title r r .-. � �v► Lr/ Address: Phone number: Address: Phone number: Effective date of contract: ` Number of POTS lines: Was Long Distance Service provided N Effective date of contract: Number of POTS lines: l Was Long Distance Service provided?M N Description of services rov Reason for term er e. FORMER CLIENT Reference 2 Or aniz tion name: Contact and ti e: Address: Phone number: Effective date of contract: Number of POTS lanes: Was Long Distance Service provided? Y N Address: Phone number: Effective date of contract: ` Number of POTS lines: Was Long Distance Service provided N Description of services provided: Reason for termination: ro lgmuz ba=c f. FORMER CLlENT Reference 3 f� Organization name: Contact and title: Address: Phone number: Effective date of contract: Number of POTS lanes: Was Long Distance Service provided? Y N Description of services provided: Reason for termination: POTS LINES AND LONG DISTANCE SERVICE AGREEMENT Service Agreement No. THIS POTS Lines and Long Distance Service Agreement (this "Agreement ") is entered into by and between (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 ( "City Manager'), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide POTS Lines and Long Distance Service in response to Bid Invitation No. BI- 0092 -11 (which includes Specification 1241, dated 10/18 /11) which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide POTS Lines and Long Distance Service in accordance with Bid Invitation No. BI- 0092 -11 (which includes Specification 1241, dated 10118111). 2. Term, This Agreement is for thirty -six (36) months commencing on and continuing through The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the 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 Director of Municipal Information Services. 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 Director of Municipal Information Services 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 31 "), 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 Bid Invitation No. BI- 0092 -11 (which includes Specification 1241, dated 10118111), or the Contractor's bid offer to Bid Invitation No. BI- 0092 -11 waives any subsequent breach of the same. 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. 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 Director of Municipal Information Systems. 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- 0092 -11 (which includes Specification 1241, dated 10118111). 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 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. 14. Drug Policy. The Contractor must adopt a Drug Free Workplace policy- 15 - Violeuce Policy. The Contractor must adopt a 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 in the U. S. mail, if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Director of Municipal Information Systems P.O. Box 9277 Corpus Christi, Texas 78469 -9277 IF TO CONTRACTOR: Contractor — F2 I Contact , Y� C*Mc�, r r- s Address: ; , l -�sS d City, State, t� e VA - 7 C� 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. 19. INDEMNIFICATION. CONTRACTOR AGREES TO .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 AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, 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 INDENUMEES 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 REASONABLY SATISFACTORY TO INDEMNITELES AND PAY ALL CHARGES' OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY K[ND 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 iffis day.of.- -2W:' Title: CITY OF CORPUS CHRISTI ("CITY"} '`Mchael Barrera Date Assistant Director of Financial Services APPROVED THIS DAY OF CARLOS VALDEZ, CITY ATTORNEY By: Brian Narvaez Assistant City Attorney Incorporated by Reference: Exhibit A: Bid Invitation No. BI-0092-11 Exhibit B: Bidder's Bid 20 City of SUPPLIER NUMBER Corpus TO BE ASSIGNED BY CIT — Ch u ii ; 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: °- }- LA C1 J I C-e SE P. O. BOX: _ 1 STREET ADDRESS: CITY: . 4 STATE: �r� ZIP: '72&-7 0 FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner ❑ 4. Association 5. Other e 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 .t Job Title and City Department (if 1mown) 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 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 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 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 qct 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 1 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: e_ ta e) a i . 0 U , e— Title: QS 0 (Type or P mt) Signature of Certifying Person: Date: DEFINITIONS 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 "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. c. "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. FALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Paul Pierce Procurement Manager ACKNOWLEDGED BY: P,� FIRM NAME AU D IGNATURE DATE BIDDER SHALL SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS SIGNED AND DATED ADDENDUM 1, BY THE BID CLOSING TIME. BID INVITATION ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Request for Proposal No.: BI- 0092 -11 Addendum No.: 1 November 10, 2011 Prospective Proposers are hereby notified of the following modifications to Bid Invitation BI- 0092 -11. All terms, conditions and specifications of the original Bid Invitation not-in conflict with this addendum remain unchanged and continue in full force and effect. Io The City hereby revises item 2.1 of the BID SHEET as follows (you are required to submit your bid on this revised two -page BID SHEET. You are NOT to submit your bid on the original BID SHEET): CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 0092 -1I REVISED ADDENDUM I Q 11110/11 PAGE 1 OF 2 BIDDER A1VH0 %OED SIGNATURE 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, 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 c. the disclosure of Interest information on file with the City's purchasing office, pursuant to the Code of Ordinances, is current and true. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE Thirty-six (36) month service agreement with options to extend for up to two (2) additional twelve -month periods for POTS and Long Distance Services in accordance with Specification 1241 and Insurance Requirements. NOTE: All quantities are for thirty-six (36) month term of service agreement lA Long Distance Service 1.1 Interstate Long Distance — Dedicated 413,460 minute flfl V. (M minute qq pl 264 2 1.2 Intrastate Long Distance - Dedicated 1,209,564 minute f/r� /minute 1 � l• 2.0 POTS Lines Bidder may bid 2.1a OR 2.1b. Bidder shall not bid both 2.1a and 2.1 b. 2.1a Individual Business Access Lines 421 line /line Bidders may bid a single unit price applicable to all lines. OR 2.1b Individual Business Access Lines Bidder may bid individual unit prices for various lines grouped by Central Office location. If Bidder provides individual unit prices for lines grouped by Central Office location, indicate the Central Office and the number of lines far each; the total number of lines must equal 421. Bidder shall enter the sum of all group totals in the space provided under "Total Price ". CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI- 0092 -11 REVISED ADDENDUM 1 11 /10 /11 PAGE 2 OF 2 DATE:��� BIDDER ­ A1WHORj ATURE ITEM DESCRIPTION QTY UNIT UNIT TOTAL PRICE PRICE Number of (cont. 2.1 b) Central Office Location C � Lines line /line t� line i /line m 1 T I C, line `i /line . 7 ? {X �.p line /line CA 0 k0 .1 7"r _ - i kc? line 1 /line -t LCi line I /line line l /line l= --f t2OV1 t's, line 4,5 7 � /line ,A 14 a V C7� � ' 1 T line = /line :Jt Ne line d: " /line (additional Central Office Locations may be added as necessary) TOTAL NUMBER OF LINES (must equal 421) 2.2 Business Multi -Line Access Lines 97 multi -line /multi-line 2.3 Hunt Groups 40 line /Iine 2.4 Caller ID 50 line /line 2.5 Personalized Ring 16 line Q /line 2.6 Non - Recurring Charge — Service Order 1 order 9 James /order so 2.7 Non- Recurring Charge — Trip Charge 1 trip /trip _& 2.8 Non- Recurring Charge — Central Office Access l line ����`' -F Sf /line c:a3 2.9 Ad Hoc Reports 1 hour /hour THE CITY MAY AWARD SERVICE AGREEMENTS BY GROUP (GROUPS 1.0 AND 2.0) OR THE CITY MAY AWARD A SINGLE SERVICE AGREEMENT FOR ALL SERVICES DESCRIBED HEREIN.