Loading...
HomeMy WebLinkAboutC2019-514 - 9/24/2019 - Approved cis0 V4 _�I�� SERVICE AGREEMENT NO. 68345 ver \,_,1_71WaterWise Education Program x882gPOR�EO THIS Waterwise Education Program Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Franklin Energy Services, LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Waterwise Education Program in response to Request for Bid/Proposal No. SS-68345 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Waterwise Education Program ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for three years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Department. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so by written amendment prior to the expiration of the original term or the then-current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Agreement is for an amount not to exceed $70,200.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be mailed to the following address with a copy provided to the Contract Administrator: Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form July 11, 2019 E� SCANN City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Diana Zertuche-Garza Department: Utilities Department Phone: 361-826-1827 Email: dianaG@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form July 11,2019 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form July 11,2019 12. Subcontractors. 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 Contract Administrator unless the subcontractors were named in the bid or proposal or in an Attachment to this Agreement, as applicable. 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, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. The City may, at the City's sole discretion, choose not to accept Services performed by a subcontractor that was not approved in accordance with this paragraph. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Diana Zertuche-Garza Title: Contracts/Fund Administrator Address: 2726 Holly Road, Corpus Christi, TX 78415 Phone: (361) 826-1827 Fax: (361) 826-1715 IF TO CONTRACTOR: Franklin Energy Services, LLC Attn: Larry Weight Title: Regional Vice President Address: 976 United Circle, Sparks, Nevada 89431 Phone: 888 -438-9473 Fax: 800-544-8051 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form July 11,2019 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. 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. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form July 11,2019 20. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 21. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 22. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 23. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 24. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 25. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form July 11,2019 DocuSign Envelope ID:5372A1B2-FCD4-4866-9E22-ACF3D829D245 CONTRACTOR Signature: Vokait,(, _� tlwv't,ln.u, Printed Name: Dani el 3 Tarrence Title: Executive vice President Date: 8/22/2019 CITY OF CORPUS CHRISTI kms, Q_ _6cL Kim Baker Director of Contracts and Procurement Date: (} . ZS , ct ATTEST 1 REB, CCA HUERTA CITY SECRETARY Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. SS- 68345 Exhibit 2: Contractor's Bid/Proposal Response AU UUKiciA. IT (w;cR 01-,2 -aGtq SE Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form July 11, 2019 (c.5' ATTACHMENT A: SCOPE OF WORK 18b2 1.1 Background Information A. The Contractor shall provide the Corpus Christi WaterWise® Program a cost- effective, residential water efficiency program from Franklin Energy Services (FES). This program utilizes FES's proven school delivery format to provide water savings kits containing efficiency measures with creative classroom and hands-on, in-home education techniques which inspire families to adopt new resource usage habits. Results are tracked and summarized to document projected savings outcomes. B. The Contractor shall provide a take-home kit full of water-efficient devices which, following the in-class professional teacher taught education, are taken home and installed. The learning experience is shared with family members as they work on subjects required by state learning standards to understand and appreciate the value of natural resources in daily life. This stimulating program shapes new behaviors and achieves immediate and ongoing savings through an innovative and effective mix of new product installation and resource efficiency knowledge, using the best messengers- children. C. Program launch will typically be in the fall of each school year, with a goal of reaching approximately 600 participants annually. 1.2 Program Plan A. Preparation / Program Ramp-Up a. Program Plan Prior to initiating work, the Contractor shall develop a Program Plan will be developed in conjunction with City of Corpus Christi Staff to identify specific requirements and objectives. This plan will define specific program parameters, including materials, kit measures, program timing, and content modifications. Once the plan is in place, implementation will commence. b. Marketing Plan The Contractor shall market the program to eligible teachers through its enrollment process. This includes a variety of methods including email, fax, and website access. The Contractor shall provide Parent-focused collateral to engage parents of the participants in ways to save water throughout their home. c. Requirements of the City The City will approve the Program Plan.This includes coverage by area and other implementation details as indicated above. Also, a list of potentially eligible schools will be provided to the City by the Contractor for review and approval prior to outreach. Page 1 of 5 B. Identify Program Targets & School List a. The City will identify areas to target for outreach and program participation. Target program area(s) will be defined by a list of ZIP Codes supplied by the City and can be based on any criteria or filters, such as geographic (urban, rural), demographic (income, language), housing type, underserved, etc. b. The Contractor will work from the ZIP Code list to create an eligible school list showing individual schools within the defined program area(s). The eligible school list will then be submitted to the City for review and approval as to individual eligibility for each school. C. Program Materials The Contractor will provide the following materials: a. Corpus Christi WaterWise®Student Guide • Custom four-color cover design • Content modification for Corpus Christi, Texas-specific information • Content modification for program-specific measures • Content modification for alignment with Texas Essential Knowledge and Skills (TEKS) b. Corpus Christi WaterWise®Student Workbook • Custom four-color cover design • Content modification for Corpus Christi, Texas-specific information • Content modification for program-specific measures • Content modification for alignment with Texas Essential Knowledge and Skills (TEKS) c. Corpus Christi WaterWise® Program Introduction Letter and Pledge Form to Parents • Black ink • Translated into one language other than English • Content modification for regional Texas-specific information • Content modification for program-specific measures d. Corpus Christi WaterWise® Certificate of Achievement • Custom four-color design • One-sided 8.5" x 11" e. Kit Box • Custom four-color box design • Content modification for Corpus Christi, Texas-specific information • Content modification for program-specific measures f. Parent education piece - Quick Start Guide • Custom four-color design • Content modification for Texas-specific information • Content modification to include low cost / no cost savings tips • Content modification for program-specific measures • Multi-language to include English and Spanish g. Parent Evaluation • Black ink • Question modification based on available space Page 2 of 5 • Multi-language to include English and Spanish h. Corpus Christi WaterWise®Teacher Guide • Custom four-color cover design • Content modification for Corpus Christi, Texas-specific information • Content modification for program-specific measures • Content modification for alignment with Texas Essential Knowledge and Skills (TEKS) i. Teacher Program Evaluation • Custom one-color black ink on white paper • Two-sided 8.5" x 11" j. Measures included in the program: • High Efficiency Showerhead (1 .75 GPM) • Kitchen Flip Aerator (1.5 GPM) • Bathroom Nub Aerator (1.0 GPM) k. Program Materials in Kit • Installation Instructions • Flow Rate Test Bag • Toilet Leak Detector Tablets • Teflon Tape • Digital Thermometer (Water / Fridge / Freezer) • Natural Resource Fact Chart • Rain/Drip Gauge • Shower Timer I. Teacher Mini Grant • A Minimum $50 Mini Grant is Available to Each Teacher that Meets Criteria as Outlined in the Program Plan 1.3 Implementation A. Teacher Outreach a. The Contractor will contact is made with the schools on the approved school list to determine and confirm physical address, mailing address, school contact information, teacher information, and approximate enrollment in the target grade level. b. Administrative personnel at the school shall be queried about student enrollment information while developing the approved school list. Since most give an approximate number rather than locate the most accurate information, the Contractor shall decide the exact number of students in each classroom during the enrollment phase. B. Teacher Enrollment The Contractor shall make direct contact with eligible teachers via phone, fax, email, and mail to introduce the program. Individual enrollments will be collected from teachers Page 3 of 5 C. Materials Shipment & Confirmation a. The Contractor shall will send Corpus Christi WaterWise® materials directly to enrolled classrooms. The quantity of materials sent to the teacher shall be based on their verbal or written confirmation of the number of students enrolled in their class(es). Each participating teacher shall receive a set of teacher materials and a Corpus Christi WaterWise® Kit. Every student in the participating/enrolled class shall receive a set of student materials and a Corpus Christi WaterWise® Kit. b. The Contractor shall use a 10-step QA/QC process to ensure approved materials are safely shipped to participants. These steps include: • Document Teachers' Requests • Verify all Materials • Material Inspection Before Shipment • Test Measures to Ensure Quality and Function • Suitably Pack all Material • Re-Verify Quantity and Destination by Shipping Department • Use Additional Packing Material to Prevent Damage • Schedule Shipment with Most Reliable Freight Company • Ship Material Individually to Each Teacher • Notify Teacher Directly of Shipment D. Teacher Support and Data Collection The Contractor will contact the participating teachers via fax, phone, email and mail at various times throughout the program to provide support for the teachers and to request the return of the survey forms and evaluations. Participants (both teachers and students/families) shall be provided with a toll-free 800 number for assistance as well as support via an online resource. 1.4 Assessment and Reporting A. Data Collection The Contractor shall contact the participating teachers via fax, phone, email, and mail at various times throughout the program to provide support for the teachers and to request the return of the survey forms and evaluations. Teachers shall receive a postage paid envelope to use for returning the requested materials. B. Reporting a. The Contractor will jointly the City determine the reporting frequency and data requirements in the Program Plan. Program data may be reported in numerous ways. Standard reporting via Word, PDF, Excel, or CSV files are all "as delivered" options. b. Standard implementation shall include the review and reconciliation of data to be reported and/or transferred. For any 3rd party interface that needs to be tested, a minimum of 30 days will be allowed. c. The Contractor shall deliver a final Program Summary Report upon completion of the School Year, or Program Year to be determined by the program plan. It will present information on program participants, implementation steps, installation rates, survey data collected, resource savings projections, and any other data Page 4 of 5 desired by the City as identified in the Program Plan. This is separate from any EM&V activities. Page 5 of 5 "77:niN : ATTACHMENT B: QUOTE/PRICING SCHEDULE cy..c. Baca yr CITY OF CORPUS CHRISTI ,NeOOJ.RAt 0 QUOTE FORM 1s52 L Refer to"Sample Service Agreement"Contract Terms and Conditions before completing quote. 2. Quote your best price, including freight,for each item. 3. In submitting this quote, vendor certifies that the prices in this quote have been arrived at independently, without consultation, communication, or agreement with any other vendor or competitor, for the purpose of restricting competition with regard to prices. Invitation to quote, FOB Destination, Freight Included, on the following: DESCRIPTION QTY UNIT UNIT PRICE PRICE TOTAL Year 1: Texas WaterWise Program 600 EA $36.50 $21,900.00 Year 2: Texas WaterWise Program 600 EA $36.50 $21,900.00 Year 3: Texas WaterWise Program 600 EA $36.50 $21,900,00 Custom Kit Boxes (first year only) 2,000 EA $2.25 $4,500.00 TOTAL $70,200.00 COMPANY: Franklin Energy Services, LLC, a Delaware limited liability company NAME OF PERSON AUTHORIZED TO SIGN: Larry Weight ADDRESS: 976 United Circle CITY / STATE/ZIP: Sparks, Nevada 89431 PHONE: 888-438-9473 EMAIL: Lweight@franklinenergy.com FAX: 800-544-8 51 DATE: 6/Lib 0 is SIGNATURE: TITLE: Regional Vice President TH CITY RESERVES THE RIGHT TO REJECT OR CANCEL ANY OR ALL QUOTES.TO WAIVE ANY INFORMALITIES OR IRREGULARITIES IN THE QUOTES RECEIVED AND TO CANCEL OR POSTPONE THIS PROJECT UNTIL A LATER DATE. Page 8 of 19 RFQ Revised 1.3.2018 ATTACHMENT C: INSURANCE REQUIREMENTS No insurance or bonds are required, therefore Section 5 Insurance; Bonds is null to this Service Agreement. Page 1 of 1 ATTACHMENT D: WARRANTY REQUIREMENTS No product warranty applies to this Service Agreement therefore, Section 8 Warranty subsections 8(A) and 8(B) are void. Page 1 of 1