Loading...
HomeMy WebLinkAboutAgenda Packet City Council - 01/12/2021 (3)City Council City of Corpus Christi Meeting Agenda - Final-revised 1201 Leopard Street Corpus Christi, TX 78401 cctexas.com Council Chambers11:30 AMTuesday, January 12, 2021 Addendums may be added on Friday. Public Notice: Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact the City Secretary’s office (at 361-826-3105) at least 48 hours in advance so that appropriate arrangements can be made. Si Usted desea dirigirse al Concilio y cree que su inglés es limitado, habrá un intérprete inglés-español en todas las juntas del Concilio para ayudarle. This meeting may be held via videoconference call pursuant to Texas Government Code § 551.127. If this meeting is held via videoconference call or other remote method of meeting, then a member of this governmental body presiding over this meeting will be physically present at the location of this meeting unless this meeting is held pursuant to Texas Government Code § 551.125 due to an emergency or other public necessity pursuant to Texas Government Code § 551.045. A.Mayor Paulette M. Guajardo to call the meeting to order. B.Invocation to be given by The Most Reverend Edmond Carmody, DD, Bishop Emeritus of Corpus Christi. C.Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Jude Victor Guajardo. D.City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. Page 1 City of Corpus Christi Printed on 1/11/2021 January 12, 2021City Council Meeting Agenda - Final-revised E.PUBLIC COMMENT - AUDIENCE AND PRESENTER SOCIAL DISTANCING AND PUBLIC TESTIMONY AND PUBLIC HEARING INPUT AT PUBLIC MEETINGS OF THE CITY COUNCIL. To reduce the chance of COVID-19 transmission, public meetings will be held in a manner intended to separate, to the maximum practical extent, audience and presenters from personal contact with members of Community, City Staff, and City Council. This meeting will be broadcast at cctexas.com/services/council meeting-agendas-minutes-video. Public testimony and public hearing input for Public Comment and all items on the agenda at public meetings of the City Council should be provided in written format and presented to the City Secretary and/or designee no later than five minutes after the start of each meeting of the City Council. Testimony and/or public input shall be in accordance with the City Secretary’s instructions, which shall be posted on the City Secretary’s door and on the City website, and allow for electronic submission. The written public testimony shall be provided to members of City Council prior to voting on measures for that meeting. Written testimony shall be limited in accordance with the City Secretary requirements and shall be placed into the record of each meeting. This testimony shall serve as the required public testimony pursuant to Texas Government Code 551.007 and shall constitute a public hearing for purposes of any public hearing requirement under law. The meeting may be held telephonically or via videoconference. The public may participate remotely by following the instructions of the City Secretary at cctexas.com/departments/city-secretary. F.CITY MANAGER’S COMMENTS / UPDATE ON CITY OPERATIONS: a.GOVERNMENT ACTIONS RELATED TO CORONA VIRUS AND VACCINE DISTRIBUTION G.MINUTES: 1.21-0026 Regular Meeting of December 8, 2020 and Special Meeting of December 22, 2020 H SPECIAL APPOINTMENTS: 2.21-0075 Selection of Mayor Pro Tem 3.21-0076 Mayoral Council Committee Appointments: Audit Committee and Municipal Court Committee I.BOARD & COMMITTEE APPOINTMENTS: 4.21-0037 Reinvestment Zone No. 3 (Downtown) Board (7 vacancies) J.EXPLANATION OF COUNCIL ACTION: Page 2 City of Corpus Christi Printed on 1/11/2021 January 12, 2021City Council Meeting Agenda - Final-revised K CONSENT AGENDA: (ITEMS 5 - 19) Consent - Second Reading Ordinances 5.20-1343 Zoning Case No. 0920-02, GMG Partners, LP. (District 3). Ordinance rezoning property at or near 702 South Navigation Boulevard from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single-Family 4.5 District with a Planned Unit Development. (Planning Commission and Staff recommend Approval) (Requires 3/4 vote due to public opposition) Sponsors:Development Services 6.20-1414 Ordinance authorizing the renewal of a five year ground lease with Haas-Anderson Construction, Ltd., Corpus Christi, TX, for a 3.89-acre City-owned tract of land located on the former Hala Pit Landfill, next to the City’s vehicle impound yard off of Greenwood Drive, and authorizing an annual rental fee of $9,600.00. Sponsors:Engineering Services Consent - Contracts and Procurement 7.20-1290 Resolution authorizing a three-year agreement with Environmental Systems Research Institute (ESRI), Inc. in an amount not to exceed $450,000.00 for license and support maintenance of the City’s Geographic Information System (GIS), effective upon issuance of a notice to proceed, with FY 2021 funding in the amount of $125,000.00 available in the Information Technology Fund. Sponsors:Information Technology Services and Contracts and Procurement 8.20-1394 Motion authorizing a three-year service agreement with Great South Texas Corp, dba Computer Solutions of San Antonio, Texas, in an amount not to exceed $251,262.00 for Cisco Umbrella which provides internet content filtering effective upon issuance of notice to proceed, with funding in an estimated amount of $83,800.00 available in the FY 2021 Information Technology Fund. Sponsors:Information Technology Services and Contracts and Procurement 9.20-1431 Motion authorizing a three-year rental and service agreement with BP Rental Services, LLC dba CC Rentals, in an amount not to exceed $80,750.00 for Portable Toilet Rentals for Beach Operations. The amount for   FY 2021 for the remaining 8 months is $17,944.45 that is available in the FY 2021 State Hotel Occupancy Tax (HOT) Beach Fund. Sponsors:Parks and Recreation Department and Contracts and Procurement 10.20-1076 Motion authorizing a three-year service agreement with Hub City Overhead Door Co., Inc. in an amount not to exceed $200,000.00 to perform on-call overhead door maintenance and repair services to City owned facilities for Page 3 City of Corpus Christi Printed on 1/11/2021 January 12, 2021City Council Meeting Agenda - Final-revised the Asset Management Department, effective upon issuance of notice to proceed, with FY 2021 funding in an amount not to exceed $47,000.00 available in the Facility and Property Management Fund. Sponsors:Asset Management Department and Contracts and Procurement 11.21-0018 Motion authorizing a three-year service agreement with South Texas Metal Roofing, Inc., of Corpus Christi, Texas, for an amount not to exceed $3,000,000.00 to perform on-call roof repair services to City owned facilities, effective upon issuance of a notice to proceed, with FY 2021 funding available through the Facility and Property Management funds. Sponsors:Asset Management Department and Contracts and Procurement 12.21-0024 Motion authorizing the lease-purchase of one Diamond Z horizontal grinder from Bane Machinery, Inc., of Dallas, Texas in an amount of $983,781.64, for grinding brush at the Solid Waste compost facility, effective upon issuance of letter of acceptance, with FY 2021 funding in the amount of $32,793.00 available in the General Fund. Sponsors:Solid Waste Operations and Contracts and Procurement 13.20-1372 Motion authorizing an Amendment to Service Agreement No. 2931 with 2Chainz Brush Clearing, LLC, for a total amount not to exceed $165,992.00 for years two and three, increasing the service agreement value to $1,215,968.00 for Mowing for Storm Water and Street Rights-of-Way for Public Works, with funding available in FY 2021 Storm Water Fund. Sponsors:Public Works/Street Department and Contracts and Procurement Consent - Capital Projects 14.20-0934 Resolution authorizing the execution of an Advance Funding Agreement with the Texas Department of Transportation for the 2018 Highway Safety Improvements Program that include upgrading traffic signal components, existing traffic signals, safety lighting and pedestrian improvements at multiple locations Citywide, with a City required funding match of 10% in an amount of $120,000.00, with FY 2021 funding available from the Bond 2016 program. Sponsors:Engineering Services and Public Works/Street Department 15.20-0939 Motion awarding a Master Services Agreement for Traffic Improvement Projects to include traffic signalization and synchronization to Freese and Nichols, Corpus Christi, TX, for an initial amount up to $250,000.00 per year and one renewal option to be administratively authorized for a total amount not to exceed $500,000.00, with projects located Citywide, and funding available through the 2018 Bond Program Fund. Sponsors:Engineering Services, Public Works/Street Department and Contracts and Procurement 16.20-1367 Motion awarding a Master Services Agreement for Geotechnical Testing Page 4 City of Corpus Christi Printed on 1/11/2021 January 12, 2021City Council Meeting Agenda - Final-revised and Construction Materials Testing to Professional Service Industries, Inc., Rock Engineering and Testing Laboratory, Inc., Terracon Consultants, Inc., and Arias & Associates Inc, all from Corpus Christi, Texas, in an amount up to $750,000.00 each, with a one-year renewal option to be administratively authorized for a total amount not to exceed $1,500,000.00 each, with projects located Citywide, and FY 2021 funding available from the Utility Capital Program and Bond Program. Sponsors:Engineering Services, Utilities Department and Contracts and Procurement General Consent Items 17.21-0023 Motion to authorize execution of a 24-month Lease Agreement with Bayview Tower, LLC, for the operation of the City Customer Service Call Center for a total cost of $111,111.35 of which $57,209.75 is for the first twelve and $53,901.60 is for the second twelve months with the FY 2021 expense of $39,606.75 being paid from the Call Center’s FY 2021 budget in the General Fund. Sponsors:Asset Management Department and Communications & Intergovernmental Affairs 18.20-1390 Resolution authorizing 6-month extensions for a Water Arterial Transmission and Grid Main Construction and a Reimbursement Agreement up to $147,999.99, a Distribution Main Line Extension Construction and a Reimbursement Agreement up to $43,010.00, and a Wastewater Collection Line Extension Construction and a Reimbursement Agreement up to $139,341.76 with Dorsal Development, LLC for a planned residential development, Azali Estates Unit 1, located at the intersection of Yorktown Boulevard and Starry Road, east of Rodd Field Road. (District 5 ) Sponsors:Development Services 19.21-0019 Resolution authorizing outside city limits water contract with GTHH Development, LLC (Hossein Mostaghasi) to provide public water to his property located outside the city limits described as Swan Village Phase 1 Subdivision, also commonly known by its street address as FM 2444 (South Staples Street) under Corpus Christi Code Section 55-113. (OCL) Sponsors:Development Services L.RECESS FOR LUNCH M.PUBLIC HEARINGS: N.REGULAR AGENDA: O.FIRST READING ORDINANCES: (ITEMS 20 - 24) 20.20-1442 Ordinance authorizing acceptance of a grant in an amount of $104,013.20 Page 5 City of Corpus Christi Printed on 1/11/2021 January 12, 2021City Council Meeting Agenda - Final-revised from the State of Texas, Criminal Justice Division for Victims of Crime Community Outreach Program with a cash match of $5,265.79 and in-kind match of $23,360.00; appropriating $104,013.20 in the Police Grants Fund; authorizing two Full Time Employee positions; and authorizing a transfer of $5,265.79 from the General Fund to the Police Grants Fund. Sponsors:Police Department 21.20-1441 Ordinance authorizing the acceptance of five grants totaling $332,809.19 from the Texas Office of the Governor - Homeland Security Grant Division, Homeland Security Grant Program for Bomb Squad Detection for $116,151.38, Dive Trailer for $44,063.76, Incident Command Training Program for $88,134.05, Airport Medical Response Equipment for $4,585.00, and Regional Hazmat Response Enhancement for $79,875.00; and appropriating $332,809.19 in the FY 2021 Fire Grants Fund. Sponsors:Fire Department 22.21-0005 Ordinance authorizing acceptance of a $2,500 donation from ExxonMobil Pipeline Company to support the Corpus Christi Fire Department’s emergency response capabilities: and appropriating $2,500 into the Fire Grants Fund. Sponsors:Fire Department 23.20-1415 Ordinance authorizing the renewal of a 15-year lease agreement with Lady Lex Museum on the Bay Association that authorizes the use of a portion of the submerged lands owned by the City of Corpus Christi and adjoining City property for the U.S.S. Lexington for the operation of the museum and authorizing an annual rental fee of $1.00. (28-day delay required between readings) Sponsors:Engineering Services 24.21-0003 Ordinance authorizing the resale, by Nueces County as the City’s trustee, of 16 properties, which were foreclosed upon for failure to pay ad valorem taxes, for the total price of $89,225.00. The City accepts total proceeds of $29,379.07 from the sale of which $7,988.22 is allocated to the settlement of past due ad valorem taxes and $21,390.85 is allocated to the settlement of amounts due for City paving and demolition liens. Sponsors:Finance & Business Analysis P.BRIEFINGS: (ITEM 25) 25.20-1368 Corpus Christi Regional Economic Development Corporation (CCREDC) Quarterly Update to City Council (Third and Fourth Quarters of 2020) Sponsors:Corpus Christi Regional Economic Development Corporation Q.EXECUTIVE SESSION: R.IDENTIFY COUNCIL FUTURE AGENDA ITEMS Page 6 City of Corpus Christi Printed on 1/11/2021 January 12, 2021City Council Meeting Agenda - Final-revised S.ADJOURNMENT Page 7 City of Corpus Christi Printed on 1/11/2021 1201 Leopard Street Corpus Christi, TX 78401 cctexas.com City of Corpus Christi Meeting Minutes City Council 11:30 AM Council ChambersTuesday, December 8, 2020 Addendums may be added on Friday. Mayor Joe McComb to call the meeting to order.A Mayor McComb called the meeting to order at 11:33 a.m. Invocation to be given by Mayor Joe McComb.B. Mayor McComb gave the invocation. Pledge of Allegiance to the Flag of the United States and to the Texas Flag.C. Mayor McComb led the Pledge of Allegiance to the flag of the United States and the Texas Flag. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers.D. City Secretary Rebecca L. Huerta called the roll and verified that a quorum of the City Council and the required Charter Officers were present to conduct the meeting. Charter Officers: City Manager Peter Zanoni, City Attorney Miles K. Risley and City Secretary Rebecca L. Huerta. Note: Council Members Roland Barrera, Everett Roy and Paulette Guajardo participated by video conference. Council Member Michael Hunter participated by telephone conference. Mayor Joe McComb,Council Member Roland Barrera,Council Member Paulette Guajardo,Council Member Gil Hernandez,Council Member Michael Hunter,Council Member Ben Molina,Council Member Everett Roy, and Council Member Greg Smith Present:8 - Page 1City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes PUBLIC COMMENT - AUDIENCE AND PRESENTER SOCIAL DISTANCING AND PUBLIC TESTIMONY AND PUBLIC HEARING INPUT AT PUBLIC MEETINGS OF THE CITY COUNCIL. To reduce the chance of COVID-19 transmission, public meetings will be held in a manner intended to separate, to the maximum practical extent, audience and presenters from personal contact with members of Community, City Staff, and City Council. This meeting will be broadcast at cctexas.com/services/council meeting-agendas-minutes-video. Public testimony and public hearing input for Public Comment and all items on the agenda at public meetings of the City Council should be provided in written format and presented to the City Secretary and/or designee no later than five minutes after the start of each meeting of the City Council. Testimony and/or public input shall be in accordance with the City Secretary’s instructions, which shall be posted on the City Secretary’s door and on the City website, and allow for electronic submission. The written public testimony shall be provided to members of City Council prior to voting on measures for that meeting. Written testimony shall be limited in accordance with the City Secretary requirements and shall be placed into the record of each meeting. This testimony shall serve as the required public testimony pursuant to Texas Government Code 551.007 and shall constitute a public hearing for purposes of any public hearing requirement under law. The meeting may be held telephonically or via videoconference. The public may participate remotely by following the instructions of the City Secretary at cctexas.com/departments/city-secretary. E. Mayor McComb referred to comments from the public. The following citizen called in opposition to Item 19: Carl Badalich, 102 West Palm Beach. Jim Boggs, 4701 Donegal Dr. called in favor of Item 19. The following citizens submitted written public comments in favor of Item 19 which are attached to the Minutes: John Pietrobon, 101 China Beach Dr.; and Steven Pietrobon, 146 Beachview Dr. CITY MANAGER’S COMMENTS / UPDATE ON CITY OPERATIONS:F. Mayor McComb referred to City Manager's Comments. City Manager Peter Zanoni reported on the following topics: 1) City's drought contingency plan-stage 1 water restrictions. Water Resource Manager Steve Ramos and Assistant Director of Water Quality and Treatment Gabriel Ramirez presented information on the following topics: discussion guide; Coastal Bend water supply; storage levels; buying time; and reference guides and resources. Council Members, Manager Ramos, Assistant Director Ramirez and City Manager Peter Zanoni discussed the following topics: stage 1 water restrictions will begin in about one to two weeks; and stage 1 limits watering lawns to once a week. 2) Diversity in efforts for the Police Department-gender and race. 3) Introduced Page 2City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes the new Assistant Director of Parks and Recreation Kevin Johnson. GOVERNMENT ACTIONS RELATED TO CORONA VIRUSa. Director of Public Health District Annette Rodriguez presented the following update on COVID-19: COVID-19 cases by month; Nueces County surveillance of flu illnesses annual comparison of weekly cases; COVID-19 vaccine; EVAP-COVID-19 vaccine allocation principles; distribution will adjust as volume of vaccine doses increases; COVID-19 vaccine microplanning; COVID-19 vaccination candidates; COVID-19 vaccine timeline update (tentative); direct shipment to points of vaccination; vaccine storage options at the point of vaccination; COVID-19 category updates; if Pfizer is approved: COVID-19 vaccine allocations-week of December 14th; COVID-19 vaccine providers; and resources. Council Members and Director Rodriguez discussed the following topics: there has been an increase in the number of people getting the flu vaccination this year; more people are susceptible to COVID-19 than the flu because there is not a vaccination currently available for COVID-19; and the COVID-19 vaccination is not mandatory, it is optional. MINUTES:G. 1.Regular Meeting of December 1, 2020 A motion was made by Council Member Molina, seconded by Council Member Hernandez that the Minutes be approved. The motion carried by a unanimous vote. BOARD & COMMITTEE APPOINTMENTS: (NONE)H. EXPLANATION OF COUNCIL ACTION:I. CONSENT AGENDA: (ITEMS 2 - 17)J. Approval of the Consent Agenda Mayor McComb referred to the Consent Agenda. Council Members requested that Items 3, 4 and 17 be pulled for individual consideration. City Manager Peter Zanoni requested that Item 11 be withdrawn. Mayor McComb announced that Item 4 would be considered after Executive Session Item 21. A motion was made by Council Member Smith, seconded by Council Member Molina to approve the Consent Agenda with the exception of Items 3, 4, 11 and 17. The motion carried by the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hernandez, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 8 - Abstained:0 Page 3City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes 3.One reading Ordinance authorizing the Second Amendment to the Land Exchange Agreement authorizing the closing on the conveyance of City properties totaling approximately 42 acres to the United State of America for benefit of Department of the Navy in exchange for the Navy property formerly known as the Peary Place Transmitter Site which is an approximately 43 acre site near 8401 South Padre Island Drive . (Requires 2/3 vote) Mayor McComb deviated from the agenda and referred to Item 3. Director of Intergovernmental Relations Tammy Embrey presented information on the following topics regarding the land exchange program: mission protection is priority; decades in the making; location map land exchange properties; and acknowledgements. Base Commander for NAS Corpus Christi Captain Christopher Jason and Community Planning Liaison Ben Polack thanked the City staff for their support and efforts. Council Member Hernandez made a motion to approve the ordinance, seconded by Council Member Smith. This Ordinance was passed on emergency and approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hernandez, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 8 - Abstained:0 Enactment No: 032303 2.One reading Ordinance to Approve the Calendar Year 2021 Annual Audit Plan to be implemented by the City Auditor's office. Mayor McComb referred to Item 2. Interim City Auditor Kimberly Houston presented the following information: this item is for the calendar year 2021 annual audit plan and includes 17 total projects. There were no comments from the Council. This Ordinance was passed on the consent agenda. Enactment No: 032302 Consent - Second Reading Ordinances 5.Ordinance designating Frost Bank as the depository for the City’s municipal funds pursuant to Chapter 105, Local Government Code; and authorizing the City’s Chief Financial Officer to execute a five-year depository services contract to commence on January 1, 2021. (Requires Page 4City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes 2/3 vote) This Ordinance was passed on second reading on the consent agenda. Enactment No: 032305 6.Ordinance Approving the Tax Increment Reinvestment Zone #3 (Downtown) Project & Financing Plans approved by the Board of Directors of Reinvestment Zone Number Three, City of Corpus Christi, Texas. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032306 7.Ordinance amending the Code of Ordinances, Chapter 55, Utilities, Section 55-50 (a)(2)e regarding Resale Treated Water Rates to wholesale customers outside of City limits; effective January 1, 2021 with no rate increase. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032307 Consent - Contracts and Procurement 8.Motion authorizing a three-year service agreement with Tellus Equipment Solutions, LLC, with an office in Taft, Texas for an amount not to exceed $80,000.00 for off-site repairs of John Deere agricultural equipment for Asset Management, effective upon notice to proceed, with FY 2021 funding in an estimated amount of $27,000.00 available through the Fleet Maintenance Service Fund. (Requires 2/3 vote) This Motion was passed on the consent agenda. Enactment No: M2020-235 9.Motion authorizing a three-year service agreement with Cutrite, LLC of San Antonio, Texas, for a total amount not to exceed $556,002.00, for mowing and grounds maintenance services for the Wastewater Treatment Plants, Lift Stations, and miscellaneous City-owned lots, effective upon issuance of notice to proceed, with FY 2021 funding in an amount of $185,334.00 available in the Wastewater Fund. (Requires 2/3 vote) This Motion was passed on the consent agenda. Enactment No: M2020-236 10.Motion authorizing a three-year service agreement with Faraday Electric Motors, LLC in an amount not to exceed $536,250.00, for pump motor and clutch repairs at O. N. Stevens Water Treatment Plant, booster and Page 5City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes raw water pump stations, with FY 2021 funding in an estimated amount of $148,958.00 available through the Water Fund. (Requires 2/3 vote) This Motion was passed on the consent agenda. Enactment No: M2020-237 11.Motion authorizing a two-year service agreement with Herc Rentals Inc., of Corpus Christi, Texas, in an amount not to exceed $620,000.00, for equipment rental for the Utilities Department such as excavators, skid steer loaders, trucks, air compressors, generators, and other equipment necessary, with FY 2021 funding in an amount not to exceed $258,333.00 available in the Water and Wastewater Funds. (Requires 2/3 vote) This Motion was withdrawn. 12.Motion authorizing a one-year supply agreement with Oshkosh Airport Products, LLC in an amount of $860,650.00 for the purchase of one replacement Aircraft Rescue Fire Fighting Vehicle and accessories for the Corpus Christi International Airport, with FY 2021 funding in the amount of $168,348.00 available in the Airport Fund and $692,302.00 available in the Grant 60 Fund. (Requires 2/3 vote) This Motion was passed on the consent agenda. Enactment No: M2020-238 13.Motion authorizing a three-year service agreement with Sec-Ops, Inc. in an amount not to exceed $653,952.00 for bailiffs and security guard services, effective upon issuance of a notice to proceed, with FY 2021 funding in an amount not to exceed $85,377.00 available in the General Fund, and $96,276.00 available in the Municipal Court Security Fund. (Requires 2/3 vote) This Motion was passed on the consent agenda. Enactment No: M2020-239 Consent - Capital Projects 14.Motion awarding a construction contract to Vapor Industries, of Slippery Rock, Pennsylvania to dredge, dewater, remove, haul, and dispose of settled sediments and vegetation from surface water sources, treatment residuals, and the pre-sedimentation Basin at the O.N. Stevens Water Treatment Plant in an amount of $2,428,705, located in Council District 1, with FY 2021 funding available from the Water CIP Fund. (Requires 2/3 vote) This Motion was passed on the consent agenda. Page 6City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes Enactment No: M2020-240 General Consent Items 15.Motion authorizing the renewal of easement rights across Laguna Madre with the Texas General Land Office for a 24-inch waterline supplying Padre Island, located in Council District 4, for a term of 10 years, at a total cost in an amount not to exceed $78,326.90, with FY 2021 funding available from the Water Fund. (Requires 2/3 vote) This Motion was passed on the consent agenda. Enactment No: M2020-241 16.Resolution approving the remaining three years of the five-year Infrastructure Management Plan, including FY 2023, FY 2024 and FY 2025, as proposed by the Public Works Department that includes a list of neighborhood, arterial, and collector streets for street maintenance work to be completed as the City’s Street Maintenance Program. This Resolution was passed on the consent agenda. Enactment No: 032308 17.Motion approving a 380 agreement with LiftFund to administer a CARES Act reimbursable grant up to $570,000 for small business impacted by COVID-19 and have been awarded a LiftFund loan funded by the City of Corpus Christi earlier this year.(Requires 2/3 vote) Mayor McComb referred to Item 17. Council Members, Director of Finance Heather Hurlbert and City Manager Peter Zanoni discussed the following topics: a Utility Assistance Program was put in place by the City to help with small business relief and economic relief; CARES funding for utility assistance program is being redirected to a new LiftFund program due to underutilization; the City is requesting $400,000 reimbursement through the CARES fund and to allocate $170,000 from that grant; the City will have to pay a 5% administration fee for receiving the money, working with the businesses and applying the payments to the loans; other programs are also providing utility assistance to low-income families; and the City has $1.8 million available in utility assistance for individuals. Council Member Barrera made a motion to approve the motion, seconded by Council Member Guajardo. This Motion was passed and approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 7 - Nay:Council Member Hernandez1 - Abstained:0 Page 7City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes Enactment No: M2020-242 RECESS FOR LUNCHK. The recess for lunch was held during Executive Session Item 21. PUBLIC HEARINGS: (ITEMS 18 - 19)L. 18.Zoning Case No. 0920-02, GMG Partners, LP. (District 3). Ordinance rezoning property at or near 702 South Navigation Boulevard from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single-Family 4.5 District with a Planned Unit Development. (Planning Commission and Staff recommend Approval) (Requires 3/4 vote) Mayor McComb referred to Item 18. Director of Development Services Al Raymond stated that the purpose of this zoning is to allow for a master plan residential manufactured home community consisting of 277 residential units. Director Raymond presented information on the following topics: aerial overview; zoning pattern; PUD deviations; PUD concepts; and planning commission and staff recommend approval. Council Members, Director Raymond, Developer of GMG Partners, LP Norman Newton and City Manager Peter Zanoni discussed the following topics: the three letters of opposition that were included in the report are all from the same property owner; Clayton Homes is the preferred manufacturer that will be used; the homes will be put on concrete pad sites and affixed to the property; the residents will rent the pad site, but will purchase the home; there is a 20 foot buffer with a seven foot high cedar fence between this development and the industrial zone property; the streets will be private without any curbs or gutters; the City will not be responsible for the maintenance of the streets; the tenants will pay property taxes on the improvements of the land; and the average monthly cost will be about $1,300 to $1,600, which will include the land, the home and the taxes. Mayor McComb opened the public hearing. There were no written comments from the public. Mayor McComb closed the public hearing. Council Member Barrera made a motion to approve the ordinance, seconded by Council Member Smith. This Ordinance was passed on first reading and approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hernandez, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 8 - Abstained:0 Page 8City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes 19.Zoning Case No. 1020-02, Mustang Island, LLC. (District 4). Ordinance rezoning property at or near 7213 State Highway 361 from the “RM-AT” Multifamily AT District to the “RV” Recreational Vehicle Park District and “CR-2” Resort Commercial District. (Planning Commission and Staff recommend Approval) (Requires 3/4 vote) Mayor McComb referred to Item 19. Director of Development Services Al Raymond stated that the purpose of the zoning request is to allow for the development of a 90 room, 4 story hotel and to allow for the construction of an RV Park. Director Raymond presented information on the following topics: aerial overview; adjacent development; zoning pattern; and planning commission and staff recommend approval. Council Members, Director Raymond, Assistant Director of Development Services Nina Nixon-Mendez and Planning Technician of Development Services Craig Garrison discussed the following topics: a petition with 180 signatures was submitted in opposition to the rezoning; the 22.31 percent is weighted by the area of the land; there are three property owners in opposition of this zoning; water and wastewater will be provided by Port Aransas and Port Aransas has impact fees; and a Council Member's request to provide notices to Council received after the agenda is set. Mayor McComb opened the public hearing. City Secretary Rebecca Huerta read the following written public comments into the record: John Pietrobon, 101 China Beach Dr.; and Steven Pietrobon, 146 Beachview Dr. Mayor McComb closed the public hearing. Mayor McComb made a motion to table the ordinance, seconded by Council Member Hunter. This Ordinance was tabled with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hunter, Council Member Molina and Council Member Roy 6 - Nay:Council Member Hernandez1 - Abstained:Council Member Smith1 - REGULAR AGENDA:M. FIRST READING ORDINANCES: (ITEM 20)N. 20.Ordinance authorizing the renewal of a five year ground lease with Haas-Anderson Construction, Ltd., Corpus Christi, TX, for a 3.89-acre City-owned tract of land located on the former Hala Pit Landfill, next to the City’s vehicle impound yard off of Greenwood Drive, and authorizing an annual rental fee of $9,600.00. (Requires 2/3 vote) Page 9City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes Mayor McComb referred to Item 20. Director of Engineering Services Jeff Edmonds presented the following information: this item is a renewal of a five year ground lease with Haas-Anderson Construction for a 3.89 acre City-owned tract of land; and authorizes an annual rental fee of $9,600.00. There were no comments from the Council. Council Member Hunter made a motion to approve the ordinance, seconded by Council Member Smith. This Ordinance was passed on first reading and approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hernandez, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 8 - Abstained:0 BRIEFINGS:O. EXECUTIVE SESSION: (ITEM 21)P. Mayor McComb referred to Executive Session Item 21. The Council went into Executive Session at 1:33 p.m. The Council returned from Executive Session at 2:53 p.m. 21.Executive Session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to the purchase, exchange, and/or value of property at or near Carancahua Street and Texas Government Code § 551.072 to discuss and deliberate the potential purchase, exchange, and/or value of City-owned real property at or near the aforementioned location(s). This E-Session Item was discussed in executive session. CONSENT AGENDA: (ITEM 4) 4.One reading Ordinance authorizing the sale and conveyance of the City’s former Fire Station #1 located at 209 S. Carancahua Street and within TIRZ #3 (Downtown) with approximately 0.86 acres of land to TG110, Inc., in an amount of $325,000.00 for the future use as affordable housing. (Requires 2/3 vote) Mayor McComb deviated from the agenda and referred to Item 4. Council Members, Chief of Staff Michael Rodriguez, Fire Chief Robert Rocha and City Manager Peter Zanoni discussed the following topics: this property was appraised in November at a value of $325,000 by a professional appraiser; if the Council does not approve this project, then it will prohibit the developer Page 10City of Corpus Christi Printed on 12/15/2020 December 8, 2020City Council Meeting Minutes from moving forward with their 9% tax credit application to the state; the last time this fire station was in use was about 30 years ago; in the last nine years, this fire station was never put up for sale; and the City has two options when it comes to selling property: enter into a competitive bidding process or engage in a direct sale to a potential buyer. Council Member Barrera made a motion to approve the ordinance, seconded by Council Member Smith. This Ordinance was passed on emergency and approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 6 - Nay:Council Member Guajardo and Council Member Hernandez2 - Abstained:0 Enactment No: 032304 IDENTIFY COUNCIL FUTURE AGENDA ITEMSQ. Mayor McComb referred to Identify Future Agenda Items. The following Items were identified: the construction contract award for the Cole Park Pier will be discussed at the December 22, 2020 meeting; in response to a Council Member's request for information, the City Attorney said short-term rentals are still prohibited in residential areas; and a Council Member's request for a list of disposal properties owned by the City. ADJOURNMENTR. This meeting was adjourned at 3:13 p.m. Page 11City of Corpus Christi Printed on 12/15/2020 1201 Leopard Street Corpus Christi, TX 78401 cctexas.com City of Corpus Christi Meeting Minutes City Council 10:00 AM Council ChambersTuesday, December 22, 2020 SPECIAL CITY COUNCIL MEETING Addendums may be added on Friday. Mayor Joe McComb to call the meeting to order.A. Mayor McComb called the meeting to order at 10:08 a.m. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers.B. City Secretary Rebecca L. Huerta called the roll and verified that a quorum of the City Council and the required Charter Officers were present to conduct the meeting. Charter Officers: City Manager Peter Zanoni, City Attorney Miles K. Risley and City Secretary Rebecca L. Huerta. Note: Council Members Everett Roy and Greg Smith participated by video conference. Council Member Paulette Guajardo arrived at 10:10 a.m. and participated by video conference. Council Member Michael Hunter participated by telephone conference. Mayor Joe McComb,Council Member Roland Barrera,Council Member Paulette Guajardo,Council Member Michael Hunter,Council Member Ben Molina,Council Member Everett Roy, and Council Member Greg Smith Present:7 - Council Member Gil HernandezAbsent:1 - Page 1City of Corpus Christi Printed on 1/5/2021 December 22, 2020City Council Meeting Minutes PUBLIC COMMENT - AUDIENCE AND PRESENTER SOCIAL DISTANCING AND PUBLIC TESTIMONY AND PUBLIC HEARING INPUT AT PUBLIC MEETINGS OF THE CITY COUNCIL. To reduce the chance of COVID-19 transmission, public meetings will be held in a manner intended to separate, to the maximum practical extent, audience and presenters from personal contact with members of Community, City Staff, and City Council. This meeting will be broadcast at cctexas.com/services/council meeting-agendas-minutes-video. Public testimony and public hearing input for Public Comment and all items on the agenda at public meetings of the City Council should be provided in written format and presented to the City Secretary and/or designee no later than five minutes after the start of each meeting of the City Council. Testimony and/or public input shall be in accordance with the City Secretary’s instructions, which shall be posted on the City Secretary’s door and on the City website, and allow for electronic submission. The written public testimony shall be provided to members of City Council prior to voting on measures for that meeting. Written testimony shall be limited in accordance with the City Secretary requirements and shall be placed into the record of each meeting. This testimony shall serve as the required public testimony pursuant to Texas Government Code 551.007 and shall constitute a public hearing for purposes of any public hearing requirement under law. The meeting may be held telephonically or via videoconference. The public may participate remotely by following the instructions of the City Secretary at cctexas.com/departments/city-secretary. C. Mayor McComb referred to comments from the public. No public comments were submitted. CITY MANAGER’S COMMENTS / UPDATE ON CITY OPERATIONS:D. Mayor McComb referred to City Manager's Comments. City Manager Peter Zanoni reported on the following topics: the City of Corpus Christi's Water Resource team continues to monitor the reservoir levels at Lake Corpus Christi and Choke Canyon; the storage capacity at these two bodies of water is 40.1%; and drought conditions can last until April, so the community needs to be conservative with water usage. SPECIAL CONSIDERATION ITEMS:E. 1.One-reading Ordinance canvassing returns and declaring the results of the Runoff Election held on December 15, 2020 in the City of Corpus Christi for the purpose of electing the Mayor and Members for City Council Districts One and Four. Mayor McComb referred to Item 1. Mayor McComb read the results of the December 15, 2020 run off election into the record. Council Member Barrera made a motion to approve the ordinance, seconded by Council Member Molina. This Ordinance was passed on emergency and Page 2City of Corpus Christi Printed on 1/5/2021 December 22, 2020City Council Meeting Minutes approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 7 - Absent:Council Member Hernandez1 - Abstained:0 Enactment No: 032310 2.One-reading Ordinance awarding a construction contract to JM Davidson Ltd., Aransas Park, Texas, for Cole Park Pier Improvements, located in Council District 2, in an amount not to exceed $7,542,527.00; appropriating $4,415,430.00 from the Type B Sales Tax Fund, $1,250,000.00 from the Community Enrichment Fund, and $1,877,097.00 from the General Fund unreserved fund balance (to be reimbursed to the General Fund after a deductive change order is executed) and amending the operating and capital budgets. Mayor McComb referred to Item 2. Director of Engineering Jeff Edmonds presented information on the following topics: Cole Park Pier; Cole Park Pier design features; current situation; and next steps. Council Members, City Manager Peter Zanoni and Director Edmonds discussed the following topics: the importance of this project and complying with the community's request for amenities, including shade structures; adding this pier will add more value to our City; the $5 million will allow for demolition and construction with few amenities; the contractor, JM Davidson, has worked closely with staff and will begin construction in January; and the importance of identifying funding sooner rather than later. Council Member Molina made a motion to approve the ordinance, seconded by Council Member Barrera. This Ordinance was passed on emergency and approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 7 - Absent:Council Member Hernandez1 - Abstained:0 Enactment No: 032311 3.Resolution opposing Texas Windstorm Insurance Association rate increase. Mayor McComb referred to Item 3. Director of Intergovernmental Relations Tammy Embrey introduced State Representative Todd Hunter to present the resolution opposing Texas Page 3City of Corpus Christi Printed on 1/5/2021 December 22, 2020City Council Meeting Minutes Windstorm Insurance Association (TWIA) rate increase. State Representative Hunter presented the following information: the TWIA is an insurance pool that covers 14 coastal counties and it does not cover any other areas of the state; the State is asking for the City to approve this resolution opposing the rate hike, that will then be sent to the governor; and the rate hike does not go into effect until April. A Council Member thanked State Representative Hunter for his diligence in keeping the TWIA rate down. Council Member Smith made a motion to approve the resolution, seconded by Council Member Barrera. This Resolution was passed and approved with the following vote: Aye:Mayor McComb, Council Member Barrera, Council Member Guajardo, Council Member Hunter, Council Member Molina, Council Member Roy and Council Member Smith 7 - Absent:Council Member Hernandez1 - Abstained:0 Enactment No: 032312 ADJOURNMENTF. This meeting was adjourned at 10:52 a.m. Page 4City of Corpus Christi Printed on 1/5/2021 DATE: January 7, 2021 TO: Mayor & Council FROM: Rebecca Huerta, City Secretary RebeccaH@cctexas.com (361) 826-3105 CAPTION: Motion to approve the 2021-2022 Mayor Pro Tem service schedule. SUMMARY: Article II, Section 4 of the City Charter provides that the city council shall nominate and confirm one of the council members who shall be known and designated as mayor pro tem. Historically, the Mayor recommends a schedule that affords each Council member the opportunity to serve as Mayor Pro Tem on a rotating basis. The Council confirms the schedule by motion. Mayor Guajardo is recommending the following schedule: Begin Date (On Tues.) End Date (On Mon.) Council Member 1/12/2021 4/5/2021 Roland Barrera 4/6/2021 6/28/2021 Gil Hernandez 6/29/2021 9/20/2021 Michael Hunter 9/21/2021 12/13/2021 Billy Lerma 12/14/2021 3/7/2022 John Martinez 3/8/2022 5/30/2022 Ben Molina 5/31/2022 8/22/2022 Mike Pusley 8/23/2022 End of Council term Greg Smith Approval of 2021 – 2022 Mayor Pro Tem Schedule AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 Janu= DATE: January 7, 2021r TO: Mayor & Council FROM: Rebecca Huerta, City Secretary RebeccaH@cctexas.com (361) 826-3105 CAPTION: Mayoral City Council Committee Appointments: Audit Committee and Municipal Court Committee PURPOSE: At the beginning of each council term, the Mayor appoints four council members to one of two city council committees: the Municipal Court Committee (City Code, Sec. 29-54) and the Audit Committee (City Code, Section 12½.3). The mayor also designates the chair of each committee. BACKGROUND AND FINDINGS: Mayor Guajardo has made the following appointments: Audit Committee Chair: Gil Hernandez Members: Greg Smith, Billy Lerma, Mike Pusley Municipal Court Committee Chair: John Martinez Members: Ben Molina, Michael Hunter, Roland Barrera Mayoral Appointments to City Council Committees AGENDA MEMORANDUM Item for the City Council Meeting January 12, 2021 Duties Composition Member Size Term Length Term limit 12 2 years N/A Name District Term Appt. date End date Appointing Authority Position Status Category Roland Barrera District 3 1 1/15/2019 2/28/2021 City Council Term expiring City Paulette Guajardo 2 12/20/2016 2/28/2021 City Council Term expiring City Gil Hernandez 1 1/15/2019 2/28/2021 City Council Term expiring City Greg Smith District 4 2 12/20/2016 2/28/2021 City Council Term expiring City Rudy Garza District 5 4 2/12/2013 2/28/2021 City Council Resigned City Everett Roy District 1 2 5/8/2018 2/28/2021 City Council Chair Term Completed City Joe McComb 3 12/20/2016 2/28/2022 City Council Term Completed City REINVESTMENT ZONE NO. 3 (DOWNTOWN) BOARD Seven (7) vacancies with terms to 2-28-2021 and 2-28-2022 appointed by the City Council. Appointment of Chairman for one year term beginning January 1, 2021. (Historically, Council Members have been appointed to the board. For terms expiring on 2-28-2021, staff is recommending re-appointment to new term of 2-28- 2023). The Reinvestment Zone No. 3 Board shall make recommendations to the City Council concerning the administration of the zone. (The zone area includes approximately 856 acres encompassing the City's Downtown area along the Bayfront from the SEA-Town complex at the north end, south to Morgan Avenue adjacent to the Christus Spohn Shoreline Hospital, and west to Tancahua Street.) The Board shall prepare and adopt a project plan and reinvestment zone financing plan for the zone and submit such plans to the City Council for its approval in accordance with Section 311.011, Texas Tax Code. The Board shall exercise other powers and responsibilities with respect to the zone only to the extent expressly granted by the City Council by ordinance or resolution. The Board shall consist of twelve (12) members. The members shall be appointed as follows: Pursuant to Sec. 311.009(a), Tax Code, the respective governing bodies of each taxing unit other than the City that levies taxes on real property in the zone, if the taxing unit has approved the payment of all or part of the tax increment produced by the unit into the tax increment fund for the zone, may appoint one (1) member of the Board. These entities include: Del Mar College and Nueces County. Each governing body may waive its right to appoint a Director. The remaining members of the board are appointed by the City Council. The City Council shall have the right to appoint at least ten (10) members, with one reserved for a representative from the Downtown Management District, and the board may exceed twelve (12) members if necessary for the City Council to make said ten (10) appointments. To be eligible for appointment an individual must be a qualified voter of the City; or be at least 18 years of age or older and own real property in the zone. Terms of Board members are for two years. Terms must be staggered with half of the Board members appointed every year. Officers must be appointed as provided in the Act. Each year the governing body of the municipality or county that created the zone shall appoint one member of the board to serve as Chairman for a term of one-year that begins on January 1 of the following year. The Board of Directors may elect a Vice-Chairman to preside in the absence of the Chairman or when there is a vacancy in the office of the Chairman. The board may elect other officers as it considers appropriate. 1-12-2021 Name District Term Appt. date End date Appointing Authority Position Status Category Michael T. Hunter 3 4/19/2016 2/28/2022 City Council Active City Ben Molina District 5 3 12/20/2016 2/28/2022 City Council Active City Susan Hutchinson 1 4/23/2019 2/28/2022 Del Mar College Active Del Mar Carolyn Vaughn 2 3/14/2018 2/28/2022 Nueces County Vice-Chair Active County James Sedwick District 1 1 3/24/2020 2/28/2022 City Council Active Downtown Management District 1-12-2021 DATE: October 28, 2020 TO: Peter Zanoni, City Manager FROM: Al Raymond, AIA, Director Development Services Department AlRaymond@cctexas.com (361) 826-3575 CAPTION: Zoning Case No. 0920-02, GMG Partners, LP.: (District 3) Ordinance rezoning property at or near 702 South Navigation Boulevard from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single-Family 4.5 District with a Planned Unit Development. SUMMARY: The purpose of the zoning request is to allow for the development of a master planned Single- Family Residential Community to be developed in a two-phase development consisting of 277 single-family residential units, a community center and recreational area, five parks, and multiple open areas. BACKGROUND AND FINDINGS: The subject property is 39.129 acres in size. The subject property is currently zoned “IL/SP” Light Industrial District with a Special Permit. The subject property is the site of a former burrow pit for the excavation of sand and other materials. The excavation use was granted by Special Permit in 2015. One of the conditions of the Special Permit is the site must be restored to its original condition prior to the excavation use. The City has monitored through multiple excavation permits that the operation follows all TCEQ guidelines. The restoration of the site is going through a similar process, including soil samples and engineering, to ensure it is safe for a single-family subdivision. The proposed use is a master planned Single-Family Residential Community to be developed in a two-phase development consisting of 277 single-family residential units, a community center and recreational area, five parks, and multiple open areas. Conformity to City Policy The subject property is located within the boundaries of the Westside Area Development Plan and is planned for a Medium Density Residential use. The proposed rezoning to the is consistent with the adopted Comprehensive Plan (Plan CC), compatible with the adjoining properties, does not have a negative impact upon the adjacent properties, and is compatible with the Future Land Use map. The property is designated as per the future land use as medium density residential. As per Plan CC, medium density residential consists of between 4 and 13 units per acre. The Rezoning a property at or near 702 South Navigation Boulevard AGENDA MEMORANDUM Public Hearing & First Reading Ordinance for the City Council Meeting 12/08/20 Second Reading Ordinance for the City Council Meeting 12/15/20 proposed PUD is set as approximately 7.08 units per acre and is therefore in compliance with the future land use designation. The PUD has been reviewed by the Technical Review Committee (TRC). Staff finds that the proposed deviations are acceptable. Public Input Process Number of Notices Mailed 11 within 200-foot notification area 5 outside notification area As of September 25, 2020: In Favor 0 inside notification area 0 outside notification area In Opposition 6 inside notification area 0 outside notification area Totaling 28.08% of the land within the 200-foot notification area in opposition. Commission Recommendation Planning Commission recommended approval of the change of zoning from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single-Family 4.5 District and Planned Unit Development Overlay with conditions on September 30, 2020. ALTERNATIVES: 1. Denial of the change of zoning from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single-Family 4.5 District and Planned Unit Development Overlay. FISCAL IMPACT: There is no fiscal impact associated with this item. RECOMMENDATION: Staff recommends approval of the zoning request. Planning Commission recommended approval of the change of zoning from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single-Family 4.5 District and Planned Unit Development Overlay with conditions with following vote count. Vote Count: For: 9 Opposed: 0 Absent: 0 Abstained: 0 LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation - Aerial Map Planning Commission Final Report Zoning Case No. 0920-02, GMG Partners, LP. (District 3). Ordinance rezoning property at or near 702 South Navigation Boulevard from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single- Family 4.5 District with a Planned Unit Development. WHEREAS, with proper notice to the public, a public hearing was held during a meeting of the Planning Commission during which all interested persons were allowed to be heard; WHEREAS, the Planning Commission has forwarded to the City Council its final report and recommendation regarding the application for an amendment to the City of Corpus Christi’s Unified Development Code (“UDC”) and corresponding UDC Zoning Map; WHEREAS, with proper notice to the public, a public hearing was held during a meeting of the City Council, during which all interested persons were allowed to be heard; WHEREAS, the City Council has determined that this rezoning is not detrimental to the public health, safety, or general welfare of the City of Corpus Christi and its citizens; and WHEREAS, the City Council finds that this rezoning will promote the best and most orderly development of the properties affected thereby, and to be affected thereby, in the City of Corpus Christi. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The Unified Development Code (“UDC”) and corresponding UDC Zoning Map of the City of Corpus Christi, Texas is amended by changing the zoning on the subject property described as being a 39.129 acre tract situated in Nueces County, Texas, a portion of Lot 1, Block 10, J.C. Russell Farm Blocks, as shown by map or plat thereof recorded in Volume 28, Pages 58-59, of the Map Records of Nueces County, Texas as shown in Exhibit “A”: from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single- Family 4.5 District with a Planned Unit Development. The subject property is located at or near 702 South Navigation Boulevard. Exhibit A, which is the Metes and Bounds of the subject property with an associated map attached to and incorporated in this ordinance and Exhibit B, which is a copy of The La Villa Hermosa Planned Unit Development (PUD) Guidelines and Master Site Plan attached to and incorporated in this ordinance. SECTION 2. The Special Permit granted in Section 1 of this ordinance is subject to the Owner following the conditions listed below: Page 2 of 6 1. Planned Unit Development Guidelines and Master Site Plan: The Owners shall develop the Property in accordance The La Villa Hermosa Planned Unit Development (PUD) Guidelines and Master Site Plan. The development of the Property is to consist of 277 single-family lots, 27 open areas, 5 parks, and 1 community center. On-site management will be present at the development at all times and enforce all parking and maintenance requirements. 2. Dwelling Units per Acre: The density of dwelling units on the Property shall not exceed 7.08 dwelling units per acre. 3. Parking: The property must have a minimum of 3 parking spaces (9 feet wide by 18 feet long) per dwelling unit. Parking standards for community center and recreation lot uses are set a 2.4 parking space for every 1000 square feet of gross floor area. Parking is prohibited within the private street and pedestrian walkways. 4. Setbacks and Lot Width: Minimum front yard setbacks for all lots shall be ten feet and on a corner ten feet. 5. Open Space: The Property must maintain a minimum of 30% open space. Any surfaces constructed within the required open space must be constructed of pervious material. 6. Private Street Access: The 2-way private access drive shall not be less than 20 feet and the 1 foot ribbon curb shall be striped or marked to indicate “Fire Lane/No Parking.” 7. Pedestrian Access: Sidewalks shall be 5 feet wide on one side of the private street and shall be constructed and maintained as identified on the master site plan. 8. Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC, Building, and Fire Code Requirements. 9. Time Limit: An approved development plan shall expire 24 months after the date that the development plan was approved, unless a complete building permit application has been submitted or, if no building permit is required, a certificate of occupancy has been issued. SECTION 3. The UDC and corresponding UDC Zoning Map of the City, made effective July 1, 2011 and as amended from time to time, except as changed by this ordinance, both remain in full force and effect including the penalties for violations as made and provided for in Article 10 of the UDC. SECTION 4. To the extent this amendment to the UDC represents a deviation from the City’s Comprehensive Plan, the Comprehensive Plan is amended to conform to the UDC, as it is amended by this ordinance. Page 3 of 6 SECTION 5. All ordinances or parts of ordinances specifically pertaining to the zoning of the subject property that are in conflict with this ordinance are hereby expressly repealed. SECTION 6. A violation of this ordinance, or requirements implemented under this ordinance, constitutes an offense punishable as provided in Article 1, Section 1.10.1 of the UDC, Article 10 of the UDC, and/or Section 1-6 of the Corpus Christi Code of Ordinances. SECTION 7. Publication shall be made in the official publication of the City of Corpus Christi as required by the City Charter of the City of Corpus Christi. SECTION 8. This ordinance shall become effective upon publication. The foregoing ordinance was read for the first time and passed to its second reading on this the ___________ day of _________________, 2020, by the following vote: Joe McComb ________________ Michael Hunter ______________ Roland Barrera ____________ Ben Molina ____________ Rudy Garza ____________ Everett Roy ____________ Paulette M. Guajardo ____________ Greg Smith ____________ Gil Hernandez ____________ That the foregoing ordinance was read for the second time and passed finally on this the _____ day of __________ 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ PASSED AND APPROVED on this the ______ day of _________________, 2021. ATTEST: _________________________ ________________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 5 of 6 Exhibit A Page 6 of 6 La Villa Hermosa Planned Unit Development (PUD) CORPUS CHRISTI, TEXAS Owner AmeriCasa – Corpus Christi, LLC Submitted By MUNOZ ENGINEERING, LLC 1608 S. BROWNLEE BOULEVARD CORPUS CHRISTI, TEXAS 78404 OFFICE: (361) 946-4848 TBPE FIRM No. F-12240 July 2020 LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 2 Contents GENERAL DEVELOPMENT INFORMATION ........................................................................................................................... 3 DEVELOPMENT LOCATION MAP ....................................................................................................................................... 3 ADJACENT LAND USE INFORMATION ................................................................................................................................. 3 ADJACENT FUTURE LAND USE INFORMATION ..................................................................................................................... 4 ADJACENT ZONING INFORMATION .................................................................................................................................... 4 AREA DEVELOPMENT PLAN INFORMATION ........................................................................................................................ 4 ADJACENT TRANSPORTATION AND CIRCULATION ................................................................................................................ 4 UNIFIED DEVELOPMENT CODE AND MODIFICATIONS .......................................................................................................... 5 DEVELOPMENT GUIDELINES ............................................................................................................................................. 9 MASTER SITE PLAN ...................................................................................................................................................... 11 SITE DEVELOPMENT PLAN ............................................................................................................................................. 11 SITE SECTION VIEWS ..................................................................................................................................................... 11 EXHIBITS ..................................................................................................................................................................... 12 LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 3 GENERAL DEVELOPMENT INFORMATION The La Villa Hermosa Planned Unit Development (PUD) is a Master Planned Community that is located on South Navigation Boulevard between Agnes Street and Old Brownsville Road. The Master Planned Community will consist of a community center, recreational area, and parks for the residents of custom manufactured homes. The community will be managed by on-site management. The residents will own the custom home allowing for the residents to have opportunities for the future. The existing zoning is Light Industrial District and the proposed is to be a RS-4.5 with PUD as outlined within this document. The development shall be in accordance with is the City of Corpus Christi Unified Development Code (UDC) with adoption date of April 2019 (hereinafter referred to as UDC) and modified by the PUD requirements as indicated herein. DEVELOPMENT LOCATION MAP Note: This map is a selected portion from the City of Corpus Christi GIS map and obtained on 06/18/2020. ADJACENT LAND USE INFORMATION Note: This map is a selected portion from the City of Corpus Christi GIS map and obtained on 06/18/2020. La Villa Hermosa Project Location North Padre Island Drive South Navigation Boulevard Del Mar College West Campus LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 4 ADJACENT FUTURE LAND USE INFORMATION Note: This map is a selected portion from the City of Corpus Christi GIS map and obtained on 06/18/2020. ADJACENT ZONING INFORMATION Note: This map is a selected portion from the City of Corpus Christi GIS map and obtained on 06/18/2020 AREA DEVELOPMENT PLAN INFORMATION The development is located within the Westside Area Development Plan (ADP). The proposed development will provide the Westside ADP with additional affordable residential opportunity within the area and the development will include a community center, recreational park, and internal parks for the residents. ADJACENT TRANSPORTATION AND CIRCULATION The development is located on South Navigation Boulevard with 1,118-feet of street frontage. South Navigation Boulevard is classified as a Minor Arterial (A1) street with an existing street section consisting of 95-foot Right- of-Way, 26-feet paved, and is capable of handling approximately 1,600 Average Daily Trips (ADT). LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 5 UNIFIED DEVELOPMENT CODE AND MODIFICATIONS This development shall be governed by the City of Corpus Christi Unified Development Code (UDC) with adoption date of April 2019 (hereinafter referred to as UDC) with the Base Zoning being RS-4.5 in accordance with Section Article 4 with the modifications as indicated as the PUD Requirements. The deviations to the UDC will be based on Article 4: Base Zoning Districts and Article 6: Special Zoning Districts shall be modified as per the following to form the requirements of the PUD: REQUIREMENT UDC BASE ZONING REQUIREMENTS RS 4.5 SECTION 4.3.3 UDC BASE ZONING REQUIREMENTS MHS SECTION 6.1.1 PUD REQUIREMENTS Maximum Density (Units / Gross Acre) - 8 7.08 Minimum Site Area (Acre) - 8 8 Minimum Site Width (Feet) - 300 - Minimum Lot Area (Square Feet) 4,500 4,500 Residential = 3,200 Other = 0 Minimum Lot Width (Feet) 45 - Residential = 40 Other = 0 Minimum Yard (Feet) – Street 20 20 20 Minimum Yard (Feet) – Street Corner Back-to-Back Back-to-Face 10 20 20 20 10 10 Minimum Yard (Feet) – Side Single 5 6 2 Minimum Yard (Feet) – Side Total 10 20 10 Minimum Yard (Feet) – Rear 5 10 5 Minimum Open Space (Percent of Total Unit) 30% - 30% Maximum Height (Feet) 35 35 35 LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 6 The UDC Article 7: General Development Standards shall be modified as per the following: REQUIREMENT UDC REQUIREMENT PUD REQUIREMENT Section 7.1.7.A Driveway Spacing Residential driveways are limited to one per lot excepting that circular driveways are allowed provided that the frontage equals or exceeds 70’ and all other parameters are met. Residential driveways are limited to three per lot provided that the frontage equals or exceeds 40’. Section 7.1.7.D Minimum Corner Clearance Residential = 25 feet Residential = 0 feet Section 7.1.7.E Driveway Width and Curb Return Radii Residential = 10 feet Minimum = 30 feet Maximum Residential = 10 feet Minimum = 60 feet Maximum Section 7.1.7.F Curb Return Radii or Flare Length Residential = 3 feet Minimum = 10 feet Maximum Residential = 0 feet Minimum = 10 feet Maximum Section 7.2.2.B Off-Street Parking Ratio Residential Lot: Residential Use; Household Living; All Other Uses = 2 per unit Community Center Lot: Commercial Uses; Office; All Uses = 2.4 per 1,000 SF GFA Urban Recreation Lot: Commercial Uses, Outdoor Recreation, All other uses without fixed seating = 1 per 250 SF GFA Park Lot: Public and Civic Uses; Parks and Open Area; Park, Plaza, Playground or Recreational Trail = 1 per 10,000 SF outdoor lot area Open Area Lot: Public and Civic Uses; Parks and Open Area; Park, Plaza, Playground or Recreational Trail = 1 per 10,000 SF outdoor lot area Residential Lot: 3 per unit Community Center and Recreation Lot: Community Center Building = 2.4 per 1,000 SF GFA Recreation Lot = 1 per 10,000 SF GFA Park Lot: 1 per 10,000 SF outdoor lot area within 200 feet of lot. Open Area Lot: None LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 7 Section 7.9.5 Zoning District Buffer Yard – New Development Type D Buffer Yards shall consist of a minimum 20-foot wide buffer yard plus at least 20 points based on the points listed in the table Shall be 20-foot wide buffer and have a 7-foot height wood screening fence The UDC Article 8: Subdivision Design and Improvements shall be modified as per the following: REQUIREMENT UDC REQUIREMENT PUD REQUIREMENT Section 8.2.1.B Street Right-of-Way Dimensional Standards Street Right-of-Way A Local Street Section Type Right-of-Way Planting / Utility Area Street Section Width Sidewalk Width Tied Sidewalk Sidewalk Both Sides Thru Lane Traffic Lane Parking Lanes Design Speed (MPH) Street Right-of-Way B Local Street Section Type Right-of-Way Planting / Utility Area Street Section Width Sidewalk Width Tied Sidewalk Sidewalk Both Sides Thru Lane Traffic Lane Parking Lanes Design Speed (MPH) L-1C 46-foot 7-foot (Both Sides) 28-foot Back-to-Back 4-foot Not Allowed No One Two Two 25 L-1A 50-foot 6-foot (Both Sides) 28-foot Back-to-Back 4-foot Not Allowed Yes One Two Two 25 V1 26-foot 0-foot 20-foot Edge-to-Edge 5-foot Allowed No One Two None 15 V2 60-foot 0-foot 40-foot Back-to-Back 5-foot Allowed No One Two Two 25 Section 8.2.1.D External Connectivity 3. Divided Entrance A divided entrance may be credited as two access points provided that the divided entrance shall consist of four travel lanes from the intersection with the public road system to the first intersection within the development. A widened entrance with striping that divides the entrance may be credited as two access points provided that the divided entrance shall consist of four travel lanes from the intersection with the public road system to the first intersection or controlled access point within the development. LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 8 Section 8.2.1.E Street Layout 1. The arrangement, character, extent, width, and location of all streets. As Per UDC Waived Section 8.2.1.J Private Streets 5. Design Standards 11. Open Space Shall be in accordance with Section 8.2.1 Shall meet dedication requirements in Section 8.3 Shall be in accordance with Section 8.2.1.J with the following modifications - Curb and Gutter are not required. Shall be waived due to private park, recreational areas, and open space development and maintenance thereof. Section 8.2.2 Sidewalks A. Required Improvements In accordance with Section 8.2.1.B Modified as per PUD Requirements and not required along existing streets. Section 8.2.3 Easements A. Utility Easements B. Drainage Easements As Per UDC As Per UDC Amended to include: Utility Easements along access easements shall be 10-foot in width when abutting to access easement. Utility Easements along rear of lots shall be a total of 10-foot unless adjacent lot contains a utility easement of 10-foot or greater. Amended to include: Private Drainage Easements shall be as required by the utility owner. Section 8.3 Public Open Space 8.3.5 Land Dedication 8.3.6 Fee in Lieu of Land 8.3.7 Park Development Fee As Per UDC As Per UDC As Per UDC Shall be waived due to private park, recreational areas, and open space development and maintenance thereof. LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 9 DEVELOPMENT GUIDELINES The Development shall follow the guidelines below: DESCRIPTION LOT TYPE Residential Lots A B C Community Center and Recreation Lot D Open Area Lots E Park Lots P1 P2 Access Lot V1 V2 The Residential Lots within the development shall follow the guidelines below: DESCRIPTION REQUIREMENT Usage Residential Minimum Open Space (Percent) 30% Building Height – Maximum (Feet) 35 Building Spacing – Minimum (Feet) 10 Parking Requirement Per Unit 3 Maintenance Lot Owner and/or Property Management Group Improvements Allowed Residential structure(s) and support structure(s) including but not limited to: decks, porches, carports, pavement(s), fencing, landscaping, utilities, etc. Improvement Placement Residential structure(s) and support structure(s) including decks, porches, etc. shall be located within the indicated buildable area. Pavement(s), fencing, landscaping, utilities, etc. can be located anywhere on the lot. Rental Daily, weekly, and monthly rentals as allowed by property management. The Community Center and Recreation Lots within the development shall follow the guidelines below: DESCRIPTION REQUIREMENT Usage Structures and improvements supporting the Community Minimum Open Space (Percent) 30% Building Height – Maximum (Feet) 35 Building Spacing – Minimum (Feet) 10 Parking Requirement Per Unit As per PUD Maintenance Property Management Group Improvements Allowed Residential, Non-Residential structure(s), and support structure(s) including but not limited to: decks, LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 10 porches, pavement(s), fencing, recreational equipment, pool(s), landscaping, utilities, etc. Improvement Placement Residential, Non-Residential structure(s), and support structure(s) including decks, porches, pool(s), etc. shall be located within the indicated buildable area. Pavement(s), fencing, recreational equipment, landscaping, utilities, etc. can be located anywhere on the lot. Rental Daily, weekly, and monthly rentals as allowed by property management. The Open Space Lots within the development shall follow the guidelines below: DESCRIPTION REQUIREMENT Usage Non-Residential Structures supporting the Community Minimum Open Space (Percent) 30% Building Height – Maximum (Feet) 35 Building Spacing – Minimum (Feet) 10 Parking Requirement Per Unit None Maintenance Property Management Group Improvements Allowed Non-Residential structure(s) and support structure(s) including, fencing, landscaping, utilities, etc. Improvement Placement Non-Residential structure(s) and support structure(s) including fencing, landscaping, utilities, etc. can be located anywhere on the lot. The Park Lots within the development shall follow the guidelines below: DESCRIPTION REQUIREMENT Usage Non-Residential Structures supporting the Community Minimum Open Space (Percent) 30% Building Height – Maximum (Feet) 35 Building Spacing – Minimum (Feet) 10 Parking Requirement Per Unit As per PUD Maintenance Property Management Group Improvements Allowed Non-Residential structure(s) and support structure(s) including, fencing, landscaping, utilities, etc. Improvement Placement Non-Residential structure(s) and support structure(s) including fencing, landscaping, utilities, etc. can be located anywhere on the lot. LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PAGE 11 The Access Lots within the development shall follow the guidelines below: DESCRIPTION REQUIREMENT Usage Access for the Community Minimum Open Space (Percent) 10% Building Height – Maximum (Feet) 35 Building Spacing – Minimum (Feet) 10 Parking Requirement Per Unit None Maintenance Property Management Group Improvements Allowed Non-Residential structure(s) and support structure(s) including but not limited to: access control building(s), pavement(s), fencing, landscaping, utilities, etc. Improvement Placement Non-Residential structure(s) and support structure(s) including access control building, pavement(s), fencing, landscaping, utilities, etc. can be located anywhere on the lot. Access control building may not reduce the vehicular accessibility width below requirements for Emergency Vehicular Access. MASTER SITE PLAN The master site plan for the development can be found within this document as Exhibit A – Master Site Plan. SITE DEVELOPMENT PLAN The layout of the streets, pedestrian accessibility, lot buildable area, and open space for the development can be found within this document as Exhibit B – Site Development Plan. SITE SECTION VIEWS The typical section views of the development can be found within this document as Exhibit C – Site Section Views. LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) EXHIBITS EXHIBIT A – MASTER SITE PLAN EXHIBIT B – SITE DEVELOPMENT PLAN EXHIBIT C – SITE SECTION VIEWS LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) EXHIBIT A – MASTER SITE PLAN LOT INFORMATION Lot Type Total Lot Type A 166 Residential B 88 Residential C 24 Residential D 1 Community Center and Recreation E 27 Open Area P1 4 Park P2 1 Park V1 4 Access V2 2 Access 317 LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) EXHIBIT B1 – SITE DEVELOPMENT PLAN DEVELOPMENT INFORMATION Description Total Maximum Density (Units / Gross Acre) 7.08 Minimum Site Area (Acre) 39.129 Minimum Site Width (Feet) 1,117 Minimum Lot Area (Square Feet) Residential = 3,200 Other = 26 Minimum Lot Width (Feet) Residential = 40 Other = 18 Minimum Open Space (Percent of Total Unit) Type A = 33% Type B = 30% Type C = 30% Type D = 45% Minimum Open Space (Percent of Total Development) 33% LOT INFORMATION Lot Type Total Total Square Feet (SFT) A 167 667,806 B 86 275,200 C 24 88,233 D 1 104,601 E 27 152,753 P1 4 41,048 P2 1 81,261 V1 4 249,583 V2 2 43,981 316 1,704,466 LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) EXHIBIT B2 – SITE DEVELOPMENT PLAN Typical Residential Lot Type A Typical Residential Lot Type B Typical Residential Lot Type C 10-Foot Utility Easement 10-Foot Street Yard Requirement Setback Type D Setback Type D Setback Type B Setback Types Type A Setback – 5-foot for Home and Decks Type B Setback – 2-foot for Home, Decks, and Carports. Must abut to a Setback Type C or Non-Buildable lot. Type C Setback – 8-foot for Home, Decks, and Carports. Must abut to a Setback Type B or Type C or Non-Buildable lot. Type D Setback – 5-foot for Home, Decks, and Carports. Must abut to a Setback Type D or Non-Buildable Lot. Type E Setback – 6-foot for Home and Decks. Must abut a Setback Type E or Type F or Non-Buildable Lot. Type F Setback – 4-foot for Home and Decks. Must abut a Setback Type E or Non- Buildable Lot. Type G Setback – 8-foot for Home and Decks. Must abut a Setback Type D or Type H or Non-Buildable Lot. Type H Setback – 2-foot for Home and Decks. Must abut a Setback Type G or Non- Buildable Lot. 10-Foot Utility Easement 10-Foot Utility Easement 16-Foot Street Yard Requirement 24-Foot Street Yard Requirement Setback Type A Setback Type C Setback Type E Setback Type F Setback Type H Setback Type G LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) EXHIBIT C – SITE SECTION VIEWS LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) LA VILLA HERMOSA PLANNED UNIT DEVELOPMENT (PUD) PLANNING COMMISSION FINAL REPORT Case No. 0920-02 INFOR No. 20ZN1022 Planning Commission Hearing Date: September 30, 2020 Applicant & Legal Description Owner: GMG Partners, LP. Applicant: AmeriCasa – Corpus Christi, LLC. Location Address: 614, 702, 718 south Navigation Boulevard Legal Description: Being a tract of land compiled from two tracts of land, a 19.497 acre tract, described in Doc#2014004931, official public records of Nueces County, Texas and a 19.632 Acre Tract, described in Doc#2014004928, official public records of Nueces County, Texas, Both tracts of land are out of Lot 1, Block 10, J.C. Russell Farm Blocks, as shown on a map recorded in Volume 28, Pages 58- 59, Map Records of Nueces County, Texas, located along the east side of south Navigation Boulevard, north of Bear Lane, west of Old Brownsville Road and south of Santa Elena Street. Zoning Request From: “IL/SP” Light Industrial District with a Special Permit To: “RS-4.5/PUD” Single-Family District and a Planned Unit Development Overlay Area: 39.129 acres Purpose of Request: To allow for a master planned Single-Family Residential Community to be developed in a two-phase development consisting of 277 single- family residential units, a community center and recreational area, five parks, and multiple open areas. Existing Zoning and Land Uses Existing Zoning District Existing Land Use Future Land Use Site “IL” Light Industrial Vacant Medium Density Residential North “IL” Light Industrial Light Industrial Medium Density Residential South “IL” Light Industrial Vacant Medium Density Residential East “RS-6” Single-Family 6 Vacant Medium Density Residential West “RS-6” Single-Family 6 Vacant Medium Density Residential ADP, Map & Violations Area Development Plan: The subject property is located within the boundaries of the Westside Area Development Plan and is planned for a Medium Density Residential use. The proposed rezoning to the “RS-4.5/PUD” Single-Family 4.5 District and a Planned Unit Development Overlay is consistent with the adopted Future Land Use Map. Map No.: 050042 City Council District: 3 Zoning Violations: None Staff Report Page 2 Transportation Transportation and Circulation: The subject property has approximately 1,100 feet of street frontage along south Navigation Boulevard which is designated as a “A1” Minor Arterial. According to the Urban Transportation Plan, “A1” Minor Arterial can convey a capacity between 15,000 to 24,000 Average Daily Trips (ADT). Street R.O.W. Street Urban Transportation Plan Type Proposed Section Existing Section Traffic Volume South Navigation Boulevard “A1” Minor Arterial 95’ ROW 64’ paved 76’ ROW 35’ paved 3,467 ADT (2012) Staff Summary: Requested Zoning: The applicant is requesting a rezoning from the “IL” Light Industrial District to the “RS-4.5/PUD” Single-Family District and a Planned Unit Development Overlay to allow for a master planned Single-Family Residential Community to be developed in a two-phase development consisting of 277 single-family residential units, a community center and recreational area, five parks, and multiple open areas. Development Plan: The subject property is 39.129 acres in size. The proposed use is a development consisting of 277 single-family residential units, a community center and recreational area, five community parks, and multiple open areas. The La Villa Hermosa Planned Unit Development (PUD) is a Master Planned Community that is located on South Navigation Boulevard between Agnes Street and Old Brownsville Road. The master planned community will consist of a community center, recreational area, and parks for the residents of custom manufactured homes. The community will be managed by on-site management. The residents will own a custom home allowing opportunities for the future. The following table compares the proposed PUD development standards and the Unified Development Code (UDC) standards for the “RMH” Manufactured Home District, the “RS-4.5” Single-Family 4.5 District, and notes all necessary deviations from the UDC being requested by the applicant. Minimum Dimensions “RMH” District Standards “RS-4.5” District Standards Proposed PUD Deviation Maximum Density (Units / Gross Acre 8 - 7.08 Yes Minimum Site Area (Acre) 8 - 8 No Minimum Site Width 300 ft. - - No Minimum Lot Area 4,500 sf. 4,500 sf. Residential = 3,200 sf. Other = 0 Yes Minimum Lot Width - 45 ft. Residential = 40 ft. Other = 0 Yes Minimum Street Yard 20 ft. 20 ft. 20 ft. No Staff Report Page 3 Minimum Street Yard (Corner) Back -to-Back 20 ft. 10 ft. 10 ft. No Minimum Street Yard (Corner) Back -to-Face 20 ft. 20 ft. 10 ft. Yes Minimum Side Yard Single 6 ft. 5 ft. 2 ft. Yes Minimum Side Yard Total 20 ft. 10 ft. 10 ft. No Minimum Rear Yard 10 ft. 5 ft. 5 ft. No Minimum Open Space - 30% 30% No Maximum Height 35 ft. 35 ft. 35 ft. No Paved Street Width 28 ft. 28 ft. 20 ft. Edge to Edge Yes R.O.W. Width 50 ft. 50 ft. 26 ft. Yes Curb Type 6-in. curb & gutter 6-in. curb & gutter - Yes Parking Requirement 2 spaces per unit 2 spaces per unit 3 spaces per unit Yes Sidewalks 4 ft. on both sides 4 ft. on both sides 5 ft. on one side Yes Buffer Yard Type D (20-feet and 20-points) Type D (20- feet and 20- points) 20-feet and a 7-foot wooden screening fence Yes Existing Land Uses & Zoning: The subject property is currently zoned “IL” Light Industrial District and consists of vacant property and was annexed in 1954. The subject property is the site of a former burrow pit for the excavation of sand and other materials. The excavation use was granted by Special Permit in 2015. One of the conditions of the Special Permit is the site must be restored to its original condition prior to the excavation use. The City has monitored through multiple excavation permits that the operation follows all TCEQ guidelines. The restoration of the site is going through a similar process, including soil samples and engineering, to ensure it is safe for a single-family subdivision. To the north is a vacant property zoned “IL” Light Industrial District. To the south are vacant properties zoned “IL” Light Industrial District. Further to the south is an apartment complex (Navigation Point Apartments) and a single family subdivision Village on the Green). To the west across south Navigation boulevard is a vacant property zoned “RS-6” Single- Family 6. To the west are vacant properties zoned “RS-6” Single-Family 6. AICUZ: The subject property is not located in one of the Navy’s Air Installation Compatibility Use Zones (AICUZ). Plat Status: The property is platted. However, the property will be replatted as part of the Planned Unit Development (PUD) rezoning process. Utilities: Water: 12-inch PVC line located along south Navigation Boulevard. Staff Report Page 4 Wastewater: 24-inch CIPP line located along the rear property line. Gas: 6-inch service line located along south Navigation Boulevard. Storm Water: 42-inch line along the north and south side of the property line. Plan CC & Area Development Plan Consistency: The subject property is located within the boundaries of the Westside Area Development Plan and is planned for a Medium Density Residential use. The proposed rezoning to the “RS-4.5/PUD” Single-Family 4.5 District and Planned Unit Development Overlay is consistent with the adopted Westside ADP. The proposed rezoning is consistent with the following policies of the Comprehensive Plan (Plan CC): •Encourage orderly growth of new residential, commercial, and industrial areas (Future Land Use, Zoning, and Urban Design Policy Statement 1). •Promote a balanced mix of land uses to accommodate continuous growth and promote the proper location of land uses based on compatibility, locational needs, and characteristics of each use. (Future Land Use, Zoning, and Urban Design Policy Statement 1). •Encourage residential infill development on vacant lots within or adjacent to existing neighborhoods (Future Land Use, Zoning, and Urban Design Policy Statement 3). Department Comments: •The proposed rezoning is consistent with the adopted Comprehensive Plan (Plan CC) and the Westside Area Development Plan. The proposed rezoning is also compatible with the future land use and does not have a negative impact upon the adjacent properties. •The subject property is suitable for the uses proposed by this rezoning. •This PUD utilizes decreased lot sizes and right-of-way width, while still observing maximum building heights, and open space requirements. •The property is designated as per the future land use as medium density residential. As per Plan CC, medium density residential consists of between 4 and 13 units per acre. The proposed PUD is set as approximately 7.08 units per acre and is therefore in compliance with the future land use designation. •The average lot size is approximately: Lot Type A: 3,998 square feet Lot Type B: 3,200 square feet Lot Type C: 3,676 square feet •The typical street standard for a local/residential street is a 50 foot wide right-of-way with a 28 foot wide paved street surface. The applicant is requesting a reduced right-of-way width of 26 feet with a 20 foot wide paved street surface. •The PUD has been reviewed by the Technical Review Committee (TRC). Staff finds that the proposed deviations are acceptable. Planning Commission and Staff Recommendation (September 30, 2020): Approval of the change of zoning from the “IL/SP” Light Industrial District with a Special Permit to the “RS-4.5/PUD” Single-Family 4.5 District and Planned Unit Development Overlay with the following conditions: 1.Planned Unit Development Guidelines and Master Site Plan: The Owners shall develop the Property in accordance with The La Villa Hermosa Planned Unit Development (PUD) Guidelines and Master Site Plan. The development of the Property is to consist of 277 single- family lots, 27 open areas, 5 parks, and 1 community center. On-site management will be present at the development at all times and enforce all parking and maintenance requirements. Staff Report Page 5 2.Dwelling Units per Acre: The density of dwelling units on the Property shall not exceed 7.08 dwelling units per acre. 3. Parking: The property must have a minimum of 3 parking spaces (9 feet wide by 18 feet long) per dwelling unit. Parking standards for community center and recreation lot uses are set a 2.4 parking space for every 1000 square feet of gross floor area. Parking is prohibited within the private street and pedestrian walkways. 4.Setbacks and Lot Width: Minimum front yard setbacks for all lots shall be ten feet and on a corner ten feet. 5.Open Space: The Property must maintain a minimum of 30% open space. Any surfaces constructed within the required open space must be constructed of pervious material. 6.Private Street Access: The 2-way private access drive shall not be less than 20 feet and the 1 foot ribbon curb shall be striped or marked to indicate “Fire Lane/No Parking.” 7.Pedestrian Access: Sidewalks shall be 5 feet wide on one side of the private street and shall be constructed and maintained as identified on the master site plan. 8.Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC, Building, and Fire Code Requirements. 9.Time Limit: An approved development plan shall expire 24 months after the date that the development plan was approved, unless a complete building permit application has been submitted or, if no building permit is required, a certificate of occupancy has been issued.Public Notification Number of Notices Mailed – 11 within 200-foot notification area 5 outside notification area As of September 25, 2020: In Favor – 0 inside notification area – 0 outside notification area In Opposition –6 inside notification area – 0 outside notification area Totaling 28.08% of the land within the 200-foot notification area in opposition. (3/4 Vote Required) Attachments: A. Location Map (Existing Zoning & Notice Area) B. Public Comments Received (if any) C. Planned Unit Development (PUD) Guidelines and Master Site Plan Staff Report Page 6 Staff Report Page 7 Staff Report Page 8 Staff Report Page 9 GMG Partners, LP. Rezoning for a Property at 702 South Navigation Boulevard From “IL” To “RS-4.5/PUD” Zoning Case #0920-02 N City Council December 8, 2020 2 Aerial Overview 3 Zoning Pattern 4 PUD Deviations Minimum Dimensions “RS-4.5” District Standards Proposed PUD Deviation Minimum Open Space 30%30%No Minimum Lot Width 45 ft.40 ft.Yes Minimum Lot Area 4,500 square feet 3,200 square feet Yes Minimum Front Setback 20 ft. 20 ft.No Minimum Street Corner 10 ft.10 ft.No Minimum Side Yard 5 ft.2 ft.Yes Minimum Rear Yard 5 ft.5 ft.No Minimum Building Separation 10 ft.10 ft.No Maximum Building Height 35 ft.35 ft.No Sidewalks 5 ft. both sides 5 ft. one side, tied Yes ROW Width 50 ft.26 ft.Yes Paved Street Width 28 ft.20 ft.Yes Curb Type 6 in. curb & gutter 0 Yes Parking Requirement 2 spaces per unit 3 spaces per unit Yes 5 PUD Concepts 6 Planning Commission and Staff Recommendation Approval of the “RS-4.5/PUD” Single-Family 4.5 District With a Planned Unit Development 7 PUD Conditions 1. Planned Unit Development Guidelines and Master Site Plan: The Owners shall develop the Property in accordance with The La Villa Hermosa Planned Unit Development (PUD) Guidelines and Master Site Plan. The development of the Property is to consist of 277 single-family lots, 27 open areas, 5 parks, and 1 community center. On-site management will be present at the development at all times and enforce all parking and maintenance requirements. 2. Dwelling Units per Acre: The density of dwelling units on the Property shall not exceed 7.08 dwelling units per acre. 3. Parking: The property must have a minimum of 3 parking spaces (9 feet wide by 18 feet long) per dwelling unit. Parking standards for community center and recreation lot uses are set a 2.4 parking space for every 1000 square feet of gross floor area. Parking is prohibited within the private street and pedestrian walkways. 8 PUD Conditions 4. Setbacks and Lot Width: Minimum front yard setbacks for all lots shall be ten feet and on a corner ten feet. 5. Open Space: The Property must maintain a minimum of 30% open space. Any surfaces constructed within the required open space must be constructed of pervious material. 6. Private Street Access: The 2-way private access drive shall not be less than 20 feet and the 1-foot ribbon curb shall be striped or marked to indicate “Fire Lane/No Parking.” 9 PUD Conditions 7. Pedestrian Access: Sidewalks shall be 5 feet wide on one side of the private street and shall be constructed and maintained as identified on the master site plan. 8. Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC, Building, and Fire Code Requirements. 7. Time Limit: An approved development plan shall expire 24 months after the date that the development plan was approved, unless a complete building permit application has been submitted or, if no building permit is required, a certificate of occupancy has been issued. 10 Public Notification 11 Notices mailed inside 200’ buffer 5 Notices mailed outside 200’ buffer Notification Area Opposed: 6 (28.08%) In Favor: 0 X X X X X X 11 UDC Requirements Buffer Yards: RS-4.5 to RS-6: N/A RS-4.5 to IL: Type D: 20’ & 20 pts Setbacks: Street: 20 feet Side/Rear: 5 feet Parking: N/A Landscaping, Screening, and Lighting Standards Uses Allowed: Single-family Detached House, Group home (6 or Fewer Residents), Community Home, Educational Facility Uses, Parks and open Area Uses, Places of Worship Uses, Utilities Minor 12 PUD Concepts Alternative to the Hammer Head 13 Utilities Water: 12-inch PVC Wastewater: 24-inch CIPP Gas: 6-inch line Storm Water: 42-inch line AGENDA MEMORANDUM First Reading for the City Council Meeting of December 8, 2020 Second Reading for the City Council Meeting of January 12, 2021 DATE: November 9, 2020 TO: Peter Zanoni, City Manager THRU: Michael Rodriguez, Chief of Staff michaelrod@cctexas.com (361)826-3851 FROM: Jeffrey Edmonds, P. E., Director of Engineering Services jeffreye@cctexas.com (361) 826-3851 CAPTION: Ordinance authorizing the renewal of a five-year ground lease with Haas-Anderson Construction, Ltd., Corpus Christi, TX, for a 3.89-acre City owned tract of land located on the former Hala Pit Landfill, next to the City’s vehicle impound yard off of Greenwood Drive, and authorizing an annual rental fee of $9,600.00. SUMMARY: The City of Corpus Christi owns a 25.06-acre abandoned landfill known as the Hala Pit located near Greenwood Drive and Holly Road. The Police Vehicle Impound Yard has been constructed on 11.2 acres of this landfill. The adjacent landowner, Haas Anderson Construction, Ltd., has requested a third lease renewal for a five-year term for 3.89 acres between their property and the City’s impound yard area. BACKGROUND AND FINDINGS: The former Hala Pit Landfill, 25.06 acres, was acquired by the City on March 26, 1965 from V. Hala and Marie Hala. This site is located west of Greenwood Drive and north of Holly Road as shown on the attached Location Map. The tract was acquired primarily for landfill operations as a disposal site. The landfill was operated as such until 1971. An affidavit of Closed Municipal Solid Waste Landfill was granted in August 2001. The notice places restrictions on the development or lease of the land as required by the Texas Health and Safety Code and Texas Administrative Five-Year Ground Lease Haas-Anderson Construction, Ltd. Code. The lot is zoned I-3, Heavy Industrial, and the land is suitable for surface use as a storage area of vehicles or equipment. No construction in permitted on this area. In 2005, Haas-Anderson Construction, Ltd., contacted the City to lease the southern 3.89-acre portion of the 25.06-acre tract. The City has leased out the tract of land to Haas-Anderson Construction, Ltd. for three 5-year terms. The current lease expired on September 30, 2020 and Haas-Anderson has submitted a written request to the City for the renewal of a five-year term for the continued use of the 3.89-acres. The City and Haas-Anderson have negotiated a renewal for another five-year term at the rental rate of $9,600.00 per year based on similar terms and conditions. The lease rate is calculated at 3.89 acres at a market value of $24,680 per acre with an annual rate of return of 10%. As part of the original lease, Haas-Anderson erected a chain link security fence between their property and the City’s remaining property. In addition, they have placed a caliche base on the leased area for their parking use. As part of the lease agreement, they will abide by the restrictions imposed by the Texas Health and Safety Code and the Texas Administrative Code for use of this closed landfill. ALTERNATIVES: If the City does not renew the lease with Haas-Anderson Construction Ltd., it will lose out on revenues and the land will remain vacant until future use is determined. FISCAL IMPACT: The fiscal impact in FY 2021 is the appropriation of the annual lease payment in an amount of $9,600.00 to the General Fund. Funding Detail: Fund: 1020 General Fund Organization/Activity: 11020 General Government Mission Element: 888 Revenues Project # (CIP Only): n/a Account: 343400 Property Rentals RECOMMENDATION: City staff recommends passage of the Ordinance approving the five-year ground lease with Haas- Anderson Construction, Ltd. LIST OF SUPPORTING DOCUMENTS: Location Map Ordinance Ground Lease agreement Ordinance authorizing the renewal of a five year ground lease with Haas -Anderson Construction, Ltd., Corpus Christi, TX, for a 3.89-acre City-owned tract of land located on the former Hala Pit Landfill, next to the City’s vehicle impound yard off of Greenwood Drive, and authorizing an annual rental fee of $9,600.00. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. That the City Manager or designee is hereby authorized to execute a five-year ground lease with Haas-Anderson Construction, Ltd. for 3.89-acres of land located next to the City’s Vehicle Impound Yard off of Greenwood Drive, out of a 25.06-acre tract of city land formerly known as the Hala Pit Landfill, to be used by Haas-Anderson Construction, Ltd. for parking of construction equipment and vehicles, and approving the cash rental fee of $9,600.00 per year for the five-year term of October 1, 2020 to September 30, 2025. SECTION 2. This ordinance is effective upon final approval by the City Council, in compliance with the City Charter of the City of Corpus Christi. That the foregoing ordinance was read for the first time and passed to its second reading on this the _____ day of ___________ 2020, by the following vote: Joe McComb ________________ Michael Hunter______________ Roland Barrera ________________ Ben Molina ______________ Paulette M. Guajardo ________________ Everett Roy ______________ Gil Hernandez ________________ Greg Smith ______________ That the foregoing ordinance was read for the second time and passed finally on this the _____ day of __________ 2021, by the following vote: Paulette M. Guajardo_______________ John Martinez_______________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ PASSED AND APPROVED on this the ______ day of _________________, 2021. ATTEST: _________________________ ________________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor DATE: January 12, 2021 TO: Peter Zanoni, City Manager FROM: Peter Collins, Chief Information Officer of Information Technology PeterC@cctexas.com (361) 826-3735 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Resolution authorizing a three-year agreement with Environmental Systems Research Institute (ESRI), Inc. in an amount not to exceed $450,000.00 for license and support maintenance of the City’s Geographic Information System (GIS), effective upon issuance of a notice to proceed, with FY 2021 funding in the amount of $125,000.00 available in the Information Technology Fund. SUMMARY: This resolution authorizes a three-year Enterprise Agreement with Environmental Systems Research Institute, Inc. (ESRI) for the license and support maintenance of ESRI products. BACKGROUND AND FINDINGS: ESRI products are used to support the City’s Geographic Information System (GIS) for the entire City and is integrated with mission critical applications. These maps and layers represent spatial information of the City’s infrastructure and are used by Uti lities, Gas, Public Works, Street, Health, Engineering, Public Safety, Development Services, Emergency Operations Center, and other departments in their daily operational functions. GIS applications and data are used for locating addresses for 911, locating and identifying equipment for maintenance and repair through Maximo work order system, platting and planning future projects, providing GIS reports and maps for contractors, providing GIS Environmental Systems Research Institute (ESRI) License and Support Maintenance AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 information for the consent decree which include water lines and equipment including air release valves, manholes etc, and locating fire hydrants for repair and maintenance. Software must be maintained to allow for improvements and to ensure it stays compatible with integrated systems. The current agreement for software licenses, maintenance, and support is expiring. The City is moving to a new Enterprise Agreement (EA) licensing model with the growth increase to support the consolidated GIS staff and for the anticipated growth of the City’s projected geospatial projects over the next three years. This is a sole source purchase. Environmental Systems Research Institute, Inc. (ESRI) is the sole manufacturer of the ESRI products. ALTERNATIVES: An alternative would be not to have the licenses and support maintenance and risk not having the software to allow for improvements and ensure it stays compatible with integrated systems. FISCAL IMPACT: The fiscal impact for Information Technology Department in FY 2021 is an amount not to exceed $125,000.00 for the first year of this three-year agreement. FUNDING DETAIL: Fund: 5210 Info Tech Organization/Activity: 40470 IT Application services Mission Element: 242 Support software applications Project # (CIP Only): n/a Account: 520105 Computer software RECOMMENDATION: Staff recommends approval of this resolution authorizing a three -year agreement with Environmental Systems Research Institute, Inc. (ESRI). LIST OF SUPPORTING DOCUMENTS: Resolution Enterprise Agreement- available to Council Members upon request Price Sheet-available to Council Members upon request Page 1 of 2 Resolution authorizing a three-year agreement with Environmental Systems Research Institute (ESRI), Inc. in an amount not to exceed $450,000.00 for license and support maintenance of the City’s Geographic Information System (GIS), effective upon issuance of a notice to proceed, with FY 2021 funding in the amount of $125,000.00 available in the Information Technology Fund. WHEREAS, this item is for ESRI products used to support the City’s Geographic Information System (GIS) used by Utilities, Gas, Engineering, Public Safety, Development Services, Emergency Operations Center and other departments; WHEREAS, State law provides that such procurements, as outlined above, are subject to statutory procurement requirements, including competitive bids, unless an exception applies; WHEREAS, there is a statutory exception for this procurement in Local Government Code, Section 252.022(a) (2), as this purchase is necessary to provide to preserve or protect the public health and safety of the municipality’s residents ; and WHEREAS, there is also a statutory exception for this procurement in Local Government Code, Section 252.022(a) (7) (A), as this purchase is available from only one source due to special processes or patents. Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this procurement. Section 2. The City Manager, or designee, is authorized to execute all documents necessary to secure a three-year agreement with Environmental Systems Research Institute, Inc. for licenses and support maintenance, for a total not to exceed amount of $450,000.00. Page 2 of 2 PASSED AND APPROVED on the ______day of __________,2021: Paulette M. Guajardo _______________________ Roland Barrera _______________________ Gil Hernandez _______________________ Michael Hunter _______________________ Billy Lerma _______________________ John Martinez _______________________ Ben Molina _______________________ Mike Pusley _______________________ Greg Smith _______________________ ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor DATE: January 12, 2021 TO: Peter Zanoni, City Manager FROM: Peter Collins, Chief Information Officer of Information Technology PeterC@cctexas.com (361) 826-3735 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing a three-year service agreement with Great South Texas Corp, dba Computer Solutions of San Antonio, Texas, in an amount not to exceed $251,262.00 for Cisco Umbrella which provides internet content filtering effective upon issuance of notice to proceed, with funding in an estimated amount of $83,800.00 available in the FY 2021 Information Technology Fund. SUMMARY: This motion authorizes an agreement with Great South Texas Corp, dba Computer Solutions to provide Cisco Umbrella for internet content filtering for City of Corpus Christi’s staff. BACKGROUND AND FINDINGS: Cisco Umbrella is replacing the current internet content filter which is a savings of approximately $40,000 annually. With approval of this motion, the City of Corpus Christi’s IT Department will obtain a three- year agreement to ensure internet content filtering remains active. This procurement is through DIR. The contracts awarded through this cooperative have been competitively procured in compliance with Texas Local and State procurement Cisco Umbrella Internet Content Filtering Application AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 requirements. Computer Solutions is providing the City with a cost savings benefit of $5,000 for Cisco Learning Credits within the next three years. ALTERNATIVES: This agreement for Cisco Umbrella is necessary for the City to continue internet content filtering. FISCAL IMPACT: The fiscal impact for FY 2021 is $83,800.00, which was budgeted through the budget process. The remaining cost will be budgeted through the annual budget process. FUNDING DETAIL: Fund: 5210 Info Tech Organization/Activity: 40430 IT Network Services Mission Element: 241 Prvd suprt technology infrast Project # (CIP Only): Account: 520105 Computer software RECOMMENDATION: Staff recommends approval of this motion authorizing a three-year service agreement for Cisco Umbrella internet content filtering with Great South Texas Corp, dba Computer Solutions of San Antonio, Texas as presented. LIST OF SUPPORTING DOCUMENTS: Price Sheet End User License Agreement ITEM QTY UOM PRICE YEAR 1 YEAR 2 YEAR 3 TOTAL 1 3,000 ea $ 25.38 $ 76,140.00 $ 76,140.00 $ 76,140.00 $ 228,420 2 1 ea $ 7,614.00 $ 7,614.00 $ 7,614.00 $ 7,614.00 $ 22,842 3 3 yrs no charge no charge no charge no charge no charge $ 251,262 PAGE 1 PRICE SHEET Cisco Umbrella Secure Internet Gateway DIR-TSO-4167 DESCRIPTION Cisco Secure Internet Gateway Essentials - Hosted Licenses Subscription Technical Support 24x7 (phone consulting) for Cisco Umbrella Enhance Cisco Learning Credits ($5,000 credit, no charge) TOTAL City of Corpus Christi Contracts and Procurement Buyer: Elizabeth M. Rodriguez Great Sout Texas dba Computer Solutions San Antonio, Texas Co-operative Purchase Agreement Standard Form Page 1 of 3 CO-OPERATIVE PURCHASE AGREEMENT NO. 94063 Cisco Umbrella Secure Internet Gateway THIS Cisco Umbrella Secure Internet Gateway Co-operative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation (“City”) and Great South Texas Corp dba Computer Solutions (“Contractor"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). 1. Co-operative Agreement. Contractor has agreed to provide Cisco Umbrella Secure Internet Gateway in accordance with its agreement with Texas Department of Information Resources DIR-TSO-4167 (the “Co-operative Agreement”), which is incorporated by reference herein as if set out here in its entirety. In the event of a conflict between this Agreement and the Co-operative Agreement, this Agreement shall govern to the extent allowed by the Co- operative Agreement. 2. Scope. Contractor will provide Cisco Umbrella Secure Internet Gateway in accordance with the attached Statement 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. 3. Term. This Agreement is for three years. 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. 4. Compensation and Payment. This Agreement is for an amount not to exceed $251,262.00, subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Invoices will be mailed to the following address: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. 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: DocuSign Envelope ID: 8C16B247-65D8-45B2-8487-A41D7DAF2309 Co-operative Purchase Agreement Standard Form Page 2 of 3 IF TO CITY: City of Corpus Christi Attn: Alan Carlos Assistant Director of Information Technology 1201 Leopard Street, Corpus Christi, Texas 78469 (361) 826-3782 Fax IF TO CONTRACTOR: Great South Texas, Corp dba Computer Solutions Attn: David Jones Inside Sales Representative 814 Arion Parkway, Suite 101, San Antonio, Texas 78216 (210) 369-0300 djones@comsoltx.com 6. Entire Agreement. This Agreement, along with the Co-operative 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. [Signature Page Follows] DocuSign Envelope ID: 8C16B247-65D8-45B2-8487-A41D7DAF2309 Co-operative Purchase Agreement Standard Form Page 3 of 3 CONTRACTOR Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI _________________________________________________ Kim Baker Director of Contracts and Procurement Date: APPROVED AS TO LEGAL FORM: _________________________________________________ Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Incorporated by Reference Only: Co-operative Agreement: DIR-TSO-4167 DocuSign Envelope ID: 8C16B247-65D8-45B2-8487-A41D7DAF2309 David Jones Inside Sales Associate 11/19/2020 Page 1 of 1 ATTACHMENT A: SCOPE OF WORK PROJECT NAME: Cisco Umbrella Secure Internet Gateway. PROJECT ADDRESSES: 1201 Leopard Street, Corpus Christi, Texas 78401 Scope of Work: 1. The Contractor will resell custom Cisco Umbrella License Subscription annually for three years that includes: a. 3,000 (Hosted Licenses) - Cisco Umbrella Secure Internet Gateway Essentials Licenses deliver electronic licenses remotely to the Alan Carlos, Assistant Director of Information Technology. b. Cisco Umbrella Enhance Technical support - for Cisco Umbrella - phone consulting – 24 x 7. 2. The Contractor will honor a $5,000 100% Discount to the City of Corpus Christi under DIR-TSO-4167 for five Cisco Learning Credits - pre-purchasing training funds unit (pack of 10). 3. The Contractor will invoice the City of Corpus Christi annually for 1(a)(b). DocuSign Envelope ID: 8C16B247-65D8-45B2-8487-A41D7DAF2309 Great South Texas Corp dba Computer Solutions 814 Arion Parkway, Suite 101 San Antonio, Texas 78216 United States http://www.comsoltx.com (P) (210) 369-0300 (F) 210-369-0389 Date Nov 03, 2020 05:07 PM CST Expiration Date 12/31/2020 Modified Date Nov 03, 2020 05:13 PM CST Quote (Open) Doc # 1027148 - rev 1 of 1 Description Umbrella SIG Essentials 3yr Annual Payments SalesRep Jones, David (P) 210-369-0318 (F) 210-369-0389 Customer Contact Carlos, Alan (P) 361-826-3782 alancarlos@cctexas.com Customer City of Corpus Christi (16975) Carlos, Alan 1201 Leopard Street Corpus Christi, TX 78401 United States (P) 361-826-3740 Bill To City of Corpus Christi Accounts, Payables 1201 Leopard Street Corpus Christi, TX 78401 United States (P) 361-826-4091 (F) 361-826-4551 Ship To City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 United States (P) 361-826-3740 Contract Programs: Cisco DIR-TSO-4167 Expires 07/03/2021 - Cisco Certifications: WBE/SBE/HUB# 1942650013800 Exp: 04/26/2022 Sales Order Type: Drop Ship - Ship to customers location Customer PO:Terms: Net 30 Days Ship Via: FedEx Ground Special Instructions:Carrier Account #: # Image Description Part #List Price Qty Unit Price Total Umbrella SIG Essentials, Year 1 of 3 Annual Payments 1 Cisco Umbrella Secure Internet Gateway Essentials License - hosted UMB-SIG-ESS-K9 $56.40 3000 $25.38 $76,140.00 Note: 3 Year Subscription via Annual Payments, Section Reflects Year 1 of 3 Annual Payments Cisco DIR-TSO-4167 - 55% Discount Contract Programs 2 Cisco Umbrella Enhance Technical support - for Cisco Umbrella - phone consulting - 24x7 SVS-UMB-SUP-E $16,920.00 1 $7,614.00 $7,614.00 Note: 3 Year Subscription Support via Annual Payments, Section Reflects Year 1 of 3 Annual Payments Cisco DIR-TSO-4167 - 55% Discount Contract Programs Cisco Learning Credits 3 Cisco Learning Credits pre-purchasing training funds unit (pack of 10) TRN-CLC-000 $1,000.00 5 $0.00 $0.00 Note: $5,000 in Cisco Learning Credits at No Cost to City of Corpus Christi Cisco DIR-TSO-4167 - 100% Discount ATTACHEMENT B: QUOTE AND PRICING SCHEDULE Page 1 DocuSign Envelope ID: 8C16B247-65D8-45B2-8487-A41D7DAF2309 Contract Programs Subtotal $83,754.00 Year 2 of 3yr Subscription via Annual Payments 4 Cisco Umbrella Secure Internet Gateway Essentials License - hosted UMB-SIG-ESS-K9 $56.40 3000 $25.38 $76,140.00 Note: 3 Year Subscription via Annual Payments, Section Reflects Year 1 of 3 Annual Payments Cisco DIR-TSO-4167 - 55% Discount Contract Programs 5 Cisco Umbrella Enhance Technical support - for Cisco Umbrella - phone consulting - 24x7 SVS-UMB-SUP-E $16,920.00 1 $7,614.00 $7,614.00 Note: 3 Year Subscription Support via Annual Payments, Section Reflects Year 1 of 3 Annual Payments Cisco DIR-TSO-4167 - 55% Discount Contract Programs Subtotal $83,754.00 Year 3 of 3yr Subscription via Annual Payments 6 Cisco Umbrella Secure Internet Gateway Essentials License - hosted UMB-SIG-ESS-K9 $56.40 3000 $25.38 $76,140.00 Note: 3 Year Subscription via Annual Payments, Section Reflects Year 1 of 3 Annual Payments Cisco DIR-TSO-4167 - 55% Discount Contract Programs 7 Cisco Umbrella Enhance Technical support - for Cisco Umbrella - phone consulting - 24x7 SVS-UMB-SUP-E $16,920.00 1 $7,614.00 $7,614.00 Note: 3 Year Subscription Support via Annual Payments, Section Reflects Year 1 of 3 Annual Payments Cisco DIR-TSO-4167 - 55% Discount Contract Programs Subtotal $83,754.00 # Image Description Part #List Price Qty Unit Price Total Notes 3 Year Subscription via 3 Annual Equal Payments Year 2 and 3 Annual Payment be Due 1YR/2YR from Subscription Start Date. ----------------------------------------------- Cisco DIR-TSO-4167 - Expiration: 07/03/2021 Vendor ID: 1942650013800 (Great South Texas Corp. dba Computer Solutions) HUB / SBE / WBE Co. Certifications | Expire 4/26/2022 Thank you for the opportunity to provide this quote. Subtotal: $251,262.00 Tax (0.000%):$0.00 Shipping:$0.00 Total: $251,262.00 (List Price: $563,360.00) Page 2 DocuSign Envelope ID: 8C16B247-65D8-45B2-8487-A41D7DAF2309 DATE: January 12, 2021 TO: Peter Zanoni, City Manager FROM: Tracey Cantu, Interim Director of Parks and Recreation TraceyC@cctexas.com 361-826-3042 Josh Chronley, Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing a three-year rental and service agreement with BP Rental Services, LLC dba CC Rentals, in an amount not to exceed $80,750.00 for Portable Toilet Rentals for Beach Operations. The amount for   FY 2021 for the remaining 8 months is $17,944.45 that is available in the FY 2021 State Hotel Occupancy Tax (HOT) Beach Fund.  SUMMARY: This motion authorizes a three-year service agreement for portable toilet rentals for Beach Operations to be used for the Gulf Beaches. The portable toilets for other beaches are serviced under separate contracts. BACKGROUND AND FINDINGS: This three-year rental and service agreement is for the rental of portable toilets to be utilized throughout eight miles of Gulf beach areas, primarily between Zahn Road and Access Road 3A, that do not have appropriate alternative restroom facilities. This agreement is being brought to Council due to the cost crossing the threshold of $50,000. The City has utilized portable toilet rentals for over 10 years to supply appropriate alternative restroom facilities to these beach areas, offering 10 units during the off Portable Toilet Rentals for Beach Operations AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 seasons from October through February and 20 units during the summer seasons from March through September. Prior to BP Rental Services, LLC dba CC Rentals, Parks & Recreation invested in a six-month agreement with Waste Connection for $74,460 that comes to $12,410 per month. The proposed three -year agreement with BP Rental Services, LLC dba CC Rentals will provide services at a cheaper cost, $2,243.05 compared to a monthly or annual agreement. This contract is for Gulf beaches only. North Beach and Labonte Park are each serviced under separate contracts. Contracts and Procurement conducted a competitive Request for Bid process to obtain bids for long-term contract. The City received two bids. Both Contracts and Procurement and Beach Operations confirmed that the bids submitted were in fact correct and that the scope of work was fully understood. The second bidder would have to pay overtime to staff workers for weekend and holiday services; and therefore, the pricing is extremely high. The City is recommending award to the lowest, responsive, responsible bidder –BP Rental Services, LLC dba CC Rentals – for portable toilet rentals for Beach operations. ALTERNATIVES: Due to the City not owning these beach areas, the General Land Office will not allow the City to build restroom facilities there. Without this Service Agreement, these beach areas will not have any alternative restroom facilities and all beachgoers will have to find other public restroom facilities in the vicinity to use, creating a less enjoyable and sanitary beach experience. FISCAL IMPACT: The fiscal impact for Parks and Recreation (Beach Operations) in FY 2021 is $17,944.45 for eight months of this three-year service agreement. The remaining cost will be budgeted in future years through the annual budget process. FUNDING DETAIL: Fund: 1032 State HOT Beach Organization/Activity: 13836 Gulf Beach Maintenance Mission Element: 141 Manage and Maintain Parks and Recreation Facilities Project # (CIP Only): N/A Account: 530160 Rentals RECOMMENDATION: Staff recommends approval of this motion authorizing a three-year service agreement with BP Rentals dba CC Rentals for Portable Toilet Rentals for Beach Operations as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Service Agreement CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BUYER SANDRA RODRIGUEZ BID SHEET RFB 3315 PORTABLE TOILET RENTALS FOR BEACH OPERATIONS Item Description Unit QTY Unit Price Total Months Extended Cost Unit Price Total Months Extended Cost 1 Standard Portable Toilet Rental and Services four times per week EA 10 x $120.00 =$1,200.00 x 18 =$21,600.00 $636.30 =$6,363.00 x 18 =$114,534.00 2 ADA Portable Toilet Rental and Services four times per week EA 10 x $140.00 =$1,400.00 x 18 =$25,200.00 $984.91 =$9,849.10 x 18 =$177,283.80 3 ADA Portable Toilet Rental and Services three times per week EA 10 x $75.00 =$750.00 x 15 =$11,250.00 $738.00 =$7,380.00 x 15 =$110,700.00 Spring Break : Month of March, Year 2021, 2022, 2023 4 Standard Portable Toilet Rental Service and Sanitize six times per week EA 10 x $70.00 =$700.00 x 3 =$2,100.00 $954.00 =$9,540.00 x 3 =$28,620.00 5 ADA Portable Toilet Rental Service and Sanitize six times per week EA 10 x $90.00 =$900.00 x 3 =$2,700.00 $1,476.00 =$14,760.00 x 3 =$44,280.00 Holiday Service: Memorial Day, 4th of July and Labor Day 6 Standard Portable Toilet Rental Service and Sanitize 10 Units EA 10 x $45.00 =$450.00 x 9 =$4,050.00 $150.00 =$1,500.00 x 9 =$13,500.00 7 ADA Portable Toilet Rental Service and Sanitize 10 Units EA 10 x $65.00 =$650.00 x 9 =$5,850.00 $170.00 =$1,700.00 x 9 =$15,300.00 8 Standard Portable Toilet Rentals and Services EA 80 x $40.00 =$3,200.00 x 1 =$3,200.00 $120.00 =$9,600.00 x 1 =$9,600.00 9 ADA Portable Toilet Rentals and Services EA 80 x $60.00 =$4,800.00 x 1 =$4,800.00 $140.00 =$11,200.00 x 1 =$11,200.00 $80,750.00 $525,017.80 BP Rental Services, LLC Corpus Christi, TX United Site Services of Texas, Inc. Corpus Christi, TX GRAND TOTAL Off – Season Months: October through February Non-Scheduled In-Season Months : April through September Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 9, 2020 SERVICE AGREEMENT NO. 3315 Portable Toilet Rental for Beach Operations THIS Portable Toilet Rental for Beach Operations Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”) and BP Rental Services, LLC dba CC Rentals (“Contractor"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). WHEREAS, Contractor has bid to provide Portable Toilet Rental for Beach Operations in response to Request for Bid/Proposal No. 3315 (“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 Portable Toilet Rental (“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 $80,750.00, 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: DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form March 9, 2020 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: Roberta Rodriguez Department: Parks and Receration Phone: 361-826-3166 Email: RobertaO@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. DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form March 9, 2020 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. DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 9, 2020 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: Roberta Rodriguez Title: Contracts and Funds Administrator Address: 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361-826-3166 IF TO CONTRACTOR: BP Rentals, LLC dba CC Rentals Attn: Ricky Priest Title: Vice President Address: 726 N. Clarkwood Rd., Corpus Christi, TX 78409 Phone: 361-265-3013 Fax: 361-265-3016 DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 9, 2020 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. DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 9, 2020 20. Limitation of Liability. The City’s maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor’s bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of Interested Parties” as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 9, 2020 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. CONTRACTOR Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI ________________________________________________ Kim Baker Director of Contracts and Procurement Date: _________________________ 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. 3315 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B 11/24/2020 President Ricky Preist Page 1 of 2 ATTACHMENT A: SCOPE OF WORK 1. General Requirements/Background Information The Contractor shall provide rental, delivery, cleaning, maintenance, and service of chemical portable toilets, both standard units and ADA wheelchair accessible. The chemical portable toilets will be rented on a monthly, weekly, or daily basis including holidays, weekends, and special events around theCity. 2, Rental Units A.Contractor shall comply with all sanitary conditions set forth in the City Codes and Ordinances as administered by the City-County Health Department. B.Contractor shall provide all equipment and supplies required to place, pickup,clean, service, repair and/or relocate units. C.Contractor shall provide portable chemical toilet units fabricated from fiberglass, PVC plastic, or polyethylene. Each unit shall bear its own identification system of numbers, letters, or combination. D.All units must be delivered free of graffiti and damages. All units delivered must be clean and in full functioning condition. Any units not meeting these standards must be replaced within 24 hours, at no charge to the City. E.Contractor shall provide and maintain a written service log affixed to the inside of each portable unit. The service log shall list the date(s) of each maintenance service visit and initials of the individual(s) whom performed the service. F.Contractor shall provide units with doors that are self-closing, tight fitting, and shall have an inside lock. The exterior of the door shall include an occupancy meter to indicate when unit is occupied and unoccupied. G.Contractor shall remove all tank waste, clean and disinfect the inside, including but not limited to, the waste tank, walls, door, toilet seat, and floor, at no additional cost to City. H.Contractor shall properly dispose of all waste products removed from the portable toilets during the servicing and sanitizing. Contractor’s employee will inspect all units being serviced during cleaning procedures. Any units damaged or non-functional must be reported to the Contractor’s area manager by the Contractor’s employee and replaced within 24 hours. DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Page 2 of 2 3. Schedule A.In-Season Months: April through September 1.The Contractor will supply Beach Operations with ten standard portable toilet units and ten ADA portable toilet units during in-season months. 2.Contractor shall service and sanitize all units four times a week during the in- season months. Service days will be Tuesday, Friday, Saturday, and Sunday. B.Off-Season Months: October through February 1.The Contractor will supply Beach Operations with ten ADA portable toilet units during off- season months. 2.Contractor shall service and sanitize all units three times a week during the off- season months. Service days will be Tuesday, Friday, and Sunday. C.Spring Break (Month of March, Year 2021, 2022, 2023) 1.Contractor shall supply 10 Standard units (to be put next to each ADA unit) for the month of March for year 2021, 2022 and 2023. 2.Contractor shall service and sanitize all units (10 standard and 10 ADA units) six times a week during the month of March for year 2021, 2022 and 2023. D.Non-Schedule and Holiday Service: 1.Contractor shall service and sanitize all units (10 standard and 10 ADA units) 1 extra time per holiday (Memorial Day, 4th of July and Labor Day). 2.Contractor will be notified by the Beach Operations Contract Administrator of extra services requested during spring break and/or holidays. 3.In the event of non-scheduled rentals of a week or less, the Contractor shall provide more frequent servicing and sanitation as required by the Beach Operations Contract Administrator. 4.Contractor shall provide extra ADA units and non-scheduled services within 12 hours after Contractor receives request. 5.Contractor shall move units from place to place on various job sites at no additional cost as requested by the Contract Administrator. Units are to be moved within 12 hours after Contractor receives request. 4. Estimated Location Areas: A.Access Road 2 B.Access Road 3A C.Newport Pass D.JP Luby Beach E.Southside of Packery Channel F.Whitecap G.Seawall Area DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B ATTACHMENT B: QUOTE AND PRICING SCHEDULE DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B $80,750.00DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS I.CONTRACTOR’S LIABILITY INSURANCE A.Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B.Contractor must furnish to the City’s Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability Including: 1.Commercial Broad Form 2.Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury $1,000,000 Per Occurrence AUTO LIABILITY (including) 1.Owned 2.Hired and Non-Owned 3.Rented/Leased $500,000 Combined Single Limit WORKERS’ COMPENSATION EMPLOYER’S LIABILITY Statutory $500,000 /$500,000 /$500,000 C.In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B II.ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers’ compensation coverage provided must be in an amount sufficient to assure that all workers’ compensation obligations incurred by the Contractor will be promptly met. B.Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: •List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; •Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; •Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and •Provide 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, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Page 2 of 3 DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F.In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G.Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor’s performance of the work covered under this agreement. H.It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I.It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. BOND REQUIREMENTS: No bonds are required therefore, service agreement 3315, Section 5 Insurance; Bond Section 5 (B) is hereby void. 2020 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services – Services Performed Onsite 06/08/2020 Risk Management – Legal Dept. Page 3 of 3 DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B Page 1of 1 ATTACHMENT D: WARRANTY REQUIREMENTS No warranty is required therefore, Service Agreement 3315, Section 8, Warranty Requirements subsections 8(A)and (B) are hereby void. DocuSign Envelope ID: 8A3FCFDB-1CC7-4D3D-9FD9-E6D65D65043B DATE: January 12, 2021 TO: Peter Zanoni, City Manager FROM: Jim Davis, Director of Asset Management JimD@cctexas.com (361) 826-1909 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing a three-year service agreement with Hub City Overhead Door Co., Inc. in an amount not to exceed $200,000.00 to perform on-call overhead door maintenance and repair services to City owned facilities for the Asset Management Department, effective upon issuance of a notice to proceed, with FY 2021 funding in an amount not to exceed $47,000.00 available in the Facility and Property Management Fund. SUMMARY: This motion authorizes a service agreement with Hub City Overhead Door Co., Inc. for overhead door maintenance and repair services. These services are necessary to maintain operable doors at City owned facilities under the direction of the Asset Management Department. BACKGROUND AND FINDINGS: The Asset Management Department is responsible for overhead door maintenance and repairs at City owned facilities. It is important that all overhead doors are always kept in good operational condition to promote seamless service to employees and customers. These services will be performed on an as needed basis under individual job orders that will be based on unit prices for 41 City facilities including City Hall, the Health Department, the Police Department, Municipal Court, Water Department, Wastewater Treatment Plants, Gas Department, Solid Waste Building, senior centers, recreation centers, public libraries, the City’s tennis centers and swimming pool complex. Overhead Door Maintenance and Repairs for Asset Management AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 The Contracts and Procurement Department conducted a competitive Request for Bid (RFB) process to obtain bids for a contract. The City received one responsive, responsible bid from the incumbent contractor. This type of service is very specialized and there are limited contractors that can perform these services. Staff reached out to the few contractors that currently perform this type of service; however, only one contractor responded to the RFB. The price is $13 higher on the labor rate than the current rate or an increase of 9.6% from the previous agreement . A fair market hourly rate comparison was conducted, and the bid is in line with other overhead company rates in the Corpus Christi area. Staff recommends award to the lowest responsive, responsible bidder, Hub City Overhead Door Co., Inc. ALTERNATIVES: The alternative to accepting this bid would be to do request for quotes for an overhead door repair company; however, this is a specialized service and contractors are very limited. With a service agreement in place, the Asset Management Department eliminates the wait time to repair overhead doors. FISCAL IMPACT: The fiscal impact for the Asset Management Department in FY 2021 is an amount not to exceed $47,000.00 for Overhead Door maintenance and repairs on an as-needed basis. The City is only charged when services are rendered. The remaining cost will be funded in future years through the annual budget process. FUNDING DETAIL: Fund: 5115 Fclty & Prop Mg Organization/Activity: 40300 Facilities Maintenance Mission Element: 191 Operate City Buildings & Facilities Project # (CIP Only): N/A Account: 530210 Building Maintenance & Service RECOMMENDATION: Staff recommends approval of this motion authorizing a three -year service agreement with Hub City Overhead Door Co., Inc. as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Service Agreement City of Corpus Christi Bid Tabulation Senior Buyer: Cynthia Perez RFB 3254-Overhead Door Repair Services Item Description Unit 3 Yr. Qty Unit Price Total Price 1 Technician Normal Hours-Monday-Friday ( 8:00AM- 5:00PM) HRS 225 $148.00 $33,300.00 2 Technician After Hours, Weekends and Holidays HRS 75 $222.00 $16,650.00 Markup %Estimated Spend + Markup 3 Parts/Materials 30%$91,000.00 Estimated Spend $70,000.00 Hub City Overhead Co., Inc. Corpus Christi, TX Total $140,950.00 Note: The contract value is a predetermined amount established and published in the RFB as this is a Job order contract. JOC Standard Form Page 1 of 8 Approved as to Legal Form August 9, 2019 JOB ORDER CONTRACT SERVICE AGREEMENT NO. 3254 Overhead Door Repair Services THIS Overhead Door Repair Services Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”) and HUB City Overhead Door Co., Inc. (“Contractor"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). WHEREAS, Contractor has bid to provide Overhead Door Repair Services in response to Request for Bid/Proposal No. 3254 (“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 Overhead Door Repair Services (“Services”) in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Job Orders. This Agreement is a competitively awarded agreement as described by Attachment A. The work is of an indefinite quantity and a recurring nature, delivered on an on-call or as-needed basis, through individually priced Job Orders. The Agreement may support a broad assortment of maintenance work. Work will not begin on any Job Order until Contractor is briefed on the project and the Job Order is issued in writing. 3. 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. 4. Compensation and Payment. This Agreement is for an amount not to exceed $200,000.00, 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 DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB JOC Standard Form Page 2 of 8 Approved as to Legal Form August 9, 2019 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 ad dress with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. 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: Romy Greaves Department: Asset Management Phone: (361) 826-3645 Email: RomyG@cctexas.com 6. 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) Contractor shall provide performance and payment bonds if required by law based on the amount of the Job Order or if otherwise required by the City. At a minimum, the Contractor will be required to provide a payment bond on all Job Orders that exceed $50,000 and a performance bond on all Job Orders that exceed $100,000. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB JOC Standard Form Page 3 of 8 Approved as to Legal Form August 9, 2019 7. 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. 8. Inspection and Acceptance. Contractor will notify the Contract Administrator when work has been completed on a specific job order. 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. 9. 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. Contractor must provide all labor, services, equipment, materials, tools, transportation, mobilization, insurance, subcontracts, bonds, supervision, management, reports, incidentals and quality control necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. (D) Contractor shall warrant that work performed conforms to the Job Order requirements and is free of any defect in equipment, material or design furnished or workmanship performed by the Contractor or any of its subcontractors or suppliers at any tier. All work provided by the Contractor shall be warranted for a minimum period of one year from the date of final acceptance of the Work. Equipment warranties shall be as required under the Job Order. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB JOC Standard Form Page 4 of 8 Approved as to Legal Form August 9, 2019 10. 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. 11. 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. 12. 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. 13. 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, proposal or Job Order, 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. 14. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 15. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 16. 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. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB JOC Standard Form Page 5 of 8 Approved as to Legal Form August 9, 2019 17. 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: Romy Greaves Title: Architect Address: 5352 Ayers Street, Corpus Christi, Texas 78415 Phone: (361) 826-3645 Fax: (361) 826-1989 IF TO CONTRACTOR: Hub City Overhead Door Co., Inc. Attn: Brandon Price Title: Sales, Service & Project Manager Address: 1626 North Lexington Blvd., Corpus Christi, Texas 78409 Phone: (361) 289-7083 Fax: (361) 299-2291 18. 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, DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB JOC Standard Form Page 6 of 8 Approved as to Legal Form August 9, 2019 LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 19. 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. 20. 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. 21. Engineering Work. If the scope of work under any Job Order requires the services of an engineer or architect in accordance with Texas law, the City will provide the specifications prepared by the engineer or architect prior to approval of the Job Order. 22. 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. 23. 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. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB JOC Standard Form Page 7 of 8 Approved as to Legal Form August 9, 2019 24. 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). 25. 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. 26. 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. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB JOC Standard Form Page 8 of 8 Approved as to Legal Form August 9, 2019 CONTRACTOR Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI ________________________________________________ Kim Baker Director of Contracts and Procurement Date: _________________________ 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. 3254 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Brandon Price 11/9/2020 Sales and Service Manager Revised 11.08.19 Attachment A- Scope of Work 1.1 General Requirements/Background Information A. The Contractor shall provide overhead doors repairs services for City Owned facilities listed in the Scope of work on as needed basis. B. The Contractor shall comply with the following standards including but not limited to locally adopted building codes, Texas windstorm insurance requirement, and OSHA safety regulations C. The Contractor shall obtain a permit through the Development Services Department when applicable as required by Texas Windstorm Insurance guidelines. 1.2 Repairs A. The Contractor shall provide trained personnel, labor, parts, supplies, tools, equipment and transportation necessary to perform repair services for all locations B. The Contractor shall perform repairs to the following parts including but not limited to: 1.Electrical – Motor, Pneumatic Safety Edge, Receiver Bod, Replay, Remote Controls, Transformer, Switches, Loop sensors, Combination keypad system 2.Mechanical – Belts, Cables, Hinges, Rollers/Rails, Drive Chain, Spring and Bearing, Door section C. The Contractor shall provide lubrication to rollers, hinges, tracks, drive chains, springs and bearings. 1.3 Job Order A. Information for the services will be provided to the Contractor through Job Order or phone/email in an emergency followed up with a job order. The Contractor shall request the job order from the Contract Administrator. B. The Contractor shall provide repair estimates including labor and parts/materials based on the information provided in the job order or site visit. The Contractor shall submit a written estimate and repair timeline for approval to the Contract Administrator utilizing pricing as outlined in the Contract before commencing services. The estimate shall be provided within four business days of the original request and shall include a detailed summary in accordance with the Contract rates. C. The Contractor shall provide a payment bond if the estimate of the job order exceeds $50,000 and a performance bond if the estimate of the job order exceeds $100,000. D. If the estimate is accepted and work performed, the Contractor’s invoice shall not exceed the job order amount unless authorized by the Contract Administrator via an amendment or change to the job order prior to the work being performed. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Revised 11.08.19 E. Before commencing the work, the Contractor shall prepare and submit a proposed work schedule that includes estimated days to complete project and number of personnel to be assigned to perform the work. F. The Contractor shall perform routine service calls during normal working hours 8:00 AM to 5:00 PM, unless approved by the Contract Administrator. The Contractor shall be on site within two hours or within an agreeable time frame determined by the Contract Administrator. G. Emergency service calls are defined as an event which requires immediate action to prevent a hazard to life, health, safety, and property. The Contractor shall be on site within an agreeable time frame determined by the Contract Administrator. H. The Contractor shall check in with the Contract Administrator at the location upon arrival and checkout after completion of work. I. The Contractor shall only invoice the City for the time spent on the property. The City will not pay for time spent in route and travelling to acquire parts/supplies. J. Upon completion of the routine or emergency service call, the Contractor’s representative shall provide a job ticket. The job ticket shall include, but not limited to – Company Name, Name of technician, Date of Service, Detailed Description of the work performed, total time spend on job, parts used, and Job Order number. 1.4 Service Personnel A. Any personnel assigned to the service agreement shall meet all applicable certification requirements of any regulatory agency having jurisdiction. The Contractor shall ensure that all personnel are continuously trained to meet the latest industry standards. B. The Contractor shall ensure that all crews are fully and properly equipped to perform services promptly and safely without delay. All personnel assigned to the service agreement shall wear a uniform, including safety equipment and any company issued photo identification. The Contractor’s employees working on site shall wear clothing with an identification logo bearing the name of the company visible from 15 feet. All personnel shall be neatly dressed in shirts, safety shoes and long pants. Shorts or torn clothing are unacceptable. Clothing worn shall be suitable for electrical work in accordance with NFPA 70E requirements. C. If the service personnel do not perform as per requirement, the City has the right to reject the personnel and the Contractor is liable to deploy new personnel. D. The Contractor shall conduct background checks for all personnel before assigned to work under this agreement. The Contract Administrator may ask background check report from the Contractor. The City reserves the right to approve or refuse employees because of a derogatory background check. The background check will be done at the sole expense of the Contractor. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Revised 11.08.19 1.5 Site Control A. The Contractor shall barricade or place cones around the work area before commencing services. The Contractor shall safeguard the area while services are being performed. The Contractor shall try to minimize any interference to the building occupants with the day to day operations. The Contractor shall be responsible for assuring the safety of its employees, City employees, and the public during performance of all services under this agreement. B. The Contractor is responsible for damage to surrounding surfaces, facilities or person caused by its materials, equipment or workers. C. The Contractor shall not store worn or defective parts on City premises at the end of the workday, unless otherwise approved by the Operation Superintendent or designee. D. The Contractor shall dispose all worn/defective parts, oils, solvents, in accordance with all applicable laws, rules and regulations as to ensure the highest level of safety to the environment and public health. 1.6 Completion A. Upon completion of each repair, the Contractor shall conduct careful inspection with the department personnel and shall correct all defective work to the satisfaction of the Contract Administrator B. Remove all scrap, litter and debris resulting from operations specified herein and leave work and the premises in clean and satisfactory conditions. 1.7 Contract Pricing A. The Contractor shall perform services during Normal working hours 8:00 AM to 5:00 PM, Monday through Friday. Work cannot be performed on the weekends and holidays without prior approval from the Contract Administrator. B. All hourly rates include overhead, profit, travel, and all administrative costs. Trip charges are not permitted under this Contract. C. Parts, materials and equipment shall be provided to the City’s at allowable contract mark up. Receipts are required for all materials and parts. 1.8 Recordkeeping The Contractor shall establish and maintain a log delineating complete and accurate records of all repairs, parts, supplies and materials for each location for the term of the Contract. The Contractor shall update the logs after each service defined in the Contract. 1.9 Invoicing A. Once a month, the Contractor shall submit the invoice to the Contract Administrator. Invoice must contain the following: i.Purchase order number ii.Description of work DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Revised 11.08.19 iii.Total hours worked, itemized by position and hourly rate outlined in the Contract. iv.Job order number/ Job ticket v.Copies of all receipts for parts/materials/equipment B. Approval for payment shall be authorized by the Contract Administrator. 1.10 Warranty A. The Contractor shall warranty materials and workmanship against defects arising from faulty material, faulty workmanship for a period of 12 months following the final acceptance of the work and shall replace such defective materials or workmanship without cost to the City. B. If any equipment/material carry a manufacturer’s warranty for any period in excess of 12 months, then the manufacturer’s warranty shall apply for that piece of material/equipment. The Contractor shall replace such defective equipment /materials, without cost to the City, within the manufacturer’s warranty period. 1.11 Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. 1.12 Work Locations The Contractor shall perform general construction services to the following locations including but not limited to: BUILDING Address Zip Code 1 Health Department 1702 Horne Rd, Corpus Christi, TX 78416 2 City Hall 1201 Leopard St, Corpus Christi, TX 78401 3 Gas Department 4225 S Port Ave, Corpus Christi, TX 78415 4 Police Department 321 John Sartain St, Corpus Christi, TX 78401 5 Municipal Courts 321 John Sartain St, Corpus Christi, TX 78401 6 Frost Bank 2402 Leopard St, Corpus Christi, TX 78408 7 Water Department 2726 Holly Rd, Corpus Christi, TX 78415 8 Broadmoor Senior Center 1651 Tarlton St, Corpus Christi, TX 78415 9 Ethel Eyerly Senior Center 654 Graham Rd. Corpus Christi, TX 78418 10 Garden Senior Center 5325 Greely Dr, Corpus Christi, TX 78412 11 Greenwood Senior Center 4040 Greenwood Dr, Corpus Christi, TX 78416 12 Lindale Senior Center 3135 Swantner St, Corpus Christi, TX 78404 DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Revised 11.08.19 Page 22 of 24 13 Northwest Senior Center 9725 Up River Rd, Corpus Christi, TX 78410 14 Oveal Williams Senior Center 1414 Martin Luther King Dr, Corpus Christi, TX 78401 15 Zavala Senior Center 510 Osage St, Corpus Christi, TX 78405 16 La Retama Central Library 805 Comanche St, Corpus Christi, TX 78401 17 Garcia Public Library 5930 Brockhampton St, Corpus Christi, TX 78414 18 Janeth Harte Public Library 2629 Waldron Rd, Corpus Christi, TX 78418 19 Hopkins Public Library 3202 McKenzie Rd, Corpus Christi, TX 78410 20 McDonalds Library 4044 Greenwood Dr, Corpus Christi, TX 78416 21 Neyland Public Library 1230 Carmel Pkwy, Corpus Christi, TX 78411 22 Joe Garza Recreation Center 3204 Highland Ave, Corpus Christi, TX 78405 23 Lindale Recreation Center 3133 Swantner St, Corpus Christi, TX 78404 24 Oak Park Recreation Center 842 Erwin Ave, Corpus Christi, TX 78408 25 Oso Recreation Center 1111 Bernice Dr, Corpus Christi, TX 78413 26 Solomon Coles Rec Center 924 Winnebago St, Corpus Christi, TX 78401 27 Science and History Museum 1900 N Chaparral St, Corpus Christi, TX 78401 28 Al Kruse Tennis Center 502 King St, Corpus Christi, TX 78401 29 HEB Pool Complex 1520 Shely St, Corpus Christi, TX 78404 30 HEB Tennis Court 1520 Shely St, Corpus Christi, TX 78404 31 Central Kitchen 4141 Old Brownsville Rd, Corpus Christi, TX 78405 32 O N Stevens Plant 13101 Leopard St, Corpus Christi, TX 78410 33 Solid Waste Building 2525 Hygeia, Corpus Christi, TX 78415 34 Oso Wastewater Treatment Plant (WWTP) 501 Nile, Corpus Christi, TX 78412 35 Greenwood Wastewater treatment Plant 6541 Greenwood Dr, Corpus Christi, TX 78417 36 Broadway Wastewater Treatment plant 1402 W Broadway, Corpus Christi, TX 78401 37 Laguna Madre Wastewater Treatment Plant 201 Jester St, Corpus Christi, TX 78418 38 White Cap Wastewater Treatment plant 13409 White Cap St, Corpus Christi, TX 78418 DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Revised 11.08.19 39 Allison WWTP 4101 Allison St, Corpus Chishti, TX 78410 40 CEFE Landfill 2397 Co.Rd.20, Robstown, TX 78380 41 J C Elliot Transfer Station 6594 Greenwood St, Corpus Christi, TX 78415 42 Unspecified Locations City wide DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT DEPARTMENT BID FORM RFB No. 3254 Overhead Door Repair Services PAGE 1 OF 1 Date: Authorized Bidder: Signature: 1. Refer to “Instructions to Bidders” and Contract Terms and Conditions beforecompleting bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a.the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b.Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City’s Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c.Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Item Description UNIT 3 -Yr. Qty. Unit Price Total Price 1 Technician Normal Hours, Monday to Friday (8:00 AM to 5:00 PM) HRS 225 $ $ 2 Technician Afterhours, Weekends and Holidays HRS 75 $ $ Estimated Spend Markup (%) Est. spend + Markup 3 Parts/Materials/Equipment $70,000 $ Total $ Note: The contract value is a predetermined amount established and published in the RFB as this is a Job order contract. 10/6/2020 Hub City Overhead Door., Inc. 148.00 33,300.00 222.00 16,650.00 30%91,000.00 140,950.00 Attachment B- Bid Pricing/ScheduleDocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Page 1 of 3 ATTACHMENT C- INSURANCE REQUIREMENTS I. CONTRACTOR’S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City’s Risk Manager and Contract Administrator one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements. Bodily Injury and Property Damage Per occurrence - aggregate COMMERCIAL GENERAL LIABILITY including: 1. Commercial Broad Form 2. Premises – Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury $1,000,000 Per Occurrence AUTO LIABILITY (including) 1. Owned 2. Hired and Non-Owned 3. Rented/Leased $1,000,000 Combined Single Limit WORKERS’S COMPENSATION Employer’s Liability Statutory $500,000/$500,000/$500,000 POLLUTION LIABILITY $1,000,000 Per Occurrence DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Page 2 of 3 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers’ compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers’ Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Page 3 of 3 E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor’s performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2019 Insurance Requirements Ins. Req. Exhibit 4-C Contracts for General Services – Services Performed Onsite – Pollution 04/26/2019 Risk Management – Legal Dept. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Attachment C – Bond Requirements Bonds will be required as outlined in the Scope of Work, Section 4: subsection 4.3; Job Order (C) DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB Attachment D - Warranty Requirements A. The Contractor shall warranty materials and workmanship against defects arising from faulty material, faulty workmanship for a period of 12 months following the final acceptance of the work and shall replace such defective materials or workmanship without cost to the City. B. If any equipment/material carry a manufacturer’s warranty for any period in excess of 12 months, then the manufacturer’s warranty shall apply for that piece of material/equipment. The Contractor shall replace such defective equipment /materials, without cost to the City, within the manufacturer’s warranty period. DocuSign Envelope ID: 394E29A1-2455-4560-8CD8-AF1415E98FEB DATE: January 12, 2021 TO: Peter Zanoni, City Manager FROM : Charles Mendoza, Director of Asset Management Charlesm2@cctexas.com (361) 826-1941 Josh Chronley, Interim Director of Contracts and Procurement Joshc2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing a three-year service agreement with South Texas Metal Roofing, of Corpus Christi, Texas, for an amount not to exceed $3,000,000.00 to perform on-call roof repair services to City owned facilities, effective upon issuance of a notice to proceed, with FY 2021 funding available through the Facility and Property Management funds. SUMMARY: This is a motion to approve a service agreement with South Texas Metal Roofing to perform on-call roof repair services to City owned facilities. These services are necessary to maintain roofs from further deterioration. The services will be provided on an as needed basis. This is the first long-term contract for building maintenance services under the direction of Asset Management. BACKGROUND AND FINDINGS: Asset Management is responsible for maintenance operations of 4 00 City owned facilities. These facilities have outdated and failing roof systems that are outside the level of expertise of our maintenance staff. Asset Management finds it essential to enact a service agreement for professional roofing services with a company that employs experienced roofers and engineers. Enlisting the services of a competent professional roofing company grants our City’s maintenance department the ability to quickly and Roof Repair Services for Asset Management AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 effectively address the numerous compromised roof systems currently afflicting city owned assets. At this time, Asset Management has identified over 30 buildings experiencing varying degrees of water intrusion resulting from compromised roofing systems. This service agreement will greatly assist the City’s Asset Management Department in preserving the interior contents and structural components of these buildings. The objective is to address the buildings with known faults in addition to any future roofing issues at other locations. The overall goal is to protect and prevent against any unnecessary damage to city assets as it relates to water infiltration, which can have a serious negative impact on daily operations, building integrity, and have potential health implications. The Contracts and Procurement Department conducted a competitive RFB process to obtain bids for a contract. The City received four responsive, responsible bids, and one non responsible bid. Staff is recommending the award to the lowest bidder South Texas Metal Roofing. This is a Job Order Contract, and the contractor will provide services on an as needed basis. ALTERNATIVES: The alternative is to perform the work in-house. However, Asset Management would have to increase their staff, to include experienced roofers. These facilities have outdated and failing roof systems that are outside the level of expertise of the department’s maintenance staff. FISCAL IMPACT: The fiscal impact for Asset Management in FY 2021 is an amount not to exceed $1,000,000.00. The City will only be charged if services are rendered at which time appropriate funding sources will be identified. The remaining amount will be budgeted in future years through the annual budget process. Specific funding details will be determined as work requested by Task Order. FUNDING DETAIL: Funding will be allocated from appropriate fund sources as the various projects are identified. RECOMMENDATION: Staff recommends approval of this motion authorizing a three-year service agreement with South Texas Metal Roofing as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Service Agreement ITEM Description Unit Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Modified Bitumen Normal Hours, M-F: 8 to 5 Squares 400 450.00$ 180,000.00$ 725.00$ 290,000.00$ 588.00$ 235,200.00$ 2 Asphalt Shingles Normal Hours, M-F: 8 to 5 Squares 200 300.00$ 60,000.00$ 250.00$ 50,000.00$ 500.00$ 100,000.00$ 3 Metal Roofing Normal Hours, M-F: 8 to 5 Squares 200 425.00$ 85,000.00$ 725.00$ 145,000.00$ 835.00$ 167,000.00$ 4 Wood Shake Normal Hours, M-F: 8 to 5 Squares 100 865.00$ 86,500.00$ 725.00$ 72,500.00$ 744.00$ 74,400.00$ 5 Windstorm Certification Per Certification 80 400.00$ 32,000.00$ 110.00$ 8,800.00$ 1,000.00$ 80,000.00$ Time and Material Work 6 Labor to Install Flashing, Drip edge, Counter, turn back edge, diverter, Caulking Linear Ft.2,000 10.00$ 20,000.00$ 11.00$ 22,000.00$ 16.00$ 32,000.00$ 7 Labor to Install Seamless Gutters and Downspout Linear Ft.2,000 8.00$ 16,000.00$ 13.00$ 26,000.00$ 35.00$ 70,000.00$ Estimated Spend Markup (%) Estimated Spend+ Markup Markup (%) Estimated Spend+ Markup Markup (%) Estimated Spend+ Markup 5.00%10%10% 8 Parts/Materials $ 24,000 1,200.00$ 25,200.00$ 2,400.00$ 26,400.00$ 2,400.00$ 26,400.00$ 9 Allowance for Permits $ 10,000 10,000.00$ 10,000.00$ 10,000.00$ Total 514,700.00$ 650,700.00$ 795,000.00$ GeoFill Schertz, Texas South Texas Metal Roofing Corpus Christi, Texas Advantage USAA Spring Branch, Texas City of Corpus Christi Contracts and Procurement Department Senior Buyer : Cynthia Perez Bid Tabulation RFB # 3295 Roof Repair Services for Asset Management (JOC) ITEM Description Unit Qty Unit Price Total Price Unit Price Total Price 1 Modified Bitumen Normal Hours, M-F: 8 to 5 Squares 400 2,200.00$ 880,000.00$ -$ 2 Asphalt Shingles Normal Hours, M-F: 8 to 5 Squares 200 350.00$ 70,000.00$ -$ 3 Metal Roofing Normal Hours, M-F: 8 to 5 Squares 200 1,985.00$ 397,000.00$ -$ 4 Wood Shake Normal Hours, M-F: 8 to 5 Squares 100 850.00$ 85,000.00$ -$ 5 Windstorm Certification Per Certification 80 1,300.00$ 104,000.00$ -$ Time and Material Work 6 Labor to Install Flashing, Drip edge, Counter, turn back edge, diverter, Caulking Linear Ft.2,000 4.80$ 9,600.00$ -$ 7 Labor to Install Seamless Gutters and Downspout Linear Ft.2,000 4.80$ 9,600.00$ -$ Estimated Spend Markup (%) Estimated Spend+ Markup Markup (%) Estimated Spend+ Markup 20.00% 8 Parts/Materials $ 24,000 4,800.00$ 28,800.00$ -$ 24,000.00$ 9 Allowance for Permits $ 10,000 10,000.00$ 10,000.00$ Total 1,594,000.00$ Non Responsive Port Enterprises, Ltd Corpus Christi, Texas Weatherproofing Technologies, Inc. Beachwood, Ohio JOC Standard Form Page 1 of 8 Approved as to Legal Form August 9, 2019 JOB ORDER CONTRACT SERVICE AGREEMENT NO. 3295 Roof Repairs for Asset Management THIS Roof Repairs for Asset Management Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”) and South Texas Metal Roofing, Inc. (“Contractor"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). WHEREAS, Contractor has bid to provide Roof Repairs for Asset Managment in response to Request for Bid/Proposal No. 3295 (“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 Roof Repairs for Asset Management (“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.Job Orders. This Agreement is a competitively awarded agreement as described by Attachment A. The work is of an indefinite quantity and a recurring nature, delivered on an on-call or as-needed basis, through individually priced Job Orders. The Agreement may support a broad assortment of maintenance work. Work will not begin on any Job Order until Contractor is briefed on the project and the Job Order is issued in writing. 3. 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. 4.Compensation and Payment. This Agreement is for an amount not to exceed $3,000,000.00, 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 DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC JOC Standard Form Page 2 of 8 Approved as to Legal Form August 9, 2019 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 ad dress with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. 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: Charles Mendoza Department: Asset Management Phone: (361) 826-1941 Email: Charlesm2@cctexas.com 6. 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) Contractor shall provide performance and payment bonds if required by law based on the amount of the Job Order or if otherwise required by the City. At a minimum, the Contractor will be required to provide a payment bond on all Job Orders that exceed $50,000 and a performance bond on all Job Orders that exceed $100,000. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC JOC Standard Form Page 3 of 8 Approved as to Legal Form August 9, 2019 7. 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. 8. Inspection and Acceptance. Contractor will notify the Contract Administrator when work has been completed on a specific job order. 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. 9. 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. Contractor must provide all labor, services, equipment, materials, tools, transportation, mobilization, insurance, subcontracts, bonds, supervision, management, reports, incidentals and quality control necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. (D) Contractor shall warrant that work performed conforms to the Job Order requirements and is free of any defect in equipment, material or design furnished or workmanship performed by the Contractor or any of its subcontractors or suppliers at any tier. All work provided by the Contractor shall be warranted for a minimum period of one year from the date of final acceptance of the Work. Equipment warranties shall be as required under the Job Order. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC JOC Standard Form Page 4 of 8 Approved as to Legal Form August 9, 2019 10. 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. 11. 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. 12. 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. 13. 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, proposal or Job Order, 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. 14. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 15. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 16. 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. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC JOC Standard Form Page 5 of 8 Approved as to Legal Form August 9, 2019 17. 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: Charles Mendoza Title: Deputy Director of Asset Management Address: 5352 Ayers St., Bldg. 3A, Corpus Christi, Texas 78415 Phone: (361) 826-1941 Fax: (361) 826-1989 IF TO CONTRACTOR: South Texas Metal Roofing, Inc. Attn: Sigifredo Montemayor Title: Owner Address: 2217 Flour Bluff Drive, Corpus Christi, Texas 78418 Phone: (361) 937-4600 Fax: N/A 18. 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. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC JOC Standard Form Page 6 of 8 Approved as to Legal Form August 9, 2019 19. 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. 20. 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. 21. Engineering Work. If the scope of work under any Job Order requires the services of an engineer or architect in accordance with Texas law, the City will provide the specifications prepared by the engineer or architect prior to approval of the Job Order. 22. 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. 23. 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. 24. 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; DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC JOC Standard Form Page 7 of 8 Approved as to Legal Form August 9, 2019 C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor’s bid response (Exhibit 2). 25. 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. 26. 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. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC JOC Standard Form Page 8 of 8 Approved as to Legal Form August 9, 2019 CONTRACTOR Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI _______________________________________________ Josh Chronley Interim Assistant Director, Contracts and Procurement Date: _________________________ 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. 3295 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Sigifredo Montemayor 12/29/2020 Owner Revised 09.04.20 Attachment A - Scope of Work 1.1 General Requirements/Background Information The Contractor shall provide roof repair and replacement services to the City owned facilities at the locations listed in this Scope of Work on an as needed basis. 1.2 Scope of Work A. The Contractor shall have enough responsible, trained personnel qualified to provide the required services. B. The Contractor shall furnish labor, supervision, parts, supplies, materials, tools, equipment, and transportation necessary to perform roofing repairs for all the locations. C. All work performed must be accomplished in a manner that meets all applicable specification, trade standards and provisions, and federal, state and local codes and regulations. 1.3 Repair and Replacement A. The Contractor shall perform the following types of repairs/replacements including but not limited to: 1.Cracks 2.Blisters 3.Drains 4.Vents 5.Metal flashing 6.Scuppers 7.Gutters 8.Jacks 9.Roof hatches 10. Sleepers 11. Flashing 12. Copings DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Revised 09.04.20 13. Downspouts 14. Dormers 15. Facio 16. Gravel stops 17. Parapet walls 18. Pitch pans/pocket 19. Expansion joints B. The Contractor shall provide roof repair or replacement services to the following types of roof systems – Modified Bitumen, Metal standing seam, Asphalt and Wood Shake C. The Contractor shall use mop down technique for modified bitumen roofing repairs, 25-year grade material for asphalt shingle repairs and standing seam type for metal roof repairs. D. The Contractor is responsible for damage to surrounding surfaces, facilities, or persons caused by its materials, equipment or workers. E. The Contractor shall demolish, remove existing roof materials and dispose of all waste materials. F. The Contractor shall comply with the roofing standards and requirements including but not limited to, locally adopted building codes, Texas Windstorm Insurance requirements, OSHA Safety Regulations and permit requirements per City of Corpus Christi Development Services Department. G. The Contractor will be required to provide Windstorm certification where required. H. The Contractor will obtain a permit through Development Services when applicable as required by Texas Windstorm Insurance guidelines. I. The Contractor shall not be responsible for any decking repairs and the removal of additional layers under this contract. 1.4 Job Order A. Information for the services shall be provided to the Contractor through job order or phone/email in an emergency followed up with a job order. The Contractor DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Revised 09.04.20 shall request the job order copy from the Contract Administrator, if City fails to provide. B. The Contractor shall submit a written repair estimate for approval to the Contract Administrator utilizing pricing as outlined in the Contract. Repair estimate shall include labor and parts/materials based on the information provided in the job order or site visit. The written estimate shall provide within four business days of the original request and shall include a detailed summary of work with project schedule. C. The Contractor shall provide a payment bond if the estimate of the job order exceeds $50,000 and a performance bond if the estimate of the job order exceeds $100,000. D. If any work requested by job order is of the nature to require the supervision and/or drawings of an engineer, the City will provide Contractor with the stamped drawings and/or separately procure the supervising engineer. E. If the estimate is accepted and work performed, the Contractor's invoice shall not exceed the authorized amount of the job order unless preauthorized by the Contract Administrator via a job order amendment prior to the work being performed. F. Emergency service calls are defined as an event which requires immediate action to prevent a hazard to life, health, safety, and property. The Contractor shall be on site within an agreeable time frame determined by the Contract Administrator. G. During emergency service call, the Contractor shall submit not to exceed cost via phone and/or email to the Contract Administrator for approval. The Contractor shall obtain approval before commencing the work. H. The Contractor shall check in with the Contract Administrator at the location upon arrival and check out after completion of work and a job order will be issued. I. Upon completion of job order, the Contractor's representative shall provide a job ticket. The job ticket shall include, but not limited to - Company Name, Name of Roofer/Helper, Date of Service, Detailed Description of the work performed, parts used, job order number and to total time spent on job. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Revised 09.04.20 1.5 Service Personnel A. Any personnel assigned to this project shall meet all applicable certification requirements of any regulatory agency having jurisdiction. The Contractor shall ensure that all personnel are continuously trained to meet the latest industry standards. B. The Contractor shall ensure that all crews are fully and properly equipped to perform services promptly and safely without delay. All personnel assigned to the service agreement shall wear a uniform, including safety equipment and any company issued photo identification. The Contractor's employees working on site shall wear clothing with an identification logo bearing the name of the company visible from 15 feet. All personnel shall be neatly dressed in shirts, safety shoes and long pants. Shorts or torn clothing are unacceptable. Clothing worn shall be suitable for electrical work in accordance with NFPA 70E requirements. C. If the service personnel do not perform as required, the City has the right to reject the personnel and the Contractor is liable to deploy new personnel. D. The Contractor shall conduct background checks for all personnel before they are assigned to work under this agreement. The Contract Administrator may ask for the background check report from the Contractor. The City reserves the right to approve or refuse employees because of an unsatisfactory background check. Background check will be done at the sole expense of the Contractor. 1.6 Work Site and Conditions A. The Contractor shall safeguard the area while services are being performed. The Contractor shall try to minimize an interference to the building occupants with the day to day operations. The Contractor shall be responsible for assuring the safety of its employees, City employees, and the public during performance of all services under this agreement. B. The Contractor is responsible for damage to surrounding surfaces, facilities, or person caused by its materials, equipment or workers. C. The Contractor is responsible for protecting the work from damage from any source prior to final acceptance. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Revised 09.04.20 1.7 Completion A. Upon completion of each repair, the Contractor shall conduct careful inspection with the department personnel and shall correct all defective work to the satisfaction of Contract Administrator. B. Remove all scrap, litter and debris resulting from operations specified herein, and leave work and the premises in clean and satisfactory conditions. C. The Contractor shall perform services during normal working hours 8:00am to 5:00pm, Monday through Friday. Work cannot be performed on the weekends and holidays without prior approval from the Contract Administrator. 1.8 Contract Pricing All turnkey contract pricing is inclusive of labor, materials, overhead, administrative, equipment and profit. Windstorm certifications will be utilized as needed per the project requirements. Time and material work for labor pricing is inclusive of labor, overhead, travel, administrative, equipment and profit. Parts/materials will be compensated at cost with receipts and allowable contract markup (%). Permits will be reimbursed at cost. 1.9 Recordkeeping The Contractor shall establish and maintain a log delineating complete and accurate records of all repairs, parts, supplies, and materials for each location for the term of the contract. The Contractor shall update the logs after each service defined in the contract. 1.10 Invoicing A. Each month, the Contractor shall submit the invoice for repair services to the Contract Administrator. Invoice must contain the following: 1.Job order number 2.Description of work on Job order 3.Total hours billed, itemized by position and hourly rate 4.Job ticket 5.Copies of all receipts for parts/materials/equipment B. Approval for payment shall be authorized by the Contract Administrator. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT DEPARTMENT BID FORM RFB No. 3295 Roof Repair Services for Asset Management (JOC) PAGE 1 OF 1 Date: Authorized Bidder: Signature: 1. Refer to “Instructions to Bidders” and Contract Terms and Conditions beforecompleting bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a.the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b.Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City’s Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c.Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. e. The Contractor will provide turnkey pricing for line 1 to 4. The turnkey pricing is inclusive of labor, materials, overhead, administrative, equipment and profit. Line 5 will be utilized as per project requirements. Line 6 and 7 is for labor pricing. Labor pricing is inclusive of labor, overhead, travel, administrative, equipment and profit. Line 8 is for parts/materials and the Contractor will provide Markup (%). Line 8 will be utilized for the materials line 6 and 7. Line 9 will be utilized for permits. Item Description UNIT QTY Unit Price Total Price Turnkey Roofing (Labor, Equipment, Materials, Overhead, Administrative and Profit 1 Modified Bitumen Normal Hours, M-F: 8 to 5 Squares 400 $ $ 2 Asphalt Shingles Normal Hours, M-F: 8 to 5 Squares 200 $ $ 10/20 SOUTH TEXAS METAL ROOFING 450.00 180,000.00 300.00 60,000.00 Attachment B - Bid/Pricing ScheduleDocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC 3 Metal Roofing Normal Hours, M-F: 8 to5 Squares 200 $ $ 4 Wood Shake Normal Hours, M-F: 8 to 5 Squares 100 $ $ 5 Windstorm Certification Per certification 80 $ $ Time and Material Work 6 Labor to Install Flashing, Drip edge, Counter, turn back edge, diverter, Caulking Linear ft 2000 $ $ 7 Labor to Install Seamless Gutters and Downspout Linear ft 2000 $ $ Estimated Spend Markup (%) Estimated Spend+ Markup 8 Parts/Materials $24,000 $ 9 Allowance for Permits $10,000 $10,000 Total $ 425.00 85,000.00 865.00 86,500.00 400.00 32,000.00 10.00 20,000.00 8.00 16,000.00 24,000.00 $23,975.00 $23,975.00 537,475.00 5% $1,200.00 $514,700.00 DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Attachment D - Insurance Requirements I. CONTRACTOR’S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Contractor must furnish to the City’s Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability Including: 1. Commercial Broad Form 2. Premises – Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury $1,000,000 Per Occurrence AUTO LIABILITY (including) 1. Owned 2. Hired and Non-Owned 3. Rented/Leased $500,000 Combined Single Limit WORKERS’ COMPENSATION EMPLOYER’S LIABILITY Statutory $500,000 /$500,000 /$500,000 C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC A. Applicable for paid employees, Contractor must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers’ compensation coverage provided must be in an amount sufficient to assure that all workers’ compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 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, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor’s performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2020 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services – Services Performed Onsite 06/08/2020 Risk Management – Legal Dept. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Attachment C – Bond Requirements Bonds will be required as outlined in the Scope of Work, Section 4: subsection 4.3; Job Order (C) DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC Page 1 of 1 ATTACHMENT D: WARRANTY REQUIREMENTS A. The Contractor shall warrant materials and workmanship against defects arising from faulty material, faulty workmanship for a period of one year following the final acceptance of the work and shall replace such defective materials or workmanship without cost to the City. B. Where any material carries a manufacturer’s warranty for any period in excess of one year, then the manufacturer’s warranty shall apply for that piece of material The Contractor shall replace such defective materials, without cost to the City, within the manufacturer’s warranty period. DocuSign Envelope ID: FE951EEC-08AF-4AB0-8807-D64C85FE89BC DATE: January 12, 2021 TO: Peter Zanoni, City Manager FROM: David S. Lehfeldt, Director Solid Waste Operations DavidL3@cctexas.com (361) 826-1966 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing the lease-purchase of one Diamond Z horizontal grinder from Bane Machinery, Inc., of Dallas, Texas in an amount of $983,781.64, for Solid Waste Operations, effective upon issuance of letter of acceptance, with FY 2021 funding in the amount of $32,793.00 available in the JC Elliott Collection Center Fund. SUMMARY: This motion will allow the City to lease-purchase one Diamond Z horizontal grinder, through the BuyBoard Cooperative, for Solid Waste Operations in support of the approved FY 2021 Compost Decision Package to add a new wood grinder. This equipment will be used at the compost facility for brush grinding. BACKGROUND AND FINDINGS: The City of Corpus Christi generates approximately 300,000 cubic yards of brush annually; 70,000 yds are delivered to the J.C. Elliot transfer station by customers and 231,500 yards are delivered to the Gulley Hurst landfill by city trucks. The brush delivered to Gulley/Hurst is in fulfillment of a put or pay contract that we entered into in 2013, annually costing us approximately $500,000. This contract has 3 years remaining. The brush delivered to J.C. Elliot is ground into mulch once per year by our grinding contractor (Austin Wood Recycling) for a fee of ~$86,000. In addition, the city generates between 40,000 and 50,000 tons of wastewater sludge each year that is hauled to the Cefe landfill for disposal. The push and pack fees next year for disposal of this sludge will be over $485,000. Lease-Purchase of One Diamond Z Horizontal Grinder for Solid Waste Operations AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 These two waste streams can be combined at a composting facility and used to create a high-quality compost that then becomes an asset instead of a liability. Towards this end we are proposing the construction of a compost facility on a portion of the 90 acres adjacent to the transfer station. One of the major requirements of the proposed facility is a grinder capable of processing approximately 300,000 cubic yards of brush each year. Solid Waste checked references for the Diamond Z grinder. We discovered that there are over 100 Diamond Z units operating in the State of Texas. The following table lists some of the owners and the number of Diamond Z units they operate. The consensus of these owners is that the Diamond Z is a great machine with good production, ease of operation and great longevity. Company # Units Company # Units City of San Antonio 1 Eggemeyer Land Clearing 2 City of Plano 1 Southern Star Trucking 3 City of Austin 2 Alpine Materials 2 Austin Wood Recycling 27 Razer LLC 2 TFR Enterprises 7 ALTERNATIVES: The alternative is not to lease-purchase this equipment. The City would continue to dispose of the brush on an annual basis for the current disposal cost of approximately $586,000. FISCAL IMPACT: The fiscal impact for Solid Waste Services in FY 2021 is $32,793.00. The remaining cost will be budgeted in future years through the annual budget process. Total Lease-Purchase Price: $935,451.00 Total estimated allowable interest for lease: $ 48,330.64 $983,781.64 FUNDING DETAIL: Fund: 1020 JC Elliott Collection Center Organization/Activity: 12504 JC Elliott Transfer Station Mission Element: 033 Manage disposal, transfer station, landfills Project # (CIP Only): N/A Account: 530190 Lease-Purchase Payments RECOMMENDATION: Based on the needs of the City and the results of the analysis, the evaluation team of Solid Waste Services is recommending the purchase of a Diamond Z grinder model number DZH5500TKT. LIST OF SUPPORTING DOCUMENTS: Price Sheet City of Corpus Christi Price Sheet Contracts and Procurement Department Horizontal Grinder for Solid Waste Operations Senior Buyer: Cynthia Perez BUYBOARD CONTRACT: #597-19 BANE MACHINERY, INC. DALLAS, TEXAS ITEM DESCRIPTION COST QUANTITY EXTENDED PRICE 1 HORIZONTAL GRINDER - DIAMOND Z (DZH5500TKT)$935,451.00 1 $935,451.00 TOTAL $935,451.00 DATE: January 12, 2021 TO: Peter Zanoni, City Manager FROM: Richard Martínez, Director of Public Works/Street Operations RichardM5@cctexas.com (361) 826-3419 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing an Amendment to Service Agreement No. 2931 with 2Chainz Brush Clearing, LLC, for a total amount not to exceed $165,992.00 for years two and three, increasing the service agreement value to $1,215,968.00 for Mowing for Storm Water and Street Rights-of-Way for Public Works, with funding available in FY 2021 Storm Water Fund. SUMMARY: This motion authorizes an Amendment to an existing Service Agreement with 2Chainz Brush Clearing, LLC. for mowing for street rights-of-ways, for a total amount not to exceed $165,992.00 with funding available through the Storm Water Fund. These services are necessary to maintain street rights-of-way clean, visible, secure, and presentable at all times. BACKGROUND AND FINDINGS: The area that this contract will service is from Old Brownsville Road to FM 1889 . This amendment is to increase the number of cycles to eight (8) cycles to twelve (12) cycle of the previously awarded mowing contract for Street Rights-of-Way. Street Right-of-Way cycles will run 30 days. If a cycle is finished before the days are up, the Contractor will not start another cycle until the day after the completion of the previous cycle. Contractor will notify the Contract Administrator upon completion of mowing for a Amendment No. 1 for Mowing for Storm Water and Street Rights-of-Way AGENDA MEMORANDUM Action Item for the City Council Meeting January 12, 2021 cycle. The notice to proceed was issued on June 1, 2020 for the first year of the three-year term. Year two will begin on June 1, 2021 and year three will begin on June 1, 2022. ALTERNATIVES: An alternative would be to remain a eight (8) cycle for Street Rights-of Way. FISCAL IMPACT: The fiscal impact for the Public Works for fiscal year 2021 for this amendment is $82,996.00 as the amount was previously approved. Remaining budget will be funded through future budgeting process. FUNDING DETAIL: Fund: 4300 Storm Water Organization/Activity: 32001 Storm Water Vegetation Management Mission Element: 043 Drainage Infrastructure Project # (CIP Only): N/A Account: 530225 Mowing and Grounds Maintenance RECOMMENDATION: Staff recommends approval of this motion authorizing an amendment to Service Agreement No. 2931 for mowing for storm water and Street Rights -of-Way with 2Chainz Brush Clearing, LLC as presented. LIST OF SUPPORTING DOCUMENTS: Amendment Service Agreement Page 1 of 2 Amendment City of Corpus Christi Contracts and Procurement Date: October 28, 2020 Service Agreement No.: 2931 – Mowing for Storm Water and Street Right of Ways Reference: SA 2931 Amendment No. 1 Service Agreement Current Not to Exceed Value: $1,049,976 The CITY OF CORPUS CHRISTI, TEXAS, hereinafter referred to as the City, and 2Chainz Brushing Clearing, LLC, hereinafter referred to as the Contractor, do hereby make and enter into this amendment (the “Amendment”) which, together with the Service Agreement No. 2931 (the “Agreement”) and all other duly executed amendments, constitutes the entire agreement between the City and the Contractor. I. The Contractor defined in the preamble of the Agreement is hereby amended for correction as follows: 1. From: 2Chainz Brushing Clearing, LLC 2. To: 2Chainz Brush Clearing, LLC II. Section 3. Compensation and Payment of the Agreement is amended, effective through the end date as follows: Increases the value of the Agreement by an amount not to exceed $165,992 for modifications made to the Scope of Work, therefore the revised value of this Service Agreement is not to exceed $1,215,968. III. Section 16. Notice of the Agreement is hereby amended to update the Contractors information as follows: IF TO CONTRACTOR: 2Chainz Brush Clearing, LLC Attn: Joe Chaney Title: Owner Address: P.O. Box, Lolita, Texas 77971 Phone: 361-920-1383 IV. Section 2., C of Attachment A: Scope of Work to the Agreement is hereby deleted in its entirety and replaced with the following language to change the number of cycles for Street Right-of- Way from 8 to 12 as follows: DocuSign Envelope ID: 23D0F608-78FE-4421-BF43-FE2D493B779F Page 2 of 2 APPROVED AS TO LEGAL FORM: _______________________________ Assistant City Attorney Date “C. Cycle Description: • Street Right-of-Way – 12 Cycles / Year • Storm Water Drainage – 4 Cycles / Year Street Right-of-Way cycles will run 30 days and Storm Water Drainage cycles will run 90 days. If a cycle is finished before the days are up, the Contractor will not start another cycle until the day after the completion of the previous cycle. There will be only 12 cycle cuts for street right-of-way and 4 cycle cuts for ditch right-of-way in a contract year. Contractor will notify the Contract Administrator upon completion of mowing for a cycle.” V. Attachment B: Bid/Pricing Schedule to the Agreement is hereby amended to change the number of cycles for Street Right-of-Way from 8 to 12 effective November 1, 2020 as follows: Item Description QTY Unit Unit Price Total Price 1 Mowing Street Right of Way-Year 1 *8 Cycles $20,749.00 $165,992.00 2 Mowing Street Right of Way-Year 2 12 Cycles $20,749.00 $248,988.00 3 Mowing Street Right of Way-Year 3 12 Cycles $20,749.00 $248,988.00 4 Mowing Storm Water Drainage-Year 1 4 Cycles $46,000.00 $184,000.00 5 Mowing Storm Water Drainage-Year 2 4 Cycles $46,000.00 $184,000.00 6 Mowing Storm Water Drainage-Year 3 4 Cycles $46,000.00 $184,000.00 Grand Total $1,215,968.00 *Services did not begin until October 1, 2020 for Street Right-of-Way, Year 1 at the department’s request. The Contractor and the City agree to and shall abide by all terms and conditions of the original Agreement and any amendments to that Agreement, to the extent they are not in conflict with the terms of this Amendment. ______________________ __________ Joe Chaney Date Owner 2Chainz Brush Clearing, LLC _______________________ _________ Kim Baker Date Director of Contracts and Procurement City of Corpus Christi, Texas DocuSign Envelope ID: 23D0F608-78FE-4421-BF43-FE2D493B779F 11/6/2020 AGENDA MEMORANDUM Action Item for the City Council Meeting of December 1, 2020 DATE: November 11, 2020 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services jeffreye@cctexas.com (361) 826-3851 Richard Martinez, Director of Public Works/Street Operations richardm5@cctexas.com (361) 826-3419 CAPTION: Resolution authorizing the execution of an Advance Funding Agreement with the Texas Department of Transportation for the 2018 Highway Safety Improvements Program that include upgrading traffic signal components, existing traffic signals, safety lighting and pedestrian improvements at multiple locations Citywide, with a City required funding match of 10% in an amount of $120,000.00, with FY 2021 funding available from the Bond 2016 program. SUMMARY: This resolution authorizes the execution of an Advance Funding Agreement (AFA) with the Texas Department of Transportation (TXDOT) for the 2018 Highway Safety Improvements Program (HSIP) grant. The AFA requires the City match 10 percent of project construction costs. Projects approved under this grant include upgrading traffic signal components and existing traffic signals at multiple locations Citywide. BACKGROUND AND FINDINGS: The TXDOT HSIP provides grant funding for highway safety projects aimed to eliminate or reduce the number of severe traffic collisions. HSIP funding provides for construction costs with a 90/10 funding participation by State (TXDOT)/Local Governments (City of Corpus Christi), respectively. The City is responsible for all other costs such as design, right of way, permitting, and TXDOT administrative fees. The HSIP grant requires that the construction project be advertised and awarded by TxDOT. Advance Funding Agreement 2018 Highway Safety Improvement Program In April 2020, the City received the TXDOT 2018 HSIP grant for three intersection projects with a total estimated construction cost of $1,040,668.00. The estimated TxDOT participation is $797,258.00 with a City match of $120,000.00. The scope of work is described as upgrading traffic signal components and interconnection of existing traffic signals at Horne Road from Ayers Street to S outh Port Avenue, Staples Street to Holly Road and South Port Avenue to Tarlton Street. Safety lighting is proposed for Horne Road from Ayers Street to South Port Avenue and pedestrian improvements is proposed from South Port Avenue to Tarlton Street. Currently the projects are in final stages of design. This item will authorize approval of the AFA with TXDOT for their federal match. Upon approval of the AFA, the project will be advertised for bidding. Upon recommendation for construction award, City staff will bring forth an agenda item to appropriate the Texas Department of Transportation’s (TxDOT) 90% construction match. ALTERNATIVES: The alternative is not to execute the AFA with TXDOT and lose the grant. FISCAL IMPACT: The fiscal impact for FY 2021 is an amount of $120,000.00 with funding available from the Bond 2016 program. Funding Detail: Fund: Street Bond 2016, Proposition A (Fund 3554) Mission Elem: (ME 051) Project No.: T17031 (Please reference project E17038 in the FY 2020-2021 Capital Budget document) Account: Construction (Account #550950) Activity: T17031-01-3554-EXP Amount: $120,000.00 RECOMMENDATION: Staff recommends approval of the Resolution to enter into the Advance Funding Agreement. LIST OF SUPPORTING DOCUMENTS: Draft CS_CSJ 091635222 AFA Partial Draft 0916-35-222-223-224 Location Map Resolution Resolution authorizing an Advance Funding Agreement (AFA) with the Texas Department of Transportation (TxDOT) for the 2018 Highway Safety Improvement Program (HSIP) that includes upgrading traffic signal components, existing traffic signals, safety lighting and pedestrian improvements at multiple locations Citywide, with City’s required funding match of 10% in the amount of $120,000, with FY2021 funding available from Bond 2016 program. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager or designee is authorized to execute an Advance Funding Agreement (AFA) for the 2018 Highway Safety Improvement Project with the Texas Department of Transportation (TXDOT) and pay TXDOT the amount of $120,000 for reimbursement of direct state costs as the City’s 10% match under the AFA. SECTION 2. The City Manager or designee is authorized to execute all related documents necessary to administer said Advance Funding Agreement, including minor amendments thereto. PASSED AND APPROVED on the ______ day of _________, 2021: Paulette M. Guajardo _______________________ Roland Barrera _______________________ Gil Hernandez _______________________ Michael Hunter _______________________ Billy Lerma _______________________ John Martinez _______________________ Ben Molina _______________________ Mike Pusley _______________________ Greg Smith _______________________ ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor 2018 Highway Safety Improvement ProjectPROJECT NUMBER: T17031 Location Map CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXASDEPARTMENT OF ENGINEERING SERVICES Site 1Site 2 Site 1 Site 2 TARLTON AYERSHORNEMAC ARTHURP O R T STAPLESHOLLY SPID AIR LIN E MC ARDLE WILLIAMS WOOLDRIDGE // Site 3 Site 3 125 EAST 11TH STREET, AUSTIN, TEXAS 78701-2483 | 512.463.8588 | WWW.TXDOT.GOV OUR VALUES: People • Accountability • Trust • Honesty OUR MISSION: Connecting You With Texas An Equal Opportunity Employer Date: April 3, 2020 C/O Mai-Theresa Bernal ATT: Peter Zanoni RE: CSJ: 0916-35-222,223,224 Advanced Funding Agreement(AFA) Project: Signal Improvements @ various locations in Corpus Christi Dear Mr. Zanoni, Attached is the draft Advanced Funding Agreement for the above listed project. Once you have reviewed it, email a resolution to robin.ramirez@txdot.gov. Due to our current business operations, all contracts must be signed electronically. Once the resolution is received the AFA will be sent to you via DocuSign. Please include the preferred email to send the AFA for signature. If you have any questions you can call me or at 361-808- 2495 Sincerely, Robin Ramirez Special Projects Coordinator Texas Department of Transportation (361) 808-2233 robin.ramirez@txdot.gov cc: Jason Alvarez, P.E., Sarah Munoz P.E., Gabriel Longoria P. E. TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 1 of 17 AFA LongGen Rev 07/17/2019 2STATE OF TEXAS § COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT For Highway Safety Improvments Program Project Off-System THIS AGREEMENT (Agreement) is made by and between the State of Texas, acting by and through the Texas Department of Transportation called the “State”, and the City of Corpus Christi, acting by and through its duly authorized officials, called the “Local Government”. The State and Local Government shall be collectively referred to as “the parties” hereinafter. WITNESSETH WHEREAS, federal law establishes federally funded programs for transportation improvements to implement its public purposes, and WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall design, construct and operate a system of highways in cooperation with local governments, and Section 222.052 authorizes the Texas Transportation Commission to accept contributions from political subdivisions for development and construction of public roads and the state highway system within the political subdivision, and WHEREAS, federal and state laws require local governments to meet certain contract standards relating to the management and administration of State and federal funds, and WHEREAS, the Texas Transportation Commission has codified 43 TAC, Rules 15.50-15.56 that describe federal, state, and local responsibilities for cost participation in highway improvement and other transportation projects, and WHEREAS, the Texas Transportation Commission passed Minute Order Number 115291 authorizing the State to undertake and complete a highway improvement or other transportation project generally described as Traffic Signal Improvements. The portion of the project work covered by this Agreement is identified in the Agreement, Article 3, Scope of Work (Project), and WHEREAS, the Governing Body of the Local Government has approved entering into this Agreement by resolution, ordinance, or commissioners court order dated {Enter Date of Resolution}, which is attached to and made a part of this Agreement as Attachment A, Resolution, Ordinance, or Commissioners Court Order (Attachment A). A map showing the Project location appears in TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 2 of 17 AFA LongGen Rev 07/17/2019 Attachment B, Location Map Showing Project (Attachment B), which is attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties, to be by them respectively kept and performed as set forth in this Agreement, it is agreed as follows: AGREEMENT 1.Responsible Parties: For the Project covered by this Agreement, the parties shall be responsible for the following work as stated in the article of the Agreement referenced in the table below: 1 Local Government Utilities Article 8 2. State Environmental Assessment and Mitigation Article 9 3. Local Government Architectural and Engineering Services Article 11 4. State Construction Responsibilities Article 12 5. Local Government Right of Way and Real Property Article 14 2.Period of the Agreement This Agreement becomes effective when signed by the last party whose signing makes the Agreement fully executed. This Agreement shall remain in effect until the Project is completed or unless terminated as provided below. 3.Scope of Work The scope of work is described as upgrading traffic signal components and interconnection of existing traffic signals at multiple locations within the City of Corpus Christi. The limits for CSJ: 0916-35-222 is on Horne Road from Ayers Street to S. Port Ave., CSJ: 0916-35-223 is from Staples Street to Holly Road and CSJ: 0916-35-224 is from S. Port Ave. to Tarlton Street. The safety lighting is proposed for CSJ: 0916-35-222 and pedestrian improvements for CSJ: 0916- 35-224. 4.Project Sources and Uses of Funds The total estimated cost of the Project is shown in Attachment C, Project Budget (Attachment C) which is attached to and made a part of this Agreement. A. If the Local Government will perform any work under this Agreement for which reimbursement will be provided by or through the State, the Local Government must complete training. If federal funds are being used, the training must be completed before federal spending authority is obligated. Training is complete when at least one individual who is working actively and directly on the Project successfully completes and receives a certificate for the course entitled “Local Government Project Procedures TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 3 of 17 AFA LongGen Rev 07/17/2019 B. C. D. E. F. G. H. and Qualification for the Texas Department of Transportation” and retains qualification in accordance with applicable TxDOT procedures. Upon request, the Local Government shall provide the certificate of qualification to the State. The individual who receives the training certificate may be an employee of the Local Government or an employee of a firm that has been contracted by the Local Government to perform oversight of the Project. The State in its discretion may deny reimbursement if the Local Government has not continuously designated in writing a qualified individual to work actively on or to directly oversee the Project. The expected cash contributions from the federal government, the State, the Local Government, or other parties are shown in Attachment C. The State will pay for only those Project costs that have been approved by the Texas Transportation Commission. For projects with federal funds, the State and the federal government will not reimburse the Local Government for any work performed before the federal spending authority is formally obligated to the Project by the Federal Highway Administration (FHWA). After federal funds have been obligated, the State will send to the Local Government a copy of the formal documentation showing the obligation of funds including federal award information. The Local Government is responsible for 100% of the cost of any work performed under its direction or control before the federal spending authority is formally obligated. Attachment C shows, by major cost categories, the cost estimates and the party responsible for performing the work for each category. These categories may include but are not limited to: (1) costs of real property; (2) costs of utility work; (3) costs of environmental assessment and remediation; (4) cost of preliminary engineering and design; (5) cost of construction and construction management; and (6) any other local project costs. The State will be responsible for securing the federal and State share of the funding required for the development and construction of the local Project. If the Local Government is due funds for expenses incurred, these funds will be reimbursed to the Local Government on a cost basis. The Local Government will be responsible for all non-federal or non-State participation costs associated with the Project, unless otherwise provided for in this Agreement or approved otherwise in an amendment to this Agreement. For items of work subject to specified percentage funding, the Local Government shall only in those instances be responsible for all Project costs that are greater than the maximum State and federal participation specified in Attachment C and for overruns in excess of the amount specified in Attachment C to be paid by the Local Government. The budget in Attachment C will clearly state all items subject to fixed price funding, specified percentage funding, and the periodic payment schedule, when periodic payments have been approved by the State. When the Local Government bears the responsibility for paying cost overruns, the Local Government shall make payment to the State within thirty (30) days from the receipt of the State’s written notification of additional funds being due. When fixed price funding is used, the Local Government is responsible for the fixed price amount specified in Attachment C. Fixed prices are not subject to adjustment TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 4 of 17 AFA LongGen Rev 07/17/2019 I. J. K. L. M. N. O. P. Q. unless (1) differing site conditions are encountered; (2) further definition of the Local Government’s requested scope of work identifies greatly differing costs from those estimated; (3) work requested by the Local Government is determined to be ineligible for federal participation; or (4) the adjustment is mutually agreed to by the State and the Local Government. Prior to the performance of any engineering review work by the State, the Local Government will pay to the State the amount specified in Attachment C. At a minimum, this amount shall equal the Local Government’s funding share for the estimated cost of preliminary engineering performed or reviewed by the State for the Project. At least sixty (60) days prior to the date set for receipt of the construction bids, the Local Government shall remit its remaining financial share for the State’s estimated construction oversight and construction cost. The State will not execute the contract for the construction of the Project until the required funding has been made available by the Local Government in accordance with this Agreement. Whenever funds are paid by the Local Government to the State under this Agreement, the Local Government shall remit a check or warrant made payable to the “Texas Department of Transportation” or may use the State’s Automated Clearing House (ACH) system for electronic transfer of funds in accordance with instructions provided by TxDOT’s Finance Division. The funds shall be deposited and managed by the State and may only be applied by the State to the Project. The State will not pay interest on any funds provided by the Local Government. If a waiver for the collection of indirect costs for a service project has been granted under 43 TAC §15.56, the State will not charge the Local Government for the indirect costs the State incurs on the Project, unless this Agreement is terminated at the request of the Local Government prior to completion of the Project. If the Local Government is an Economically Disadvantaged County (EDC) and if the State has approved adjustments to the standard financing arrangement, this Agreement reflects those adjustments. Where the Local Government is authorized to perform services under this Agreement and be reimbursed by the State, the Local Government is authorized to submit requests for reimbursement by submitting the original of an itemized invoice, in a form and containing all items required by the State, no more frequently than monthly and no later than ninety (90) days after costs are incurred. If the Local Government submits invoices more than ninety (90) days after the costs are incurred and if federal funding is reduced as a result, the State shall have no responsibility to reimburse the Local Government for those costs. Upon completion of the Project, the State will perform a final accounting of the Project costs for all items of work with specified percentage funding. Any funds due by the Local Government, the State, or the federal government for these work items will be promptly paid by the owing party. The state auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this Agreement or indirectly through a subcontract under this Agreement. Acceptance of funds directly under this Agreement or indirectly TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 5 of 17 AFA LongGen Rev 07/17/2019 through a subcontract under this Agreement acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. R. Payment under this Agreement beyond the end of the current fiscal biennium is subject to availability of appropriated funds. If funds are not appropriated, this Agreement shall be terminated immediately with no liability to either party. 5.Termination of This Agreement This Agreement shall remain in effect until the Project is completed and accepted by all parties, unless: A.The Agreement is terminated in writing with the mutual consent of the parties; B.The Agreement is terminated by one party because of a breach, in which case any C. D. E. costs incurred because of the breach shall be paid by the breaching party; The Local Government elects not to provide funding after the completion of preliminary engineering, specifications, and estimates (PS&E) and the Project does not proceed because of insufficient funds, in which case the Local Government agrees to reimburse the State for its reasonable actual costs incurred during the Project; or The Agreement is terminated by the State because the parties are not able to execute a mutually agreeable amendment when the costs for Local Government requested items increase significantly due to differing site conditions, determination that Local government requested work is ineligible for federal or state cost participation, or a more thorough definition of the Local Government’s proposed work scope identifies greatly differing costs from those estimated. The State will reimburse Local Government remaining funds to the Local Government within ninety (90) days of termination; or The Project is inactive for thirty-six (36) consecutive months or longer and no expenditures have been charged against federal funds, in which case the State may in its discretion terminate this Agreement. 6.Amendments Amendments to this Agreement due to changes in the character of the work, terms of the Agreement, or responsibilities of the parties relating to the Project may be enacted through a mutually agreed upon, written amendment. 7.Remedies This Agreement shall not be considered as specifying the exclusive remedy for any agreement default, but all remedies existing at law and in equity may be availed of by either party to this Agreement and shall be cumulative. 8.Utilities The party named in Article 1, Responsible Parties, under AGREEMENT shall be responsible for the adjustment, removal, or relocation of utility facilities in accordance with applicable state laws, regulations, rules, policies, and procedures, including any cost to the State of a delay TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 6 of 17 AFA LongGen Rev 07/17/2019 resulting from the Local Government’s failure to ensure that utility facilities are adjusted, removed, or relocated before the scheduled beginning of construction. The Local Government will not be reimbursed with federal or State funds for the cost of required utility work. The Local Government must obtain advance approval for any variance from established procedures. Before a construction contract is let, the Local Government shall provide, at the State’s request, a certification stating that the Local Government has completed the adjustment of all utilities that must be adjusted before construction is commenced. 9.Environmental Assessment and Mitigation Development of a transportation project must comply with the National Environmental Policy Act and the National Historic Preservation Act of 1966, which require environmental clearance of federal-aid projects. The party named in Article 1, Responsible Parties, under AGREEMENT is responsible for the following: A.The identification and assessment of any environmental problems associated with the B. C. D. development of a local project governed by this Agreement. The cost of any environmental problem’s mitigation and remediation. Providing any public meetings or public hearings required for the environmental assessment process. Public hearings will not be held prior to the approval of the Project schematic. The preparation of the NEPA documents required for the environmental clearance of this Project. If the Local Government is responsible for the environmental assessment and mitigation, before the advertisement for bids, the Local Government shall provide to the State written documentation from the appropriate regulatory agency or agencies that all environmental clearances have been obtained. 10.Compliance with Accessibility Standards All parties to this Agreement shall ensure that the plans for and the construction of all projects subject to this Agreement are in compliance with standards issued or approved by the Texas Department of Licensing and Regulation (TDLR) as meeting or consistent with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA). 11.Architectural and Engineering Services The party named in Article 1, Responsible Parties, under AGREEMENT has responsibility for the performance of architectural and engineering services. The engineering plans shall be developed in accordance with the applicable State’s Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and the special specifications and special provisions related to it. For projects on the State highway system, the design shall, at a minimum conform to applicable State manuals. For projects not on the State highway system, the design shall, at a minimum, conform to applicable American Association of State Highway and Transportation Officials (AASHTO) design standards. TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 7 of 17 AFA LongGen Rev 07/17/2019 In procuring professional services, the parties to this Agreement must comply with federal requirements cited in 23 CFR Part 172 if the Project is federally funded and with Texas Government Code 2254, Subchapter A, in all cases. Professional contracts for federally funded projects must conform to federal requirements, specifically including the provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and environmental matters. If the Local Government is the responsible party, the Local Government shall submit its procurement selection process for prior approval by the State. All professional services contracts must be reviewed and approved by the State prior to execution by the Local Government. 12.Construction Responsibilities The party named in Article 1, Responsible Parties, under AGREEMENT is responsible for the following: A.Advertise for construction bids, issue bid proposals, receive and tabulate the bids, and award and administer the contract for construction of the Project. Administration of the contract includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders that may become necessary subsequent to the award of the construction contract. In order B. C. D. E. F. G. to ensure federal funding eligibility, projects must be authorized by the State prior to advertising for construction. If the State is the responsible party, the State will use its approved contract letting and award procedures to let and award the construction contract. If the Local Government is the responsible party, the Local Government shall submit its contract letting and award procedures to the State for review and approval prior to letting. If the Local Government is the responsible party, the State must concur with the low bidder selection before the Local Government can enter into a contract with the vendor. If the Local Government is the responsible party, the State must review and approve change orders. Upon completion of the Project, the party responsible for constructing the Project will issue and sign a “Notification of Completion” acknowledging the Project’s construction completion and submit certification(s) sealed by a professional engineer(s) licensed in the State of Texas. For federally funded contracts, the parties to this Agreement will comply with federal construction requirements cited in 23 CFR Part 635 and with requirements cited in 23 CFR Part 633, and shall include the latest version of Form “FHWA-1273” in the contract bidding documents. If force account work will be performed, a finding of cost effectiveness shall be made in compliance with 23 CFR 635, Subpart B. 13.Project Maintenance The Local Government shall be responsible for maintenance of locally owned roads and locally owned facilities after completion of the work. The State shall be responsible for maintenance of the State highway system after completion of the work if the work was on the TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 8 of 17 AFA LongGen Rev 07/17/2019 State highway system, unless otherwise provided for in existing maintenance agreements with the Local Government. 14.Right of Way and Real Property The party named in Article 1, Responsible Parties, under AGREEMENT is responsible for the provision and acquisition of any needed right of way or real property. The Local Government shall be responsible for the following: A. Right of way and real property acquisition shall be the responsibility of the Local B. C. D. E. F. Government. Title to right of way and other related real property must be acceptable to the State before funds may be expended for the improvement of the right of way or real property. If the Local Government is the owner of any part of the Project site under this Agreement, the Local Government shall permit the State or its authorized representative access to occupy the site to perform all activities required to execute the work. All parties to this Agreement will comply with and assume the costs for compliance with all the requirements of Title II and Title III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Title 42 U.S.C.A. Section 4601 et seq., including those provisions relating to incidental expenses incurred by the property owners in conveying the real property to the Local Government and benefits applicable to the relocation of any displaced person as defined in 49 CFR Section 24.2(g). Documentation to support such compliance must be maintained and made available to the State and its representatives for review and inspection. The Local Government shall assume all costs and perform necessary requirements to provide any necessary evidence of title or right of use in the name of the Local Government to the real property required for development of the Project. The evidence of title or rights shall be acceptable to the State, and be free and clear of all encroachments. The Local Government shall secure and provide easements and any needed rights of entry over any other land needed to develop the Project according to the approved Project plans. The Local Government shall be responsible for securing any additional real property required for completion of the Project. In the event real property is donated to the Local Government after the date of the State’s authorization, the Local Government will provide all documentation to the State regarding fair market value of the acquired property. The State will review the Local Government’s appraisal, determine the fair market value and credit that amount towards the Local Government’s financial share. If donated property is to be used as a funding match, it may not be provided by the Local Government. The State will not reimburse the Local Government for any real property acquired before execution of this Agreement and the obligation of federal spending authority. The Local Government shall prepare real property maps, property descriptions, and other data as needed to properly describe the real property and submit them to the State for approval prior to the Local Government acquiring the real property. Tracings of the maps shall be retained by the Local Government for a permanent record. TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 9 of 17 AFA LongGen Rev 07/17/2019 G. H. I. The Local Government agrees to make a determination of property values for each real property parcel by methods acceptable to the State and to submit to the State a tabulation of the values so determined, signed by the appropriate Local Government representative. The tabulations shall list the parcel numbers, ownership, acreage and recommended compensation. Compensation shall be shown in the component parts of land acquired, itemization of improvements acquired, damages (if any) and the amounts by which the total compensation will be reduced if the owner retains improvements. This tabulation shall be accompanied by an explanation to support the determined values, together with a copy of information or reports used in calculating all determined values. Expenses incurred by the Local Government in performing this work may be eligible for reimbursement after the Local Government has received written authorization by the State to proceed with determination of real property values. The State will review the data submitted and may base its reimbursement for parcel acquisitions on these values. Reimbursement for real property costs will be made to the Local Government for real property purchased in an amount not to exceed eighty percent (80%) of the cost of the real property purchased in accordance with the terms and provisions of this Agreement. Reimbursement will be in an amount not to exceed eighty percent (80%) of the State’s predetermined value of each parcel, or the net cost of the parcel, whichever is less. In addition, reimbursement will be made to the Local Government for necessary payments to appraisers, expenses incurred in order to assure good title, and costs associated with the relocation of displaced persons and personal property as well as incidental expenses. If the Project requires the use of real property to which the Local Government will not hold title, a separate agreement between the owners of the real property and the Local Government must be executed prior to execution of this Agreement. The separate agreement must establish that the Project will be dedicated for public use for a period of not less than 10 (ten) years after completion. The separate agreement must define the responsibilities of the parties as to the use of the real property and operation and maintenance of the Project after completion. The separate agreement must be approved by the State prior to its execution. A copy of the executed agreement shall be provided to the State. 15.Insurance If this Agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work, the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. 16.Notices TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 10 of 17 AFA LongGen Rev 07/17/2019 All notices to either party shall be delivered personally or sent by certified or U.S. mail, postage prepaid, addressed to that party at the following address: Local Government: City of Corpus Christi ATTN: City Manager 1201 Leopard Street Corpus Christi, TX 78401 State: Texas Department of Transportation ATTN: Director of Contract Services 125 E. 11th Street Austin, TX 78701 All notices shall be deemed given on the date delivered in person or deposited in the mail, unless otherwise provided by this Agreement. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that notices shall be delivered personally or by certified U.S. mail, and that request shall be carried out by the other party. 17.Legal Construction If one or more of the provisions contained in this Agreement shall for any reason be held invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provisions and this Agreement shall be construed as if it did not contain the invalid, illegal, or unenforceable provision. 18.Responsibilities of the Parties The State and the Local Government agree that neither party is an agent, servant, or employee of the other party, and each party agrees it is responsible for its individual acts and deeds as well as the acts and deeds of its contractors, employees, representatives, and agents. 19.Ownership of Documents Upon completion or termination of this Agreement, all documents prepared by the State shall remain the property of the State. All data and information prepared under this Agreement shall be made available to the State without restriction or limitation on their further use. All documents produced or approved or otherwise created by the Local Government shall be transmitted to the State, in the format directed by the State, on a monthly basis or as required by the State. The originals shall remain the property of the Local Government. . 20.Compliance with Laws The parties to this Agreement shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of this Agreement. When required, the Local Government shall furnish the State with satisfactory proof of this compliance. TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 11 of 17 AFA LongGen Rev 07/17/2019 21.Sole Agreement This Agreement constitutes the sole and only agreement between the parties and supersedes any prior understandings or written or oral agreements respecting the Agreement’s subject matter. 22.Cost Principles In order to be reimbursed with federal funds, the parties shall comply with the cost principles established in 2 CFR 200 that specify that all reimbursed costs are allowable, reasonable, and allocable to the Project. 23.Procurement and Property Management Standards The parties to this Agreement shall adhere to the procurement and property management standards established in 2 CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, and to the Texas Uniform Grant Management Standards. The State must pre-approve the Local Government’s procurement procedures for purchases to be eligible for state or federal funds. 24.Inspection of Books and Records The parties to this Agreement shall maintain all books, documents, papers, accounting records, and other documentation relating to costs incurred under this Agreement and shall make such materials available to the State, the Local Government, and, if federally funded, the FHWA and the U.S. Office of the Inspector General or their duly authorized representatives for review and inspection at its office during the Agreement period and for seven (7) years from the date of final reimbursement by FHWA under this Agreement or until any impending litigation or claims are resolved. Additionally, the State, the Local Government, and the FHWA and their duly authorized representatives shall have access to all the governmental records that are directly applicable to this Agreement for the purpose of making audits, examinations, excerpts, and transcriptions. 25.Civil Rights Compliance The parties to this Agreement are responsible for the following: A.Compliance with Regulations: Both parties will comply with the Acts and the Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation (USDOT), the Federal Highway Administration (FHWA), as they may be amended from time to time, which are herein incorporated by reference and made part of this Agreement. B. Nondiscrimination: The Local Government, with regard to the work performed by it during the Agreement, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Local Government will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 12 of 17 AFA LongGen Rev 07/17/2019 C. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all D. E. solicitations either by competitive bidding or negotiation made by the Local Government for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier will be notified by the Local Government of the Local Government’s obligations under this Agreement and the Acts and Regulations relative to Nondiscrimination on the grounds of race, color, or national origin. Information and Reports: The Local Government will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations or directives. Where any information required of the Local Government is in the exclusive possession of another who fails or refuses to furnish this information, the Local Government will so certify to the State or the FHWA, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of the Local Government's noncompliance with the Nondiscrimination provisions of this Agreement, the State will impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: 1.withholding of payments to the Local Government under the Agreement until the Local Government complies and/or 2.cancelling, terminating, or suspending of the Agreement, in whole or in part. F. Incorporation of Provisions: The Local Government will include the provisions of paragraphs (A) through (F) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Local Government will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Local Government becomes involved in, or is threatened with, litigation with a subcontractor or supplier because of such direction, the Local Government may request the State to enter into such litigation to protect the interests of the State. In addition, the Local Government may request the United States to enter into such litigation to protect the interests of the United States. 26.Pertinent Non-Discrimination Authorities During the performance of this Agreement, each party, for itself, its assignees, and successors in interest agree to comply with the following nondiscrimination statutes and authorities; including but not limited to: A.Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (pro- hibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of federal or federal-aid programs and projects). TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 13 of 17 AFA LongGen Rev 07/17/2019 C. D. E. F. G. H. I. J. K. L. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended, (prohibits discrimination on the basis of sex). Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age). Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex). The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the federal-aid recipients, subrecipients and contractors, whether such programs or activities are federally funded or not). Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38. The Federal Aviation Administration’s Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex). Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, the parties must take reasonable steps to ensure that LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to 74100). Title IX of the Education Amendments of 1972, as amended, which prohibits the parties from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq.). 27.Disadvantaged Business Enterprise (DBE) Program Requirements If federal funds are used: A.The parties shall comply with the Disadvantaged Business Enterprise Program requirements established in 49 CFR Part 26. B. The Local Government shall adopt, in its totality, the State’s federally approved DBE program. C. The Local Government shall incorporate into its contracts with subproviders an appropriate DBE goal consistent with the State’s DBE guidelines and in consideration TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 14 of 17 AFA LongGen Rev 07/17/2019 D. E. F. of the local market, project size, and nature of the goods or services to be acquired. The Local Government shall submit its proposed scope of services and quantity estimates to the State to allow the State to establish a DBE goal for each Local Government contract with a subprovider. The Local Government shall be responsible for documenting its actions. The Local Government shall follow all other parts of the State’s DBE program referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the Adoption of the Texas Department of Transportation’s Federally-Approved Disadvantaged Business Enterprise by Entity, and attachments found at web address http://ftp.dot.state.tx.us/pub/txdot-info/bop/dbe/mou/mou_attachments.pdf. The Local Government shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any U.S. Department of Transportation (DOT)-assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Local Government shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-discrimination in award and administration of DOT-assisted contracts. The State’s DBE program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by reference in this Agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to the Local Government of its failure to carry out its approved program, the State may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). Each contract the Local Government signs with a contractor (and each subcontract the prime contractor signs with a sub-contractor) must include the following assurance: The contractor, sub-recipient, or sub-contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the recipient deems appropriate. 28.Debarment Certifications If federal funds are used, the parties are prohibited from making any award at any tier to any party that is debarred or suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549, “Debarment and Suspension.” By executing this Agreement, the Local Government certifies that it and its principals are not currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549 and further certifies that it will not do business with any party, to include principals, that is currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549. The parties to this Agreement shall require any party to a subcontract TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 15 of 17 AFA LongGen Rev 07/17/2019 or purchase order awarded under this Agreement to certify its eligibility to receive federal funds and, when requested by the State, to furnish a copy of the certification. If state funds are used, the parties are prohibited from making any award to any party that is debarred under the Texas Administrative Code, Title 34, Part 1, Chapter 20, Subchapter G, Rule §20.585 and the Texas Administrative Code, Title 43, Part 1, Chapter 9, Subchapter G. 29.Lobbying Certification If federal funds are used, in executing this Agreement, each signatory certifies to the best of that signatory’s knowledge and belief, that: A.No federal appropriated funds have been paid or will be paid by or on behalf of the B. C. parties to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with federal contracts, grants, loans, or cooperative agreements, the signatory for the Local Government shall complete and submit the Federal Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. The parties shall require that the language of this certification shall be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and all sub-recipients shall certify and disclose accordingly. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Title 31 U.S.C. §1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 30.Federal Funding Accountability and Transparency Act Requirements If federal funds are used, the following requirements apply: A.Any recipient of funds under this Agreement agrees to comply with the Federal Funding Accountability and Transparency Act (FFATA) and implementing regulations at 2 CFR Part 170, including Appendix A. This Agreement is subject to the following award terms: http://www.gpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22705.pdf and http://www.gpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22706.pdf. B. The Local Government agrees that it shall: 1.Obtain and provide to the State a System for Award Management (SAM) number (Federal Acquisition Regulation, Part 4, Sub-part 4.11) if this award provides more TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 16 of 17 AFA LongGen Rev 07/17/2019 than $25,000 in federal funding. The SAM number may be obtained by visiting the SAM website whose address is: https://www.sam.gov/portal/public/SAM/ 2.Obtain and provide to the State a Data Universal Numbering System (DUNS) number, a unique nine-character number that allows federal government to track the distribution of federal money. The DUNS may be requested free of charge for all businesses and entities required to do so by visiting the Dun & Bradstreet (D&B) on-line registration website http://fedgov.dnb.com/webform; and 3.Report the total compensation and names of its top five executives to the State if: i.More than 80% of annual gross revenues are from the federal government, and those revenues are greater than $25,000,000; and ii.The compensation information is not already available through reporting to the U.S. Securities and Exchange Commission. 31.Single Audit Report If federal funds are used: A.The parties shall comply with the single audit report requirements stipulated in 2 CFR B. C. 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. If threshold expenditures of $750,000 or more are met during the fiscal year, the Local Government must submit a Single Audit Report and Management Letter (if applicable) to TxDOT's Compliance Division, 125 East 11th Street, Austin, TX 78701 or contact TxDOT’s Compliance Division by email at singleaudits@txdot.gov. If expenditures are less than the threshold during the Local Government's fiscal year, the Local Government must submit a statement to TxDOT's Compliance Division as follows: "We did not meet the $______ expenditure threshold and therefore, are not required to have a single audit performed for FY ______." D. For each year the Project remains open for federal funding expenditures, the Local Government will be responsible for filing a report or statement as described above. The required annual filing shall extend throughout the life of the Agreement, unless otherwise amended or the Project has been formally closed out and no charges have been incurred within the current fiscal year. 32.Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this Agreement on behalf of the entity represented. TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 2 of 17 AFA LongGen Rev 07/17/2019 Each party is signing this Agreement on the date stated under that party’s signature. THE STATE OF TEXAS THE LOCAL GOVERNMENT Signature Signature Kenneth Stewart Typed or Printed Name Typed or Printed Name Director of Contract Services Typed or Printed Title Typed or Printed Title Date Date TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 1 of 1 AFA LongGen Attachment A ATTACHMENT A RESOLUTION, ORDINACE, OR COMMISSIONERS COURT ORDER TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 1 of 1 AFA LongGen Attachment B ATTACHMENT B LOCATION MAP SHOWING PROJECT TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 2 of 1 AFA LongGen Attachment B ATTACHMENT B LOCATION MAP SHOWING PROJECT TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 3 of 1 AFA LongGen Attachment B ATTACHMENT B LOCATION MAP SHOWING PROJECT TxDOT:: Federal Highway Administration: CSJ # 0916-35-222, 0916-35-223, 0916- 35-224 CFDA No. 20.205 District # CRP 16 CFDA Title Highway Planning and Construction Code Chart 64 # 09800 Project Name Signal Improvments @ various locations in Corpus Christi AFA Not Used For Research & Development Page 1 of 1 AFA LongGen Attachment C ATTACHMENT C PROJECT BUDGET Costs will be allocated based on applicable Federal funding until it reaches the maximum obligated amount. The Local Government is responsible for 100% of the engineering costs, direct state costs, and any overruns. Description Total Estimated Cost Federal Participation State Participation Local Participation Cost Cost Cost Engineering (by Local) $75,000 $0 $0 $75,000 Construction (by State) CSJ: 0916-35-222 $275,530 $275,530 $0 $0 Construction (by State) CSJ: 0916-35-223 $0 $0 $0 $0 $157,109 $157,109 $0 $0 Construction (by State) CSJ: 0916-35-224 $364,619 $364,619 $0 $0 Subtotal $872,258 $797,258 $0 $75,000 Environmental Direct State Costs $9,600 $0 $0 $9,600 Right of Way Direct State Costs $9,600 $0 $0 $9,600 Engineering Direct State Costs $19,200 $0 $0 $19,200 Utility Direct State Costs $9,600 $0 $0 $9,600 Construction Direct State Costs $72,000 $0 $0 $72,000 Indirect State Costs $48,426 $0 $48,426 $0 TOTAL $1,040,684 $797,258 $48,426 $195,000 Initial payment by the Local Government to the State: $48,000 Payment by the Local Government to the State before construction: $72,000 Total payment by the Local Government to the State: $120,000 AGENDA MEMORANDUM Action Item for the City Council Meeting of January 12, 2021 DATE: December 21, 2020 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services jeffreye@cctexas.com (361) 826-3851 Richard Martinez, Director of Public Works richardm5@cctexas.com (361) 826-3419 Heather Hurlbert, Finance & Business Analysis Heatherh3@cctexas.com (361) 826-3227 CAPTION: Motion awarding a Master Services Agreement for Traffic Improvement Projects to include traffic signalization and synchronization to Freese and Nichols, Corpus Christi, TX, for an initial amount up to $250,000.00 per year and one renewal option to be administratively authorized for a total amount not to exceed $500,000.00, with projects located Citywide, and funding available through the 2018 Bond Program Fund. SUMMARY: This motion approves a Master Services Agreement (MSA) for the Traffic Improvements Projects located Citywide. These projects will provide the City with specialized expertise on traffic analysis and surveys, minor roadway improvements for enhanced traffic movements, traffic signalization and synchronization, traffic control plans, and other issues related to traffic and street configurations. BACKGROUND AND FINDINGS: Currently, Engineering Services does not have an MSA for projects related to traffic improvements. This MSA will provide the City with specialized expertise on traffic analysis, surveys, minor roadway improvements for enhanced traffic movements, traffic signalization and synchronization, traffic control plans, and other issues related to traffic and street configurations. The Consultant shall assist the City in a wide range of issues including, but not limited to, site investigations, analysis with recommendations for developing project scopes, cost estimating, design and constructability peer review, cost and schedule controls, design management, and Master Services Agreement Traffic Improvement Projects other support services as required by the City. The Consultant should demonstrate experience with traffic analysis, traffic surveys, signalization, right-of-way assessments of street and intersection configurations with recommendations for minor traffic improvements (striping, signage, minor pavement improvements, etc.), development of traffic control plans, traffic counts, turning movement analysis, etc. The MSA contract is for a base year plus one-year renewal option. Individual task orders will be issued for project specific traffic improvement services not to exceed the amount of $250,000. Task orders will be administratively executed. PROJECT TIMELINE: J F M A M J J A S O N D J F M A M J J A S O N D 2021 2022 Services Project schedule reflects City Council award of services in January 2021 with anticipated completion in December 2022. COMPETITIVE SOLICITATION PROCESS Freese and Nichols, Inc. was selected for the Traffic project in March 2020 under RFQ 2667. Traffic Improvement Projects was one of eight Professional Engineering Services projects announced under the Engineering Services Department Category of the RFQ. Seven firms submitted for the Traffic Improvement projects. Freese and Nichols Inc., was the highest ranked firm. The selection committee consisted of representatives from Engineering Services. Firms were ranked based on five factors: 1) firm’s experience and qualifications of firm; 2) experience and qualifications of the project manager and key staff; 3) project approach and management plan; 4) respondent capacity; and 5) respondent past performance. Freese & Nichols, Inc. has more than 20 years working with the City of Corpus Christi for the following projects: traffic improvement projects, development planning, TXDOT Highway safety improvement projects, Feasibility Studies, Traffic Engineering Augmentation Staff, Ayers Street from Alameda to Ocean, Southside & London Planning District, Downtown Road and Streetscape Improvements, and Downtown Traffic Signal and Area Improvements. ALTERNATIVES: Not awarding this MSA will result in delays and increased cost for both design and construction. An alternative to awarding the contract is to amend each project traffic improvement service and delaying construction of the project. FISCAL IMPACT: The fiscal impact in FY 2021 is an amount of $250,000.00 with funding available from the 2018 Bond Program Fund. Specific funding details will be determined as work requested by Task Order. FUNDING DETAIL: Funding will be allocated from appropriate fund sources as the various projects are identified. Bond Program funding will be used for these services, and the City will be required to pay only if services are used. RECOMMENDATION: Staff recommends award of this MSA to Freese and Nichols Inc., in the amount not to exceed $250,000 for the base contract amount and an administratively authorized renewal option amount not to exceed $250,000 for a total contract amount not to exceed $500,000. The services are planned to start in January 2021 with completion in December 2022. LIST OF SUPPORTING DOCUMENTS: Contract 37 37 181 77 N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES TRAFFIC IMPROVEMENTS PROJECTS LOCATION MAP NOT TO SCALE CITYWIDE PROJECT N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES VICINITY MAP NOT TO SCALE CITYWIDE PROJECT TRAFFIC IMPROVEMENTS PROJECTS Page 1 Rev. 20-5 SERVICE AGREEMENT NO. 3039 Project No. 20M0001 – Traffic Improvement Projects MASTER SERVICE AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is between the City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or designee and Freese and Nichols, Inc., 800 North Shoreline Boulevard, Suite 1600N Corpus Christi, Texas 78401 (Consultant). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I PROJECT TASK ORDER ..................................................................................... 2 ARTICLE II COMPENSATION ................................................................................................. 3 ARTICLE III QUALITY CONTROL PLAN .................................................................................. 4 ARTICLE IV INSURANCE REQUIREMENTS ........................................................................... 4 ARTICLE V INDEMNIFICATION .............................................................................................. 4 ARTICLE VI TERM; RENEWALS; TIMES FOR RENDERING SERVICE ................................. 5 ARTICLE VII TERMINATION OF AGREEMENT ....................................................................... 5 ARTICLE VIII RIGHT OF REVIEW AND AUDIT ......................................................................... 6 ARTICLE IX OWNER REMEDIES ............................................................................................ 6 ARTICLE X CONSULTANT REMEDIES .................................................................................. 7 ARTICLE XI CLAIMS AND DISPUTE RESOLUTION ............................................................... 7 ARTICLE XII MISCELLANEOUS PROVISIONS ........................................................................ 9 EXHIBITS DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 2 Rev. 20-5 ARTICLE I – PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Consultant agree will be performed under the terms and conditions of this Agreement. Each task Consultant performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Consultant. The general scope for these Task Orders is outlined in Exhibit A. More specific scopes of work will be issued for pricing when a task order is needed. Task Orders shall become a supplemental agreement to this Agreement. 1.2 The Consultant shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence in accordance with the standard of care defined in Article XII of this Agreement. Consultant will perform the Services in accordance with the approved Scope of Services and with Consultant’s response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.3 Under this Agreement, Consultant will provide services on a Task Order basis for a range of services related to assisting Engineering Services with professional engineering, architecture and construction services related to execution of Capital Improvements Programs. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 Consultant shall follow City Codes and Standards effective at the time of the execution of individual Task Orders. At review milestones, the Consultant and City will review the progress of the plans to ensure that City Codes and Standards are followed unless specifically and explicitly excluded from doing so in the approved Task Order. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.5 Consultant must perform tasks and submit deliverables as detailed in each approved Task Order. 1.6 Consultant must provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Consultant must provide City with a list of all subconsultants that includes the services performed by the subconsultant and the percentage of work performed by the subconsultant. Changes in Consultant’s team that provides services under this Agreement must be agreed to by the City in writing. 1.7 Consultant must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are issued the fully executed Task Order to proceed. 1.8 For design services, Consultant agrees to render the professional services necessary for the advancement of the Project through Final Completion of the Construction Contract. Consultant acknowledges and accepts its responsibilities, as defined and described in the City’s General Conditions for Construction Contracts, an excerpt of which is attached as an exhibit to this Agreement. 1.9 For projects that require subsurface utility investigation: 1.9.1 The Consultant agrees to prepare and submit to the City a signed and sealed report identifying all utilities within the project area at the Quality Level specified in the Task Order. It is assumed that all utilities will be identified using Quality Level A exploratory excavation unless stated otherwise. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 3 Rev. 20-5 1.9.2 Utilities that should be identified include, but are not limited to, City-owned utilities, local franchises, electric companies, communication companies, private pipeline companies and 3rd party owners/operators. 1.10 For project with potential utility conflicts: 1.10.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts. 1.10.2 The Consultant agrees to prepare and submit a monthly Utility Coordination Matrix to the City. ARTICLE II – COMPENSATION 2.1 The Compensation for all services included in this Agreement by Task Orders shall not exceed $250,000.00. 2.2 The Consultant’s fee for each Task Order will be on a lump sum or time and materials (T&M) basis with a negotiated not-to-exceed amount. The fees will not exceed those identified and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Consultant shall price Task Orders in accordance with Exhibit B, Rate Schedule, subject to approval by the City. 2.4 Monthly invoices will be submitted in accordance with the Payment Request as shown in Exhibit C. Each invoice will include the Consultant’s estimate of the proportion of the contracted services completed at the time of billing. For work performed on a T&M Basis, the invoice shall include documentation that shows who worked on the Project, the number of hours that each individual worked, the applicable rates from the Rate Schedule and any reimbursable expenses associated with the work. City will make prompt monthly payments in response to Consultant’s monthly invoices in compliance with the Texas Prompt Payment Act. 2.5.1 Principals may only bill at the hourly rate of Principals when acting in that capacity. Principals acting in the capacity of staff must bill at staff rates. The Consultant shall provide documentation with each payment request that clearly indicates how that individual’s time is allocated and the justification for that allocation. 2.5 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.6 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. 2.7 Any fee payable under this Agreement is subject to the availability of funds. The Consultant may be directed to suspend work pending receipt and appropriation of funds. The right to suspend work under this provision does not relieve the City of its obligation to make payments in accordance with section 2.5 above for services provided up to the date of suspension. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 4 Rev. 20-5 ARTICLE III – QUALITY CONTROL PLAN 3.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews (QCP Review). The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 3.2 The Consultant will perform QCP Reviews at intervals during the project to ensure deliverables satisfy applicable industry quality standards and meet the requirements of the project scope. Based on the findings of the QCP Review, the Consultant must reconcile the project scope and Opinion of Probable Cost (OPC) as needed. 3.3 Documents that do not meet City standards in effect at the time of the execution of a related Task Order may be rejected. If documents are found not to be in compliance with this Agreement, Consultant will not be compensated for having to resubmit documents. ARTICLE IV – INSURANCE REQUIREMENTS 4.1 Consultant must not commence work under this Agreement until all required insurance has been obtained, and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 4.2 Insurance Requirements are shown in EXHIBIT D. ARTICLE V - INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, excluding the engineer or architect or that person’s agent, employee or subconsultant, over which the City exercises control (“Indemnitee”) from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City’s reasonable attorney’s fees in proportion to the Consultant’s liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant’s activities under this Agreement. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 5 Rev. 20-5 ARTICLE VI – TERM; RENEWALS; TIMES FOR RENDERING SERVICE 6.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 6.2 This Agreement shall be applicable to Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 6.3 The term of this Agreement shall be for a period of ONE year beginning on the Effective Date, unless extended by authority of the City Manager or designee. The Agreement has ONE renewal year. 6.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Consultant will perform services and provide deliverables within a reasonable time. ARTICLE VII - TERMINATION OF AGREEMENT 7.1 By Consultant: 7.1.1 The City reserves the right to suspend this Agreement at the end of any phase for the convenience of the City by issuing a written and signed Notice of Suspension. The Consultant may terminate this Agreement for convenience in the event such suspension extends for a period beyond 120 calendar days by delivering a Notice of Termination to the City. 7.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 7.2 By City: 7.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 7.2.2 The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. If the Consultant again fails to perform under this agreement, the City may terminate the agreement for cause upon seven days written notice to the Consultant with no additional cure period. If the City terminates for cause, the City may reject any and all proposals submitted by Consultant for up to two years. 7.3 Termination Procedure 7.3.1 Upon receipt of a Notice of Termination and prior to the effective date of termination, unless the notice otherwise directs or Consultant takes action to cure a failure to perform under the cure period, Consultant shall immediately begin the phase-out and discontinuance of all services in connection with the performance of this Agreement. Within 30 calendar days after receipt of the Notice of Termination, unless Consultant has successfully cured a failure to perform, Consultant shall submit a statement showing in detail the services performed under this Agreement prior to the effective date of termination. City retains the option to grant an extension to the time period for submittal of such statement. 7.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. Consultant shall mark partially completed work as “Draft” and does not guarantee the accuracy or reliability of partially completed work submitted in accordance with this Article. 7.3.3 Upon receipt of documents described in the Termination Procedure and absent any reason why City may be compelled to withhold fees, Consultant will be compensated for its services based upon a DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 6 Rev. 20-5 Time & Materials calculation or Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. There will be no compensation for anticipated profits on services not completed. 7.3.4 Consultant acknowledges that City is a public entity and has a duty to document the expenditure of public funds. The failure of Consultant to comply with the submittal of the statement and documents, as required above, shall constitute a waiver by Consultant of any and all rights or claims to payment for services performed under this Agreement. ARTICLE VIII – RIGHT OF REVIEW AND AUDIT 8.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City’s election, all of Consultant’s records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 8.2 “Consultant’s records” include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements, sources of information and matters that may, in City’s judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 8.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant’s records only during City’s regular business hours. Upon reasonable prior notice, Consultant agrees to allow City’s designee access to all of Consultant’s records, Consultant’s facilities and Consultant’s current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 8.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE IX – OWNER REMEDIES 9.1 The City and Consultant agree that in the event the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. This includes but is not limited to: 9.1.1 Failure of the Consultant to make adequate progress and endanger timely and successful completion of the Project, which includes failure of subconsultants to meet contractual obligations; 9.1.2 Failure of the Consultant to design in compliance with the laws of the City, State and/or federal governments, such that subsequent compliance costs exceed expenditures that would have been involved had services been properly executed by the Consultant. 9.1.3 Losses are incurred because of defects, errors and omissions in the design, working drawings, specifications or other documents prepared by the Consultant to the extent that the financial losses are greater than the City would have originally paid had there not been defects, errors and omissions in the DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 7 Rev. 20-5 documents. 9.2 The City may assert a claim against the Consultant’s professional liability insurance as appropriate when other remedies are not available or offered for design deficiencies discovered during and after Project construction. 9.3 When the City incurs non-value added work costs for change orders due to design errors or omissions, the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant’s expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant’s response. 9.4 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant’s sole cost if, in the City’s judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant’s errors or omissions. 9.5 The City may withhold or nullify the whole or part of any payment as detailed in Article II. ARTICLE X – CONSULTANT REMEDIES 10.1 If Consultant is delayed due to uncontrollable circumstances, such as strikes, riots, acts of God, national emergency, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant’s and City’s reasonable control, an extension of the Project schedule in an amount equal to the time lost due to such delay shall be Consultant’s sole and exclusive remedy. The revised schedule should be approved in writing with a documented reason for granting the extension. 10.2 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XI – CLAIMS AND DISPUTE RESOLUTION 11.1 Filing of Claims 11.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within 21 calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 11.1.2 Every Claim of Consultant, whether for additional compensation, additional time or other relief, shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 11.1.3 The responsibility to substantiate a claim rests with the party making the Claim. 11.1.4 Within 30 calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have 30 calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or (iii) request Alternative Dispute Resolution. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 8 Rev. 20-5 11.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall proceed diligently with performance of the Agreement and City shall continue to make payments in accordance with this Agreement. 11.2 Alternative Dispute Resolution 11.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 11.2.2 Before invoking mediation, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of mediation. If the parties’ senior management representatives cannot resolve the dispute within 30 calendar days after a Party delivers a written notice of such dispute, then the Parties shall proceed with the mediation process contained herein. 11.2.3 Mediation 11.2.3.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement, the Party alleging such breach shall, as a condition precedent to filing any lawsuit, request mediation of the dispute. 11.2.3.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than 30 or more than 90 calendar days following the date of the request, except upon agreement of both parties. 11.2.3.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within 30 calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. 11.2.3.4 The parties shall share the mediator’s fee. Venue for any mediation or lawsuit arising under this Agreement shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 11.3 In case of litigation between the parties, Consultant and City agree that neither party shall be responsible for payment of attorney’s fees pursuant to any law or other provision for payment of attorneys’ fees. Both Parties expressly waive any claim to attorney’s fees should litigation result from any dispute in this Agreement. 11.4 In case of litigation between the parties, Consultant and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 11.5 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City’s governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 9 Rev. 20-5 ARTICLE XII – MISCELLANEOUS PROVISIONS 12.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Agreement to any other person and/or party without the prior written consent of the other party, except for routine duties delegated to personnel of the Consultant staff. This includes subcontracts entered into for services under this Agreement. If the Consultant is a partnership or joint venture, then in the event of the termination of the partnership or joint venture, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 12.2 Ownership of Documents. Consultant agrees that upon payment, City shall exclusively own any and all information in whatsoever form and character produced and/or maintained in accordance with, pursuant to or as a result of this Agreement, including contract documents (plans and specifications), drawings and submittal data. Consultant may make a copy for its files. Any reuse, without specific written verification or adaptation by Consultant, shall be a City’s sole risk and without liability or legal exposure to Consultant. The City agrees that any modification of the plans will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. 12.3 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 12.4 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 12.5 Independent Contractor. The relationship between the City and Consultant under this Agreement shall be that of independent contractor. City may explain to Consultant the City’s goals and objectives in regard to the services to be performed by Consultant, but the City shall not direct Consultant on how or in what manner these goals and objectives are to be met. 12.6 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. 12.7 No Third Party Beneficiaries. Nothing in this Agreement can be construed to create rights in any entity other than the City and Consultant. Neither the City nor Consultant intends to create third party beneficiaries by entering into this Agreement. 12.8 Disclosure of Interest. Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 12.9 Certificate of Interested Parties. Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Page 10 Rev. 20-5 12.10 Conflict of Interest. Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary’s Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index 12.11 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 12.12 Public Information. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Consultant agrees that the contract can be terminated if the Consultant knowingly or intentionally fails to comply with a requirement of that subchapter. 12.13 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 12.14 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 12.15 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in any documents prepared by Consultant and included herein is in conflict with Articles I - XII of this Agreement (Articles) and/or an approved Task Order, the Articles and/or the Task Order shall take precedence and control to resolve said conflict. 12.16 Title VI Assurance. The Consultant shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. CITY OF CORPUS CHRISTI FREESE AND NICHOLS, INC. ________________________________ ________________________________ Michael Rodriguez (Date) Ron Guzman, PE (Date) Chief of Staff Principal/Vice President 800 N. Shoreline Boulevard, Suite 1600N Corpus Christi, TX 78401 (361) 561-6520 Office rg@freese.com APPROVED AS TO LEGAL FORM ________________________________ Assistant City Attorney (Date) for City Attorney ATTEST _______________________________ Rebecca Huerta, City Secretary DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D 12/14/2020 Master Services Agreement EXHIBIT A SCOPE OF SERVICES This project provides the City with specialized expertise with traffic analysis and surveys, minor roadway improvements for enhanced traffic movements, traffic signalization and synchronization, traffic control plans and other issues related to traffic and street configurations. The Consultant shall assist the City in a wide range of issues including, but not limited to, site investigations, analysis with recommendations for developing project scopes, cost estimating, design and constructability peer review, cost and schedule controls, design management, and other support services as required by the City. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D ATTACHMENT CO Hourly Rate Professional - 1 107 Professional - 2 130 Professional - 3 146 Professional - 4 169 Professional - 5 197 Professional - 6 225 Construction Manager - 1 85 Construction Manager - 2 111 Construction Manager - 3 131 Construction Manager - 4 164 CAD Technician/Designer - 1 91 CAD Technician/Designer - 2 117 CAD Technician/Designer - 3 145 Corporate Project Support - 1 87 Corporate Project Support - 2 105 Corporate Project Support - 3 139 Intern/ Coop 53 Senior Advisor 175 Rates for In-House Services and Equipment Mileage Bulk Printing and Reproduction Standard IRS Rates B&W Color Small Format (per copy)$0.10 $0.25 Technology Charge Large Format (per sq. ft.) $0.00 per hour Bond $0.25 $0.75 Glossy / Mylar $0.75 $1.25 Vinyl / Adhesive $1.50 $2.00 Mounting (per sq. ft.)$2.00 Binding (per binding)$0.25 OTHER DIRECT EXPENSES: Rates will be effective through end of 2021 1022015 Position Other direct expenses are reimbursed at actual cost times a multiplier of 1.05. They include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from the FNI office. For other miscellaneous expenses directly related to the work, including costs of laboratory analysis, test, and other work required to be done by independent persons other than staff members, these services will be billed at a cost times a multipler of 1.05. For Resident Representative services performed by non-FNI employees and CAD services performed In- house by non-FNI employees where FNI provides workspace and equipment to perform such services, these services will be billed at cost times a multiplier of 2.0. This markup approximates the cost to FNI if an FNI employee was performing the same or similar services. COMPENSATION Compensation to FNI for Basic Services in Attachment SC shall be computed on the basis of the following Schedule of Charges. If FNI sees the Scope of Services changing so that Additional Services are needed, including but not limited to those services described as Additional Services in Attachment SC, FNI will notify OWNER for OWNER's approval before proceeding. Additional Services shall be computed based on the following Schedule of Charges. EXHIBIT B Page 1 of 1 DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D Sample form for: Payment Request AE Contract Revised 02/01/17 COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services:Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O & M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE. FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M).Exhibit CPage 1 of 1DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D 1 Rev 01/20 EXHIBIT D Insurance Requirements 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability including: 1.Commercial Broad Form 2.Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate AUTO LIABILITY (including) 1. Owned 2.Hired and Non-Owned 3. Rented/Leased $500,000 Combined Single Limit PROFESSIONAL LIABILITY (Errors and Omissions) $1,000,000 Per Claim If claims made policy, retro date must DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D 2 Rev 01/20 be prior to inception of agreement, have 3-year reporting period provisions and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, with the exception of professional liability, which may be on a per claims made 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. Consultant is required to provide City with renewal Certificates. 1.5 Consultant is required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 List the City and its officers, officials, employees and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City with the exception of the professional liability/Errors & Omissions policy; 1.6.2 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; 1.6.3 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D 3 Rev 01/20 applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1.8 In addition to any other remedies the City may have upon Consultant'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 Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor’s performance of the work covered under this agreement. 1.10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D 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. FIRM IS: 1. Corporation 2.Partnership 3.Sole Owner4.Association 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 “ownershipinterest” 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 “ownershipinterest” 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 Christiwho worked on any matter related to the subject of this contract and has an “ownershipinterest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: STATE: ZIP: Freese and Nichols, Inc. 800 N. Shoreline Boulevard, Suite 1600N Corpus Christi TX 78401 x N/A N/A N/A N/A N/A N/A N/A N/A DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D 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) Title: 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. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. “Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. “Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Ron Guzman Vice President/Principal December 3, 2020 DocuSign Envelope ID: CB729DA3-6929-4921-ABC0-A5C8B76D399D AGENDA MEMORANDUM Action Item for the City Council Meeting of January 12, 2021 DATE: December 21, 2020 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services jeffreye@cctexas.com (361) 826-3851 Heather Hurlbert, Directory of Finance & Business Analysis Heatherh3@cctexas.com (361) 826-3227 CAPTION: Motion awarding a Master Services Agreement for Geotechnical Testing and Construction Materials Testing to Professional Service Industries, Inc., Rock Engineering and Testing Laboratory, Inc., Terracon Consultants, Inc., and Arias & Associates Inc, all from Corpus Christi, Texas, in an amount up to $750,000.00 each, with a one-year renewal option to be administratively authorized for a total amount not to exceed $1,500,000.00 each, with projects located Citywide, and FY 2021 funding available from the Utility Capital Program and Bond Program. SUMMARY: This motion approves a Master Services Agreement (MSA) to perform as-needed Geotechnical Testing and Construction Materials Testing. The MSAs will address geotechnical engineering and construction materials testing needs for street, utility, airport, marina, facilities, and other projects. BACKGROUND AND FINDINGS: Currently, Engineering Services has two MSA’s with Professional Service Industries, Inc., and Rock Engineering and Testing Laboratory, Inc., to provide geotechnical engineering and construction materials testing services to the City. These contracts expire on July 30, 2021, but these contracts have reached capacity on the contract limits and new contracts are required for planned improvements for streets, utilities, airport, parks and recreation, fire and police, and other City assets. This item is for new MSAs for professional services with four geotechnical engineering firms needed for continuing Capital Improvement Program and Bond initiatives. The following is a Master Services Agreement Geotechnical Testing and Construction Materials Testing summary of the respective services:  Geotechnical investigations determine the geologic, seismologic, and soil conditions that affect the safety, cost effectiveness, design, and execution of proposed engineering projects. The investigations and analysis are critical to minimize the required foundations and structural requirements and to avoid costly construction changes, post -construction remedial work, and even failure of structure.  Construction material testing verifies the material characteristics and strengths for soils, admixtures, lime stabilization, aggregates, geotextiles, select fill, paving materials (concrete and asphalt), rebar and other materials incorporated into the various street and utility projects. Material testing is critical to avoid premature failures of the utilities, roadways, building foundations, etc. The proposed MSAs are each for a one-year term with a one-year renewal option to be administratively authorized. The four firms will support the approved Capital Improvement Program, Bond, and Operations & Maintenance projects. Individual task orders will be negotiated and approved administratively to meet the project requirements. The projected fees were based on approximately 1% of the projected construction budgets for planned CIP, Bond, and operational projects during the contract performance period. Actual fees will be based on established contract rates and scope. COMPETITIVE SOLICITATION PROCESS Professional Service Industries, Inc., Rock Engineering and Testing Laboratory, Inc., Terracon Consultants, Inc., and Arias & Associates Inc were selected for this service in November 2020 under RFQ 3178. Geotechnical Testing and Construction Materials Testing was the only project announced under the RFQ. Nine firms submitted for the Geotechnical Testing and Construction Materials Testing project and the top four were selected and contract rates were negotiated for these on-call services. Professional Service Industries, Inc., Rock Engineering and Testing Laboratory, Inc., Terracon Consultants, Inc., and Arias & Associates Inc were the four highest ranked firms. The selection committee consisted of representatives from Engineering Services. Firms were ranked based on three factors: 1) firm’s experience, 2) team experience, and 3) understanding of project scope. Professional Services Industries, Inc., has the current Geotechnical Testing and Construction Materials Testing contract and provided geotechnical and construction materials testing for many City projects. Some of the projects are 2017 and 2018 Residential Street Rebuild Program, Slough Road Reconstruction, Laguna Shores Road, Holly Road, LJ Elliot Landfill Site Improvements, Bill Witt Park Parking Lot. Rock Engineering and Testing Laboratory, Inc., has the current Geotechnical Testing and Construction Materials Testing contract and provided geotechnical and construction materials testing for many City projects. Some of the projects are South Staples Street Reconstruction, Street Preventative Maintenance Program, Lipes Boulevard, Padre Island Water and Gas Pipeline Extension Phase 3, Water Street Traffic Signal Improvements, Oso Wastewater Treatment Plant Improvements. Terracon Consultants, Inc., has provided geotechnical and construction materials testing for many City projects and elsewhere in the Coastal Bend. Some of the projects are City Hall Lipan ADA Ramp Replacement, Rincon Road Cutoff Road Improvements, Port of Corpus Christi Ship Channel Dredging and Widening, Frost Bank Building, Magellan Corpus Christi Waterfront Development, Nueces County Texas Parks & Wildlife. Arias & Associates Inc has not worked with the City but has provided geotechnical and construction materials testing for various projects located in Corpus Christi. Some of the projects are TxDOT IH-37, Port of Corpus Christi Good Hope access Road, Port of Corpus Christ Nueces River Rail Yard, Phase 2, Corpus Christi International Airport East GA Apron Reconstruction, Windsor Park Elementary School, Port of Corpus Christ Oil Dock Construction. ALTERNATIVES: Not awarding this MSA will result in delays and increased cost for both design and construction. An alternative to awarding the contract is to amend each project to include geotechnical and construction materials testing services which may cause delays to the construction of the project. FISCAL IMPACT: The fiscal impact for the FY 2021 is an amount of $750,000.00 each for a one-year term to be funded through the FY2021 Utility Capital Program and Bond Program Funds. FUNDING DETAIL: Funding will be available as projects are identified. RECOMMENDATION: Staff recommends approval of this motion to award this MSA to Professional Service Industries, Inc., Rock Engineering and Testing Laboratory, Inc., Terracon Consultants, Inc., and Arias & Associates Inc, in the amount of $750,000 each for a one-year contract and one renewal option to be administratively authorized for a total contract amount not to exceed $1,500,000. The services are planned to start in December 2020 with completion in December 2021. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Contracts 37 37 181 77 N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES GEOTECHNICAL TESTING AND CONSTRUCTION MATERIALS TESTING LOCATION MAP NOT TO SCALE CITYWIDE PROJECT N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES VICINITY MAP NOT TO SCALE CITYWIDE PROJECT GEOTECHNICAL TESTING AND CONSTRUCTION MATERIALS TESTING Page 1 Rev 20-6 SERVICE AGREEMENT NO. 3390 CITY OF CORPUS CHRISTI MASTER SERVICES AGREEMENT FOR GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING This Agreement is between the City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or designee and Arias & Associates Inc, an Texas Corporation, 142 Chula Vista Dr. San Antonio, Texas 78232(“Lab”). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I – PROJECT TASK ORDER ................................................................................................ 2 ARTICLE II – COMPENSATION ........................................................................................................... 2 ARTICLE III – INSURANCE REQUIREMENTS .................................................................................... 3 ARTICLE IV - INDEMNIFICATION ....................................................................................................... 3 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE ........................................... 4 ARTICLE VI - TERMINATION OF AGREEMENT ................................................................................. 4 ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT .......................................... 4 ARTICLE VIII – MISCELLANEOUS PROVISIONS ............................................................................... 5 EXHIBIT A TERMS AND CONDITIONS EXHIBIT B SCOPE OF WORK EXHIBIT C RATE SCHEDULE EXHIIBIT D SAMPLE INVOICE EXHIBIT E DISCLOSURE OF INTEREST Page 2 Rev 20-6 ARTICLE I – PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Lab agree will be performed under the terms and conditions of this Agreement. Each task Lab performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Lab. Each properly executed Task Order shall become a separate supplemental agreement to this Agreement. 1.2 The Lab shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Lab to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence in accordance with the standard of care defined in Article VIII of this Agreement. Lab will perform the services in accordance with the approved Scope of Services and with Lab’s response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.3 All services provided by Lab shall be performed in accordance with the Terms and Conditions to this Master Services Agreement attached hereto and incorporated herein as Exhibit A. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 The general scope for these Task Orders is outlined in Exhibit B. More specific scope of work will be issued for pricing when a task order is needed. 1.5 Lab must provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Lab to perform work pursuant to this Agreement shall be employees or subcontractors or subconsultants of Lab. Lab must provide City with a list of all subcontractors/subconsultants that includes the services performed by the subcontractors/subconsultants and the percentage of work performed by the subcontractor/subconsultant. Changes in Lab’s team that provides services under this Agreement must be agreed to by the City in writing. 1.6 Lab must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are issued the fully executed Task Order to proceed. ARTICLE II – COMPENSATION 2.1 The Compensation for all services performed under this Agreement shall not exceed $750,000.00. 2.2 The Lab’s fee for each Task Order will be on a quantity and unit price basis or lump sum basis with a negotiated not-to-exceed amount. The fees will not exceed those set out in the Task Order and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Lab shall price Task Orders in accordance with Exhibit C, Rate Schedule, subject to approval by the City. 2.3 All services shall be performed in accordance with the applicable standard of professional care set forth herein and to City’s satisfaction, which satisfaction shall be judged by the Director in his/her sole discretion. City shall not be liable for any payment under this Agreement for services which are unsatisfactory and which previously have not been approved by the Director. Page 3 Rev 20-6 2.4 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Lab shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Lab does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.5 Lab will submit progress invoices to City Engineer monthly and final invoice upon completion of services. Each invoice is due and payable by City within 30 days of receipt and approval to pay by the City Engineer. 2.6 Request for final compensation by Lab shall constitute a waiver of claims except those previously made in writing and identified by Lab as unsettled at the time of final Payment Request. 2.7 Any fee payable under this Agreement is subject to the availability of funds. The Lab may be directed to suspend work pending receipt and appropriation of funds. ARTICLE III – INSURANCE REQUIREMENTS 3.1 Lab must not commence work under this Agreement until all required insurance has been obtained, and such insurance has been approved by the City. Lab must not allow any subcontractor or subconsultant to commence work under this Agreement until all similar insurance required of any subcontractor or subconsultant has been obtained. 3.2 Insurance Requirements for this Agreement are set out in the Terms and Conditions to this Agreement which is attached hereto and incorporated herein as Exhibit A. ARTICLE IV - INDEMNIFICATION Lab shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person’s agent, employee or consultant, over which the City exercises control (“Indemnitee”) from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Lab or its agent, Lab under contract or another entity over which Lab exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Lab shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Lab shall reimburse the City’s reasonable attorney’s fees in proportion to the Lab’s liability. Lab must advise City in writing within 24 hours of any claim or demand against City or Lab known to Lab related to or arising out of Lab’s activities under this Agreement. Page 4 Rev 20-6 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE 5.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 5.2 This Agreement shall be applicable to all Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 5.3 The initial term of this Agreement shall be for a period of one year beginning on the Effective Date, unless extended by authority of the City Manager or designee. The Agreement may be renewed for up to one- year renewal option upon mutual agreement of the parties to be evidenced in writing prior to the expiration date of the prior term. Any renewals shall be at the same terms and conditions, plus any approved changes. 5.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Lab will perform services and provide deliverables within a reasonable time. ARTICLE VI - TERMINATION OF AGREEMENT 6.1 City may terminate this Agreement or Task Order under this Agreement, with or without cause, upon seven days written notice to Lab at the address of record. 6.2 Lab will be compensated for authorized services completed up to the date of termination. ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT 7.1 Lab grants City, or its designees, the right to audit, examine or inspect, at City’s election, all of Lab’s records relating to the work and/or services provided under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Lab agrees to retain its records for a minimum of four (4) years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 7.2 “Lab’s records” include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements, sources of information and matters that may, in City’s judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 7.3 City agrees that it shall exercise the right to audit, examine or inspect Lab’s records only during City’s regular business hours. Lab agrees to allow City’s designee access to all of Lab’s records, Lab’s facilities and Lab’s current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Lab also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 7.4 Lab shall include this audit clause in any subcontractor, supplier or vendor contract. Page 5 Rev 20-6 ARTICLE VIII – MISCELLANEOUS PROVISIONS 8.1 Assignability. The Lab will not assign, transfer or delegate any of its obligations or duties in this Agreement to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Lab staff. If the Lab is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Lab fee may be assigned in advance of receipt by the Lab without written consent of the City. The City will not pay the fees of experts or technical assistance or other Labs unless such employment, including the rate of compensation, has been approved in writing by the City. 8.2 Ownership of Documents. Lab agrees that upon payment, City shall exclusively own any and all information in whatsoever form and character produced and/or maintained in accordance with, pursuant to or as a result of this Agreement, including contract documents (plans and specifications), drawings, test results and submittal data. Lab may retain a copy for its files. 8.3 Standard of Care. Services performed by Lab will be conducted in a manner consistent with that level of skill and care ordinarily provided by competent members of the profession practicing under the same or similar circumstances and professional license. 8.4 Licensing. Lab shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 8.5 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Lab and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Lab. 8.6 Disclosure of Interest. Lab agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 8.7 Certificate of Interested Parties. Lab agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 8.8 Conflict of Interest. Lab agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary’s Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index 8.9 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 8.10 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 8.11 Public Information. The requirements of Subchapter J Chapter 552 Texas Government Code may apply to this Agreement, and the Lab agrees that the Agreement may be terminated if the Lab knowingly or Page 6 Rev 20-6 intentionally fails to comply with a requirement of that subchapter. 8.12 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 8.13 Title VI Assurance. Lab shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 8.14 Independent Contractor. The relationship between City and Lab under this Agreement shall be that of independent contractor. City may explain to Lab the City’s goals and objectives in regard to the services to be performed by Lab, but the City shall not direct Lab on how or in what manner these goals and objectives are to be met. 8.15 Conflict Resolution Between Documents. Lab hereby agrees and acknowledges if anything contained in any documents prepared by Lab and included herein, is in conflict with the terms of this Agreement, which incorporates Exhibit A, and/or an approved Task Order, this Agreement and/or the Task Order shall take precedence and control to resolve said conflict. 8.16 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City’s governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. ARIAS ASSOCIATES, INC. ________________________________ Jeremy Arias (Date) Vice President 142 CHula Vista, Drive San Antonio Texas, 78232 (830)757-8891 jarias@ariasinc.com CITY OF CORPUS CHRISTI ________________________________ Michael Rodriguez (Date) Chief of Staff APPROVED AS TO LEGAL FORM ________________________________ Assistant City Attorney (Date) for City Attorney ATTEST _______________________________ Rebecca Huerta, City Secretary Master Services Agreement EXHIBIT A TERMS AND CONDITIONS TO GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING AGREEMENT ARTICLE 1. SERVICES: Lab will: 1.1 Provide only those services requested by City Engineer that, in the opinion of Lab, lie within the technical or professional areas of expertise of Lab and which Lab is adequately staffed and equipped to perform. 1.2 Perform technical services under the supervision of a licensed professional engineer and in compliance with the basic requirements of the appropriate standards of the American Society for Testing and Materials, where applicable and other standards designated in writing by the City Engineer. 1.3 Promptly submit formal reports (printed and electronic copies) of tests, inspections and services performed indicating, where applicable, compliance with the Project specifications or other contract documents. Such reports must be complete and factual, citing the tests performed, methods employed, values obtained and parts of the structure of the Project area subjected to any testing. 1.4 Utilize testing equipment which has been calibrated according to applicable standards and, upon request, submit to the City Engineer or designee documentation of such calibration. 1.5 Secure representative samples of those materials that the City’s contractor proposes to use which require testing, together with relevant data concerning such materials including the point of origin and supplier. 1.6 Consider reports to be confidential and distribute reports only to those persons, organizations or agencies specifically designated in writing by the City Engineer. 1.7 Pay salaries, wages, expenses, social security taxes, federal and state unemployment taxes and any other similar payroll taxes relating to the services. ARTICLE 2. CITY RESPONSIBILITIES: City Engineer or designee will: 2.1 Provide Lab with all plans, specifications, addenda, change orders, approved shop drawings and other information for the proper performance of services by Lab. 2.2 Issue authorization in writing giving Lab free access to the Project site and to all shops or yards where materials are prepared or stored. 2.3 Designate in writing those persons or firms which will act as the City’s representative with respect to Lab’s services to be performed under this Agreement and which must be promptly notified by Lab when it appears that materials tested or inspected are in non-compliance. Only the City Engineer or designee has authority to transmit instructions, receive information and data and/or interpret and define the City’s policies and decisions with respect to the Project. Lab acknowledges that certain City representatives may have different types of authority concerning the Project. 2.4 Advise Lab sufficiently in advance of any operations so as to allow for assignment of personnel by Lab for completion of the required services. Such advance notice will be in accordance with that established by mutual agreement of the parties. 2.5 Direct the Project contractor, either by the Construction Contract or direct written order, to: Master Services Agreement (a) Stop work at the appropriate times for Lab to perform contracted services; (b)Furnish such labor and all facilities needed by Lab to obtain and handle samples at the Project and to facilitate the specified inspection and tests; (c)Provide and maintain for use of Lab adequate space at the Project for safe storage and proper curing of test specimens that must remain on the Project site prior to, during and up to 60 days after testing. ARTICLE 3. GENERAL CONDITIONS 3.1 Lab, by the performance of services covered hereunder, does not in any way assume, abridge or abrogate any of those duties, responsibilities or authorities with regard to the Project that, by custom or contract, are vested in the Project architects, design engineers or any other design agencies or authorities. 3.2 Lab is not authorized to supervise, alter, relax, enlarge or release any requirement of the Project specifications or other contract documents nor to approve or accept any portion of the work. Lab does not have the right of rejection or the right to stop the work. City Engineer will direct the Project contractor to stop work at appropriate times for Lab to conduct the sampling, testing or inspection of operations covered by the Agreement. ARTICLE 4. FIELD MONITORING AND TESTING 4.1 City and Lab agree that Lab will be on-site to perform inspections for contracted services. The City and Lab also agree that Lab will not assume responsibility for Project contractor's means, methods, techniques, sequences or procedures of construction, and it is understood that the final services provided by Lab will not relieve the Project contractor of its responsibilities for performing the work in accordance with the Project plans and specifications. For the purposes of this Agreement, the word "inspection" is used to mean periodic observation of the work and the conducting of tests by Lab as specified in the Agreement. Continuous monitoring by Lab or its subcontractors does not mean that Lab is approving placement of materials. Inspection is not and should not be construed to be a warranty by Lab to the City or any other party. 4.2 Samples collected or tested by Lab remain the property of the City while in the custody of the Lab. Lab will retain the samples for a period of 60 days following the date of submission of any report related to the sample. Following the retention period, Lab will dispose of non-hazardous samples, and return hazardous, acutely toxic or radioactive samples and samples’ containers and residues to City. City agrees to accept such samples and samples’ containers. ARTICLE 5. INSURANCE REQUIREMENTS 5.1 Lab must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Lab must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 5.2 Lab must furnish to the Director of Engineering Services with the signed agreement (or amendment) a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage. The City must be listed as an additional insured on the General Liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. Master Services Agreement TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability including: 1.Commercial Broad Form 2. Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate AUTO LIABILITY (including) 1. Owned 2.Hired and Non-Owned 3. Rented/Leased $500,000 Combined Single Limit PROFESSIONAL LIABILITY (Errors and Omissions) $1,000,000 Per Claim $2,000,000 Aggregate (Defense costs must be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS’ COMPENSATION (All States Endorsement if Company is not domiciled in Texas) Employer’s Liability Statutory $500,000 /$500,000 /$500,000 POLLUTION LIABILITY Required if boring, sampling or excavating > 5 ft below grade $1,000,000 Per Claim 5.3 In the event of accidents of any kind related to this agreement, Lab must furnish the City with copies of all reports of any accidents within 10 days of the accident. 5.4 Applicable for paid employees, Lab must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the T exas Department of Insurance. The workers’ compensation coverage provided must be in an amount sufficient to assure that all workers’ compensation obligations incurred by the Lab will be promptly met. An All States Endorsement shall be required if Lab is not domiciled in the State of Texas. Master Services Agreement 5.5 Lab shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lab'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. Lab is required to provide City with renewal Certificates. 5.6 Lab shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lab 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 5.7 Lab agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: (a) List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy and professional liability/Errors & Omissions policy; (b)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; (c)Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and (d)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. 5.8 Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Lab shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Lab's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 5.9 In addition to any other remedies the City may have upon Lab'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 Lab to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lab hereunder until Lab demonstrates compliance with the requirements hereof. 5.10 Nothing herein contained shall be construed as limiting in any way the extent to which Lab may be held responsible for payments of damages to persons or property resulting from Lab's or its subcontractor’s performance of the work covered under this agreement. 5.11 It is agreed that Lab'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. 5.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Master Services Agreement ARTICLE 6. CLAIMS 6.1 Claims arising from this Agreement shall be made in writing, sworn to and signed by an authorized representative. The responsibility to substantiate a claim rests with the party making the claim. 6.2 All negotiations pursuant to this Article are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 6.3 In case of litigation between the parties, Lab and City agree that neither party shall be responsible for payment of attorney’s fees pursuant to any law or other provision for payment of attorneys’ fees. Both Parties expressly waive any claim to attorney’s fees should litigation result from any dispute under this Agreement. 6.4 In case of litigation between the parties, Lab and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. ARTICLE 7. SAFETY City and Lab agree that, in accordance with the generally accepted construction practice, the Project’s general contractor will be solely and completely responsible for working conditions on the Project, including safety of all persons and property during the performance of the work and for compliance with all municipal, state and federal laws, rules and regulations, including OSHA. The duty of Lab in providing services is not, therefore, to include any review of, or responsibility for, the adequacy of the Project’s general contractor's safety measures in, on or near the Project site. Geotechnical Testing and Construction Material Testing – services that include specified geological and geotechnical field operations, laboratory testing and engineering analysis for various projects. Geotechnical Engineering The A/E shall perform geotechnical engineering services that include specified Geological and Geotechnical Field Operation, Testing Program and Engineering Analysis for various infrastructure construction projects identified in each task order. Materials Engineering The A/E shall perform and supervise all sampling, testing, inspection work, and related services for various infrastructure construction projects identified in each task order. Engineering Reports for Geotechnical and Materials Engineering The A/E will submit a Report of Findings for each task order. Reports may contain but are not limited to items such as: •A description of the field exploration and laboratory tests •maps of boring locations •Boring logs o Note (provide narrative of) the location of the bores relative to the street section in the report. For example, was the bore in the middle of the center turn lane, in the outer westbound lane, between the 2 eastbound lanes, approximately 1-ft from the edge of the gutter in the eastbound lane, etcetera. •A discussion of the engineering properties of the subsurface materials encountered •Trench excavation design parameters •OSHA soil type classification •Pavement Section recommendations o Include asphalt pavement options o If a thick pavement section is recommended (including surface, base, & subgrade), provide alternative options to reduce the thickness (i.e. multiple geogrid layers, increased hotmix, etc.). Notify the City PM to discuss prior to finalizing the report. o Include narrative of benefits/risks of proposed components o Recommendations for prolonging/protecting the pavement sections (i.e. not driving on unprotected base, backfilling within 48-hrs to protect base). •Design Parameterso30 Year Design Life GEOTECHNICAL AND CONSTRUCTION MATERIAL TESTING EXHIBIT B SCOPE OF WORK 5233 IH‐37, Ste. B‐13, Corpus Christi, TX 78852  (830) 757‐8891   (830) 757‐8899  Austin | Corpus Christi | Dallas‐Fort Worth | Eagle Pass | San Antonio  December 2, 2020 City of Corpus Christi Texas Contracts and Procurement Department PO Box 9277 Corpus Christi, Texas 78469 Attn: Jennifer Rodriguez, Contracts/Funds Administrator Arias appreciates the opportunity to provide services and unit rates. Arias is responsible for project management, coordination, and communications of our geotechnical or construction materials testing services that consist of project activities including, but not limited to: Geotechnical Engineering  Investigation of existing subsurface conditions/materials  Determine and evaluate relevant physical and chemical properties  Assessing soil behavior of existing site conditions  Earthwork/Foundation design criteria  Provide design parameters for water and sewer pipeline installations  Pavement evaluation and design criteria  Bearing capacity, stability and settlement analyses for embankments, cut slopes and retaining walls  Forensic Studies Materials Engineering and Testing, Verification Testing  Soil mixtures and density  Foundation/site preparation  Structural steel observation  Concrete strength testing and observation  Aggregate and asphalt testing and recommendations  Soil characterization (texture, chemical, biological) Should you have any questions or comments please reach out to Spencer Higgs, P.E. at shiggs@ariasinc.com or 210-499-6841. We look forward to providing services. Sincerely, Spencer A. Higgs, P.E. Vice President Labor Rates (per hour) Unit Per/Unit Principal hour $195.00 Project Manager hour $143.00 Senior Project Engineer, P.E. hour $162.50 Project Engineer, P.E. hour $137.50 Professional Geologist hour $105.00 EIT hour $105.00 Senior Engineering Technician hour $70.00 CAD Technician/Draftsperson hour $70.00 Administrative Specialist hour $50.00 Field Exploration Drill Rig Mobilization (Corpus Christi, TX - local) (each) each $350.00 Drill Rig Mobilization (Out of town) (per mile) mile $6.50 Drilling and Sampling, Standard Sampling (per foot) foot $18.00 Transport of CPT Crew/Equipment each $3,000.00 2-Man CPT Crew/Equipment day $3,500.00 Texas Cone Penetrometer (TCP) (each) each $42.00 Site Clearing - Backhoe and Operator (per day) day $2,250.00 Grouting - Drill Rig & Crew (per hour) hour $175.00 Grouting Materials & Technician Support (per foot) foot $8.00 Asphalt or Concrete Patch Borehole each $100.00 Stand-by Time (Drill Rig) (per hour) hour $225.00 Standpipe Piezometer Installation foot $25.00 Slug Test each $1,500.00 Traffic Control - Small Project (Signs, Cones, 1-Flagger) day $500.00 Traffic Control - Medium Project (Arrow Boards and Attenuator trucks- (Includes labor, equipment and fuel))day $2,600.00 Traffic Control - Large Project (Arrow Boards, Attenuator trucks, Law Enforcement Officers w/ Vehicle- (Includes labor, equipment and fuel))day $4,000.00 Laboratory Testing (fee per test) Moisture Content each $10.00 Atterberg Limits each $75.00 -No. 200 Sieve each $45.00 TEX-110-E Determination of Particle Size Analysis of Soils - Part I each $75.00 TEX-110-E Determination of Particle Size Analysis of Soils - Part II - Hydrometer Analysis each $100.00 Soil pH Test (TEX 128-E)each $50.00 Soil PI Test (TEX 112-E)each $85.00 Sulfate Test each $35.00 ASTM D – 1883 California Bearing Ratio each $475.00 Lime Series pH and PI each $550.00 Unconfined Compressive Strength-Soil each $65.00 Permeability - Laboratory each $300.00 Direct Shear, 3-points included each $550.00 CU Triaxial, 3-points included each $1,250.00 CU Triaxial, Multi-Stage each $850.00 Moisture Density Relationship each $250.00 Percent Swell each $100.00 Unit Dry Weight (From Tube Samples)each $20.00 Pin Hole Dispersion each $200.00 Crumb Test each $50.00 Determination of Chloride Content each $75.00 Sulfides Test each $50.00 Soil Organic Content Test each $50.00 UU Triaxial Compression each $100.00 One-Dimensional Consolidation Test (ASTM 2435)each $475.00 Laboratory Soil Resistivity each $75.00 Redox Potential Test each $65.00 Rates for other services quoted on request Geotechnical Unit Rates Labor Rates (per hour) Unit Per/Unit Principal hour $195.00 Project Manager hour $143.00 Senior Project Engineer, P.E. hour $162.50 Project Engineer, P.E. hour $137.50 Professional Geologist hour $105.00 EIT hour $105.00 Senior Engineering Technician hour $70.00 Administrative Specialist hour $50.00 Field Services Asphaltic Concrete Technician hour $65.00 Concrete Technician hour $52.50 Certified Welding Inspector hour $110.00 Drilled Pier Observations hour $65.00 Masonry Observation Technician hour $65.00 Reinforcing Steel Observation hour $65.00 Soils Observation Technician hour $52.50 Asphaltic Concrete Field Density Test (*minimum 4 per trip) each $18.00 Soil Field Density Test (Nuclear) (*minimum 4 per trip) each $18.00 Material Sample Pickup hour $52.50 Mileage (trips greater than 70 miles) mile $0.70 Trip Charge trip $50.00 Asphalt or Concrete Coring Equipment each $225.00 Laboratory Testing - Soil Moisture Content each $10.00 Atterberg Limits Determination each $75.00 Percent Passing No. 200 Sieve each $45.00 Sieve Analysis each $75.00 Mositure Density Relationship each $250.00 Percent Swell Test each $100.00 Laboratory Testing - Masonry CMU Strength Test set $275.00 Grout Cylinders each $22.00 Grout Prism Test each $28.00 Mortar Cubes each $25.00 Mortar Cylinders each $20.00 Laboratory Testing - Concrete and Aggregate Absorbtion of Aggregate each $55.00 Aggregate Sieve Analysis each $75.00 Concrete Compression Test each $18.00 Concrete Compression of Field Core each $40.00 Flexural Strength Test each $32.50 Loose Unit Weight each $40.00 Relative Density each $360.00 Specific Gravity each $90.00 Laboratory Testing - Asphalt Asphaltic Concrete Density of Field Core each $40.00 Asphalt Marshall/Hveem Stability Test each $90.00 Asphalt Extraction/Gradation each $175.00 Maximum Theoretical Density Test each $100.00 Molding/Density of Asphalt Test Specimens each $175.00 Marshall Method Mix Design each $2,250.00 Rates for other services quoted on request Construction Materials Testing Unit Rates Sample form for: Payment Request AE Contract Revised 02/01/17 COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services:Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O & M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE. FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M).EXAMPLEEXHIBIT D EXHIBIT “E” Page 1 of 2 SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation 2.Partnership 3.Sole Owner4.Association 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)N/A 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 TitleN/A 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 CommitteeN/A 4.State the names of each employee or officer of a “consultant” for the City of Corpus Christi whoworked 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 ConsultantN/A Arias & Associates, Inc. DBA Arias Geoprofessionals 142 Chua Vista, Suite 100 San Antonio 78232 x EXHIBIT “E” Page 2 of 2 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: Title: (Type or Print) 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. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d.“Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e.“Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f.“Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Jeremy M Arias Vice President 12/01/2020 Page 1 Rev 20-6 SERVICE AGREEMENT NO. 3178 CITY OF CORPUS CHRISTI MASTER SERVICES AGREEMENT FOR GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING This Agreement is between the City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or designee and Intertek-PSI, a Texas Corporation, 810 South Padre Island Drive, Corpus Christi, Texas 78416 (“Lab”). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I – PROJECT TASK ORDER ................................................................................................ 2 ARTICLE II – COMPENSATION ........................................................................................................... 2 ARTICLE III – INSURANCE REQUIREMENTS .................................................................................... 3 ARTICLE IV - INDEMNIFICATION ....................................................................................................... 3 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE ........................................... 4 ARTICLE VI - TERMINATION OF AGREEMENT ................................................................................. 4 ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT .......................................... 4 ARTICLE VIII – MISCELLANEOUS PROVISIONS ............................................................................... 5 EXHIBIT A TERMS AND CONDITIONS EXHIBIT B SCOPE OF WORK EXHIBIT C RATE SCHEDULE EXHIIBIT D SAMPLE INVOICE EXHIBIT E DISCLOSURE OF INTEREST Page 2 Rev 20-6 ARTICLE I – PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Lab agree will be performed under the terms and conditions of this Agreement. Each task Lab performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Lab. Each properly executed Task Order shall become a separate supplemental agreement to this Agreement. 1.2 The Lab shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Lab to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence in accordance with the standard of care defined in Article VIII of this Agreement. Lab will perform the services in accordance with the approved Scope of Services and with Lab’s response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.3 All services provided by Lab shall be performed in accordance with the Terms and Conditions to this Master Services Agreement attached hereto and incorporated herein as Exhibit A. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 The general scope for these Task Orders is outlined in Exhibit B. More specific scope of work will be issued for pricing when a task order is needed. 1.5 Lab must provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Lab to perform work pursuant to this Agreement shall be employees or subcontractors or subconsultants of Lab. Lab must provide City with a list of all subcontractors/subconsultants that includes the services performed by the subcontractors/subconsultants and the percentage of work performed by the subcontractor/subconsultant. Changes in Lab’s team that provides services under this Agreement must be agreed to by the City in writing. 1.6 Lab must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are issued the fully executed Task Order to proceed. ARTICLE II – COMPENSATION 2.1 The Compensation for all services performed under this Agreement shall not exceed $750,000.00. 2.2 The Lab’s fee for each Task Order will be on a quantity and unit price basis or lump sum basis with a negotiated not-to-exceed amount. The fees will not exceed those set out in the Task Order and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Lab shall price Task Orders in accordance with Exhibit C, Rate Schedule, subject to approval by the City. 2.3 All services shall be performed in accordance with the applicable standard of professional care set forth herein and to City’s satisfaction, which satisfaction shall be judged by the Director in his/her sole discretion. City shall not be liable for any payment under this Agreement for services which are unsatisfactory and which previously have not been approved by the Director. Page 3 Rev 20-6 2.4 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Lab shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Lab does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.5 Lab will submit progress invoices to City Engineer monthly and final invoice upon completion of services. Each invoice is due and payable by City within 30 days of receipt and approval to pay by the City Engineer. 2.6 Request for final compensation by Lab shall constitute a waiver of claims except those previously made in writing and identified by Lab as unsettled at the time of final Payment Request. 2.7 Any fee payable under this Agreement is subject to the availability of funds. The Lab may be directed to suspend work pending receipt and appropriation of funds. ARTICLE III – INSURANCE REQUIREMENTS 3.1 Lab must not commence work under this Agreement until all required insurance has been obtained, and such insurance has been approved by the City. Lab must not allow any subcontractor or subconsultant to commence work under this Agreement until all similar insurance required of any subcontractor or subconsultant has been obtained. 3.2 Insurance Requirements for this Agreement are set out in the Terms and Conditions to this Agreement which is attached hereto and incorporated herein as Exhibit A. ARTICLE IV - INDEMNIFICATION Lab shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person’s agent, employee or consultant, over which the City exercises control (“Indemnitee”) from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Lab or its agent, Lab under contract or another entity over which Lab exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Lab shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Lab shall reimburse the City’s reasonable attorney’s fees in proportion to the Lab’s liability. Lab must advise City in writing within 24 hours of any claim or demand against City or Lab known to Lab related to or arising out of Lab’s activities under this Agreement. Page 4 Rev 20-6 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE 5.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 5.2 This Agreement shall be applicable to all Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 5.3 The initial term of this Agreement shall be for a period of one year beginning on the Effective Date, unless extended by authority of the City Manager or designee. The Agreement may be renewed for up to one- year renewal option upon mutual agreement of the parties to be evidenced in writing prior to the expiration date of the prior term. Any renewals shall be at the same terms and conditions, plus any approved changes. 5.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Lab will perform services and provide deliverables within a reasonable time. ARTICLE VI - TERMINATION OF AGREEMENT 6.1 City may terminate this Agreement or Task Order under this Agreement, with or without cause, upon seven days written notice to Lab at the address of record. 6.2 Lab will be compensated for authorized services completed up to the date of termination. ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT 7.1 Lab grants City, or its designees, the right to audit, examine or inspect, at City’s election, all of Lab’s records relating to the work and/or services provided under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Lab agrees to retain its records for a minimum of four (4) years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 7.2 “Lab’s records” include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements, sources of information and matters that may, in City’s judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 7.3 City agrees that it shall exercise the right to audit, examine or inspect Lab’s records only during City’s regular business hours. Lab agrees to allow City’s designee access to all of Lab’s records, Lab’s facilities and Lab’s current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Lab also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 7.4 Lab shall include this audit clause in any subcontractor, supplier or vendor contract. Page 5 Rev 20-6 ARTICLE VIII – MISCELLANEOUS PROVISIONS 8.1 Assignability. The Lab will not assign, transfer or delegate any of its obligations or duties in this Agreement to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Lab staff. If the Lab is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Lab fee may be assigned in advance of receipt by the Lab without written consent of the City. The City will not pay the fees of experts or technical assistance or other Labs unless such employment, including the rate of compensation, has been approved in writing by the City. 8.2 Ownership of Documents. Lab agrees that upon payment, City shall exclusively own any and all information in whatsoever form and character produced and/or maintained in accordance with, pursuant to or as a result of this Agreement, including contract documents (plans and specifications), drawings, test results and submittal data. Lab may retain a copy for its files. 8.3 Standard of Care. Services performed by Lab will be conducted in a manner consistent with that level of skill and care ordinarily provided by competent members of the profession practicing under the same or similar circumstances and professional license. 8.4 Licensing. Lab shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 8.5 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Lab and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Lab. 8.6 Disclosure of Interest. Lab agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 8.7 Certificate of Interested Parties. Lab agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 8.8 Conflict of Interest. Lab agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary’s Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index 8.9 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 8.10 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 8.11 Public Information. The requirements of Subchapter J Chapter 552 Texas Government Code may apply to this Agreement, and the Lab agrees that the Agreement may be terminated if the Lab knowingly or Page 6 Rev 20-6 intentionally fails to comply with a requirement of that subchapter. 8.12 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 8.13 Title VI Assurance. Lab shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 8.14 Independent Contractor. The relationship between City and Lab under this Agreement shall be that of independent contractor. City may explain to Lab the City’s goals and objectives in regard to the services to be performed by Lab, but the City shall not direct Lab on how or in what manner these goals and objectives are to be met. 8.15 Conflict Resolution Between Documents. Lab hereby agrees and acknowledges if anything contained in any documents prepared by Lab and included herein, is in conflict with the terms of this Agreement, which incorporates Exhibit A, and/or an approved Task Order, this Agreement and/or the Task Order shall take precedence and control to resolve said conflict. 8.16 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City’s governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. INTERTEK-PSI ________________________________ Karl Crenweldge (Date) Branch Manager 810 S. Padre Island Dr. Corpus Christi, Texas 78416 (2210) 559-1451 karl.crenwelge@intertek.com CITY OF CORPUS CHRISTI ________________________________ Michael Rodriguez (Date) Chief of Staff APPROVED AS TO LEGAL FORM ________________________________ Assistant City Attorney (Date) for City Attorney ATTEST _______________________________ Rebecca Huerta, City Secretary Master Services Agreement EXHIBIT A TERMS AND CONDITIONS TO GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING AGREEMENT ARTICLE 1. SERVICES: Lab will: 1.1 Provide only those services requested by City Engineer that, in the opinion of Lab, lie within the technical or professional areas of expertise of Lab and which Lab is adequately staffed and equipped to perform. 1.2 Perform technical services under the supervision of a licensed professional engineer and in compliance with the basic requirements of the appropriate standards of the American Society for Testing and Materials, where applicable and other standards designated in writing by the City Engineer. 1.3 Promptly submit formal reports (printed and electronic copies) of tests, inspections and services performed indicating, where applicable, compliance with the Project specifications or other contract documents. Such reports must be complete and factual, citing the tests performed, methods employed, values obtained and parts of the structure of the Project area subjected to any testing. 1.4 Utilize testing equipment which has been calibrated according to applicable standards and, upon request, submit to the City Engineer or designee documentation of such calibration. 1.5 Secure representative samples of those materials that the City’s contractor proposes to use which require testing, together with relevant data concerning such materials including the point of origin and supplier. 1.6 Consider reports to be confidential and distribute reports only to those persons, organizations or agencies specifically designated in writing by the City Engineer. 1.7 Pay salaries, wages, expenses, social security taxes, federal and state unemployment taxes and any other similar payroll taxes relating to the services. ARTICLE 2. CITY RESPONSIBILITIES: City Engineer or designee will: 2.1 Provide Lab with all plans, specifications, addenda, change orders, approved shop drawings and other information for the proper performance of services by Lab. 2.2 Issue authorization in writing giving Lab free access to the Project site and to all shops or yards where materials are prepared or stored. 2.3 Designate in writing those persons or firms which will act as the City’s representative with respect to Lab’s services to be performed under this Agreement and which must be promptly notified by Lab when it appears that materials tested or inspected are in non-compliance. Only the City Engineer or designee has authority to transmit instructions, receive information and data and/or interpret and define the City’s policies and decisions with respect to the Project. Lab acknowledges that certain City representatives may have different types of authority concerning the Project. 2.4 Advise Lab sufficiently in advance of any operations so as to allow for assignment of personnel by Lab for completion of the required services. Such advance notice will be in accordance with that established by mutual agreement of the parties. 2.5 Direct the Project contractor, either by the Construction Contract or direct written order, to: Master Services Agreement (a) Stop work at the appropriate times for Lab to perform contracted services; (b)Furnish such labor and all facilities needed by Lab to obtain and handle samples at the Project and to facilitate the specified inspection and tests; (c)Provide and maintain for use of Lab adequate space at the Project for safe storage and proper curing of test specimens that must remain on the Project site prior to, during and up to 60 days after testing. ARTICLE 3. GENERAL CONDITIONS 3.1 Lab, by the performance of services covered hereunder, does not in any way assume, abridge or abrogate any of those duties, responsibilities or authorities with regard to the Project that, by custom or contract, are vested in the Project architects, design engineers or any other design agencies or authorities. 3.2 Lab is not authorized to supervise, alter, relax, enlarge or release any requirement of the Project specifications or other contract documents nor to approve or accept any portion of the work. Lab does not have the right of rejection or the right to stop the work. City Engineer will direct the Project contractor to stop work at appropriate times for Lab to conduct the sampling, testing or inspection of operations covered by the Agreement. ARTICLE 4. FIELD MONITORING AND TESTING 4.1 City and Lab agree that Lab will be on-site to perform inspections for contracted services. The City and Lab also agree that Lab will not assume responsibility for Project contractor's means, methods, techniques, sequences or procedures of construction, and it is understood that the final services provided by Lab will not relieve the Project contractor of its responsibilities for performing the work in accordance with the Project plans and specifications. For the purposes of this Agreement, the word "inspection" is used to mean periodic observation of the work and the conducting of tests by Lab as specified in the Agreement. Continuous monitoring by Lab or its subcontractors does not mean that Lab is approving placement of materials. Inspection is not and should not be construed to be a warranty by Lab to the City or any other party. 4.2 Samples collected or tested by Lab remain the property of the City while in the custody of the Lab. Lab will retain the samples for a period of 60 days following the date of submission of any report related to the sample. Following the retention period, Lab will dispose of non-hazardous samples, and return hazardous, acutely toxic or radioactive samples and samples’ containers and residues to City. City agrees to accept such samples and samples’ containers. ARTICLE 5. INSURANCE REQUIREMENTS 5.1 Lab must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Lab must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 5.2 Lab must furnish to the Director of Engineering Services with the signed agreement (or amendment) a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage. The City must be listed as an additional insured on the General Liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. Master Services Agreement TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability including: 1.Commercial Broad Form 2. Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate AUTO LIABILITY (including) 1. Owned 2.Hired and Non-Owned 3. Rented/Leased $500,000 Combined Single Limit PROFESSIONAL LIABILITY (Errors and Omissions) $1,000,000 Per Claim $2,000,000 Aggregate (Defense costs must be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS’ COMPENSATION (All States Endorsement if Company is not domiciled in Texas) Employer’s Liability Statutory $500,000 /$500,000 /$500,000 POLLUTION LIABILITY Required if boring, sampling or excavating > 5 ft below grade $1,000,000 Per Claim 5.3 In the event of accidents of any kind related to this agreement, Lab must furnish the City with copies of all reports of any accidents within 10 days of the accident. 5.4 Applicable for paid employees, Lab must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the T exas Department of Insurance. The workers’ compensation coverage provided must be in an amount sufficient to assure that all workers’ compensation obligations incurred by the Lab will be promptly met. An All States Endorsement shall be required if Lab is not domiciled in the State of Texas. Master Services Agreement 5.5 Lab shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lab'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. Lab is required to provide City with renewal Certificates. 5.6 Lab shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lab 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 5.7 Lab agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: (a) List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy and professional liability/Errors & Omissions policy; (b)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; (c)Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and (d)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. 5.8 Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Lab shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Lab's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 5.9 In addition to any other remedies the City may have upon Lab'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 Lab to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lab hereunder until Lab demonstrates compliance with the requirements hereof. 5.10 Nothing herein contained shall be construed as limiting in any way the extent to which Lab may be held responsible for payments of damages to persons or property resulting from Lab's or its subcontractor’s performance of the work covered under this agreement. 5.11 It is agreed that Lab'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. 5.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Master Services Agreement ARTICLE 6. CLAIMS 6.1 Claims arising from this Agreement shall be made in writing, sworn to and signed by an authorized representative. The responsibility to substantiate a claim rests with the party making the claim. 6.2 All negotiations pursuant to this Article are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 6.3 In case of litigation between the parties, Lab and City agree that neither party shall be responsible for payment of attorney’s fees pursuant to any law or other provision for payment of attorneys’ fees. Both Parties expressly waive any claim to attorney’s fees should litigation result from any dispute under this Agreement. 6.4 In case of litigation between the parties, Lab and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. ARTICLE 7. SAFETY City and Lab agree that, in accordance with the generally accepted construction practice, the Project’s general contractor will be solely and completely responsible for working conditions on the Project, including safety of all persons and property during the performance of the work and for compliance with all municipal, state and federal laws, rules and regulations, including OSHA. The duty of Lab in providing services is not, therefore, to include any review of, or responsibility for, the adequacy of the Project’s general contractor's safety measures in, on or near the Project site. Geotechnical Testing and Construction Material Testing – services that include specified geological and geotechnical field operations, laboratory testing and engineering analysis for various projects. Geotechnical Engineering The A/E shall perform geotechnical engineering services that include specified Geological and Geotechnical Field Operation, Testing Program and Engineering Analysis for various infrastructure construction projects identified in each task order. Materials Engineering The A/E shall perform and supervise all sampling, testing, inspection work, and related services for various infrastructure construction projects identified in each task order. Engineering Reports for Geotechnical and Materials Engineering The A/E will submit a Report of Findings for each task order. Reports may contain but are not limited to items such as: •A description of the field exploration and laboratory tests •maps of boring locations •Boring logs o Note (provide narrative of) the location of the bores relative to the street section in the report. For example, was the bore in the middle of the center turn lane, in the outer westbound lane, between the 2 eastbound lanes, approximately 1-ft from the edge of the gutter in the eastbound lane, etcetera. •A discussion of the engineering properties of the subsurface materials encountered •Trench excavation design parameters •OSHA soil type classification •Pavement Section recommendations o Include asphalt pavement options o If a thick pavement section is recommended (including surface, base, & subgrade), provide alternative options to reduce the thickness (i.e. multiple geogrid layers, increased hotmix, etc.). Notify the City PM to discuss prior to finalizing the report. o Include narrative of benefits/risks of proposed components o Recommendations for prolonging/protecting the pavement sections (i.e. not driving on unprotected base, backfilling within 48-hrs to protect base). •Design Parameterso30 Year Design Life GEOTECHNICAL AND CONSTRUCTION MATERIAL TESTING EXHIBIT B SCOPE OF WORK Professional Service Industries, Inc. 810 S. Padre Island Dr. Corpus Christi, TX 78416 Office - 361.854.4801 October 9, 2020 City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Attn: Ms. Jennifer Rodriguez Contracts/Funds Administrator Re: Proposal for RFQ 3178 – Geotechnical Engineering and Construction Materials Testing 2020 City of Corpus Christi Master Service Agreement Corpus Christi, Texas PSI Proposal No.: 323981R Dear Ms. Rodriguez: Professional Service Industries, Inc. (PSI) would like to express our interest in the above referenced Master Service Agreement, and is pleased to submit this proposal for performing the Geotechnical and Construction Materials Testing and Observation Services under a Master Service Agreement with the City of Corpus Christi for various city projects for 2020 per RFQ 3178. PSI proposes to provide experienced, technical personnel to perform geotechnical services and construction materials and testing services as scheduled by your representative and in general accordance with project specifications. PSI has the technical capabilities, personnel and equipment resources, and local expertise to provide you with these geotechnical and materials testing and observation services. PSI has licensed, registered, and certified professionals, and offers the comfort of using one of America’s largest and respected engineering companies. This MSA is intended to meet the ongoing testing needs of approved Capital Improvement program (CIP), Bond Programs, and Operational & Maintenance (O&M) Projects for streets, utilities, airport, marina and facilities. SCOPE OF SERVICES We understand that these services include specified geological and geotechnical field operations, laboratory testing and engineering analysis for various projects. For Geotechnical Engineering projects, our Lab/Engineer will perform geotechnical engineering services that include the specified Geological and Geotechnical Field Operations, Testing Program and Engineering Analysis for various infrastructure construction projects identified in each Task Order. Proposal for RFQ 3178 – Geotechnical Engineering and Materials Testing October 9, 2020 PSI Proposal No. 323981 Page 2 of 9 For Materials Engineering projects, our Lab/Engineer will perform and supervise all sampling, testing, inspection work and related services for various infrastructure construction projects identified in each Task Order. For the Engineering Reports for Geotechnical and Materials Engineering, the Lab/Engineer will submit a Report of Findings for each Task Order. Our reports may contain but are not limited to items such as: Description of the field exploration and laboratory tests Maps of boring locations Boring logs Note (provide narrative of) the location of the bores relative to the street section in the report. For example, was the bore in the middle of the center turn lane, in the outer westbound lane, between the 2 eastbound lanes, approximately 1-ft from the edge of the gutter in the eastbound lane, etc. Discussion of the engineering properties of the subsurface materials encountered Trench excavation design parameters OSHA soil type classification Pavement Section recommendations •Include asphalt pavement options •If a thick pavement section is recommended (including surface, base, & subgrade), provide alternative options to reduce the thickness (i.e. multiple geogrid layers, increased hotmix, etc.). Notify the City PM to discuss prior to finalizing the report. •Include narrative of benefits/risks of proposed components •Recommendations for prolonging/protecting the pavement sections (i.e. not driving on unprotected base, backfilling within 48-hrs to protect base, etc.). •Design Parameters •30 Year Design Life FEE PSI proposes to perform the geotechnical and construction materials and testing services based upon the attached schedule of services and fees. PSI's fees will be determined by the actual amount of technical time and materials expended on the proposed various projects and the amount of laboratory testing performed. We understand that our fee for each Task Order will be on a quantity and unit price basis. Our unit rates for the Geotechnical Engineering and Construction Materials Testing are attached as Appendix A to this proposal. Proposal for RFQ 3178 – Geotechnical Engineering and Materials Testing October 9, 2020 PSI Proposal No. 323981 Page 3 of 9 We understand PSI’s total fees for the various city projects for 2020 under the Master Service Agreement are not to exceed $750,000.00 with one renewal year. We will commence work upon receipt of a fully executed copy of the Master Service Agreement with the City of Corpus Christi. CLOSING We at PSI appreciate the opportunity to offer professional services for this project and look forward to being part of the design team. If there are any questions, please feel free to contact us at your convenience. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. Texas Board of Professional Engineers Certificate of Registration # F003307 Karl G. Crenwelge, P.E. Felix Ovalle Branch Manager Project Manager Construction Services Dexter Bacon, P.E. Philip L. Johnson, P.E. Chief Engineer Geotechnical Department Manager Attachments: Appendix A – 2020 Schedule of Services and Fees for Construction Materials Testing and 2020 Standard Schedule of Geotechnical Fees City of Corpus Christi 2020 MSA October 9, 2020 Page 1 of 5 SCHEDULE OF SERVICES AND FEES Building & Construction Services – Corpus Christi, TX Effective October 9th, 2020 SOILS Laboratory testing of soils in accordance with ASTM or AASHTO procedures and project specifications. Moisture/Density Relationship of Soil (Proctor Test): a. ASTM D-698/ASTM D-1557 (Standard/Modified) ....................................... Each $ 170.00 b. TxDOT TEX-113-E ........................................................................................ Each $ 180.00 Atterberg Limits Determination (PI) .......................................................................... Each $ 65.00 Material Finer Than #200 Sieve (Wash/Dry) ........................................................... Each $ 90.00 Soil Classification ...................................................................................................... Each $ 10.00 Sample Preparation for Laboratory Samples .......................................................... Each $ 50.00 Soil Sulfate ................................................................................................................. Each $ 100.00 Field Gradation .......................................................................................................... Each $ 65.00 Rush Fee ................................................................................................ Each $ 150.00 Laboratory Lime Series ............................................................................................. Each $ 385.00 BASE COURSE Laboratory testing of soils in accordance with ASTM or AASHTO procedures and project specifications. Moisture/Density Relationship of Base Coarse Material (Proctor Test): a. ASTM D-698/ASTM D-1557 (Standard/Modified) ....................................... Each $ 185.00 b. TxDOT TEX-113-E ........................................................................................ Each $ 185.00 Atterberg Limits Determination (PI)/Linear Bar Shrinkage ..................................... Each $ 65.00 Material Finer Than #200 Sieve (Wash/Dry) ........................................................... Each $ 90.00 Sample Preparation for Laboratory Samples .......................................................... Each $ 50.00 California Bearing Ratio (CBR) ................................................................................. Each $ 300.00 Triaxial Test ............................................................................................................... Each $ 800.00 Wet Ball Mill ............................................................................................................... Each $ 300.00 Los Angeles Abrasion (LA Abrasion) ....................................................................... Each $ 350.00 Depth Checks (Base Course Thickness) ................................................................. Each $ 25.00 Rush Fee ................................................................................................................... Each $ 150.00 CONCRETE and AGGREGATES Laboratory testing of concrete cylinders in accordance with ASTM procedures and project specifications. Concrete Cylinders (Cured and/or Tested in Compression) (4 x 8) ....................... Each $ 15.00 Concrete Cylinders (Cured and/or Tested in Compression) (6 x 12) ..................... Each $ 19.00 Concrete Cylinder Compression (Non-PSI) ............................................................. Each $ 35.00 Laboratory Thickness Determination of Concrete Cores ........................................ Each $ 25.00 Sieve Analysis of Course and Fine Aggregates ...................................................... Each $ 60.00 City of Corpus Christi 2020 MSA October 9, 2020 Page 2 of 5 FIELD TESTING AND OBSERVATION SERVICES Engineering Technician (Min. 4 Hours) (Perform field density testing, field testing of concrete, slump, air content, temperature, unit weight, cast concrete cylinders, concrete coring, and masonry testing) ................................................................................................. Per Hour $ 42.00 Senior Level Engineering Technician (Min. 4 hours) (Observation of drilled piers and foundations, reinforcing steel, post-tension stressing, floor flatness, hot mix asphalt and proof rolling observation) .......... Per Hour $ 48.00 Structural Steel Technician (Min. 4 hours) (CWI to perform visual weld observations, bolting inspection, shear stud verification, NDE of welds, and fabrication shop observations) ....................... Per Hour $ 95.00 ASPHALT Laboratory testing of asphaltic samples in accordance with ASTM procedures and project specifications Extraction and Gradation .......................................................................................... Each $ 200.00 Lab Molded Specimens (Set of 3 per Test) ............................................................. Each $ 175.00 Maximum Theoretical Specific Gravity (Rice Method) ............................................ Each $ 95.00 Asphalt Coring (2”,4”, and 6” Diameter) w/core hole patching................................ Per Core $ 60.00 Thickness Determination of Asphalt Cores .............................................................. Each $ 15.00 Density Determination of Asphalt Cores (bulk density) ........................................... Each $ 35.00 MASONRY Laboratory testing of masonry samples in accordance with ASTM procedures and project specifications Grout Prisms (Cured and/or Tested in Compression) ............................................. Each $ 20.00 Mortar Cubes (Cured and/or Tested in Compression) ............................................ Each $ 18.00 Compression Strength of Concrete Masonry Units ................................................. Each $ 50.00 Compression Strength of Concrete Masonry Prisms .............................................. Each $ 95.00 MANAGEMENT/TECHNICAL SERVICES Report Review ........................................................................................................... Each $ 30.00 Laboratory Manager .................................................................................................. Per Hour $ 45.00 Project Manager (contract administration, scheduling/supervision of personnel) ...................... Per Hour $ 98.00 Professional Engineer (Site visits, consultation, special reports) ......................................... Per Hour $ 170.00 Administration/Clerical .............................................................................................. Per Hour $ 35.00 Final Special Inspections Letter ................................................................................ Per Report $ 250.00 EQUIPMENT Daily Equipment Charge Concrete ........................................................................... Per Trip $ 65.00 Daily Nuclear Density Gauge ................................................................................... Per Trip $ 65.00 Generator and Core Rig ............................................................................................ Per Day $ 250.00 Vehicle Charge Minimum .......................................................................................... Per Trip $ 50.00 Sample Pickup/Cylinder Pickup: Tech/Trip/Report (Within City Limits) ................ Per Trip $ 150.00 City of Corpus Christi 2020 MSA, Corpus Christi, TX October 9, 2020 Page 3 of 5 2020 STANDARD SCHEDULE OF GEOTECHNICAL FEES Mobilization and Demobilization Truck Rig Mobilization (Corpus Christi Area) ............................................................................... Each $ 400.00 All-Terrain Vehicle (Min. Daily Charge $550.00) ........................................................................... Per Mile $ 6.50 One Ton Flatbed w/250 Gallon Water Tank (Min. Daily Charge $120.00) .................................. Per Mile $ 4.00 Pickup Truck (Min. Daily Charge $60.00) .................................................................................... Per Mile $ 2.50 Drilling Services Drilling Rig & 2-Man Crew ............................................................................................................. Per Hour $ 227.50 Drilling Rig & 3-Man Crew ............................................................................................................. Per Hour $ 280.00 Standby Drilling Rig & 2-Man Crew ............................................................................................................. Per Hour $ 250.00 Drilling Rig & 3-Man Crew .............................................................................................................. Per Hour $ 315.00 Drilling Rig & Crew Minimum Daily Rate, (8 hours) ...................................................................... Per Day $ 2,400.00 Truck Rig Drilling & Sampling Footage Rates, 0-50 ft. (Intermittent – 5’ Intervals) ...................................... Per Foot $ 16.50 Drilling & Sampling Footage Rates, 50-100 ft. (Intermittent – 5’ Intervals) .................................. Per Foot $ 19.50 Drilling & Sampling Footage Rates, 100-150 ft. (Intermittent – 5’ Intervals) ................................ Per Foot $ 26.00 Hollow Stem Augers Drilling & Sampling Footage Rates, 0-40 ft. ............................................... Per Foot $ 17.00 Hollow Stem Augers Drilling & Sampling Footage Rates, 40-75ft. .............................................. Per Foot $ 18.75 Truck Rig Drilling & Sampling Continuous Footage Rates, 0-50 ft. .............................................................. Per Foot $ 18.00 Drilling & Sampling Continuous Footage Rates, 50-100 ft. .......................................................... Per Foot $ 21.50 Drilling & Sampling Continuous Footage Rates, 100-150 ft. ........................................................ Per Foot $ 28.00 Track ATV Drill Rig Drilling & Sampling Footage Rates, 0-40 ft. (Intermittent – 5’ Intervals) ...................................... Per Foot $ 18.00 Drilling & Sampling Footage Rates, 40-100 ft. (Intermittent – 5’ Intervals) .................................. Per Foot $ 21.00 Track ATV Drill Rig Drilling & Sampling Continuous Footage Rates, 0-50 ft. .............................................................. Per Foot $ 19.00 Drilling & Sampling Continuous Footage Rates, 50-100 ft. .......................................................... Per Foot $ 23.00 Additional Services Hand Auger Drilling and Sampling ................................................................................................ Per Hour $ 155.00 Backfilling Boreholes with Bentonite Chips ................................................................................... Per Foot $ 5.50 Grouting Boreholes with Cement/Bentonite Grout ........................................................................ Per Foot $ 6.50 Compressor for air rotary drilling ................................................................................................... Per Day $ 400.00 Open Standpipe Piezometer (Installation and Supplies) ............................................................. Per Foot $ 49.00 Vibrating Wire Piezometer (Installation only) ............................................................................... Per Foot $ 34.00 Inclinometer Installation ................................................................................................................ Per Foot $ 62.00 4” Piezometer Protector Post ......................................................................................................... Each $ 250.00 6” Piezometer Protector Post. ....................................................................................................... Each $ 270.00 Steam Cleaner .............................................................................................................................. Day $ 230.00 Drums .... ....................................................................................................................................... Each $ 65.00 Decon Augers ................................................................................................................................ Day $ 550.00 Supplies to Repair/Install Piezometers .......................................................................................... At Cost Plus 20% Piezometer Development (washing & purging)............................................................................. Each $ 250.00 Water Level Indicator .................................................................................................................... Day $ 80.00 Traffic Control ................................................................................................................................. Day $ 1800.00 City of Corpus Christi 2020/2021 MSA, Corpus Christi, TX October 9, 2020 Page 4 of 5 2020 STANDARD SCHEDULE OF GEOTECHNICAL LABORATORY FEES Visual Classification (ASTM D 2487 or D 2488)Each Sample $ 4.00 Hand Penetrometer Per Test $ 5.00 Torvane Per Test $ 5.00 Miniature Vane Shear (ASTM D 4648)Per Test $ 30.00 Moisture Content Test (ASTM D 2216)Per Test $ 6.00 Moisture Content & Classification Each Sample $ 11.00 Density Determination on Shelby Tube samples (ASTM D 7263)Each Sample $ 25.00 Atterberg Limit Determination (ASTM D 4318) Per Test $ 65.00 Percent Passing #200 Sieve (ASTM D 1140)Per Test $ 55.00 Sieve Analysis (ASTM D 422)Per Test $ 60.00 Hydrometer Analysis (ASTM D 422)Per Test $ 205.00 Unconfined Compressive Strength (ASTM D 2166) Per Test $ 50.00 Unconsolidated Undrained Triaxial Compression (ASTM D2850)Per Test $ 80.00 Direct Shear Test (Per Vertical Stress Point) (ASTM D 3080)Per Test $ 185.00 Consolidated Undrained with Pore Pressure Measurements (Includes backpressure saturation)(a) Consolidation and shearing of each sample; (ASTM D 4767), 3 specimens-3 pressures Per Test $ 1,200.00 (b) Consolidation and shearing of each sample; (ASTM D 4767), 1 specimens, 1 pressure Per Test $ 375.00 (c) Three consolidation stages; (non ASTM; standard industry practice)Per Test $ 650.00 One Dimensional Consolidation (ASTM D 2435/D2435M) (a) 8 Loadings & 3 unloading increments Per Test $ 475.00 (b) Each additional loading/unloading Per Load $ 50.00 One Dimensional Swell (ASTM D 4546)(a) Method A (wetting after loading tests on multiple specimens)Per Test $ 350.00 (b) Method B (single point wetting after loading test on a single specimen)Per Test $ 200.00 (c) Method C (loading after wetting test)Per Test $ 550.00 Moisture-Density Relationship ASTM D-698 and D-1557, Method B Per Test $ 170.00 ASTM D-698 and D-1557, Method C Per Test $ 185.00 Relative Density Determination Per Test $ 175.00 California Bearing Ratio (ASTM D1883) (Does not include M-D relationship)Per Test $ 275.00 Permeability Testing: Triaxial Cell Method (ASTM D 5084)Per Test $ 400.00 Falling Head Rigid Wall (Consolidometer Technique) (COE 110-2-1906)Per Test $ 170.00 Constant Head for Granular Soils (ASTM D 2434)Per Test $ 200.00 Pinhole Dispersion Hole (ASTM D4647)Per Test $ 225.00 Crumb Test (ASTM D6572)Per Test $ 50.00 Organic Content (ASTM D 2974)Per Test $ 80.00 Specific Gravity (ASTM D 854)Per Test $ 80.00 Degree of Saturation (calculated) (requires spec. gravity)Each Sample $ 10.00 Porosity (calculated) (requires spec. grav.)Each Sample $ 10.00 Laboratory Electrical Resistivity (ASTM G57/Tex 129-E)Per Test $ 150.00 pH (ASTM D4972) (single sample)Per Test $ 45.00 Soluble Chlorides (EPA 300)Per Test $ 95.00 Soluble Sulphates (ASTM C1580/Tex 145-E)Per Test $125.0/95.0Sample Preparation (Remolded sample – Using Proctor Mold) Each Sample $ 80.00 City of Corpus Christi 2020 MSA, Corpus Christi, TX October 9, 2020 Page 5 of 5 2020 STANDARD SCHEDULE OF PROFESSIONAL/TECHNICAL STAFF FEES DESCRIPTION Chief Engineer ............................................................................................................................... Per Hour $190.00 Regional Engineer//Principal Consultant ....................................................................................... Per Hour $180.00 Senior Engineer ............................................................................................................................. Per Hour $155.00 Project Engineer ............................................................................................................................ Per Hour $125.00 Project Manager ............................................................................................................................ Per Hour $110.00 Staff Engineer ................................................................................................................................ Per Hour $100.00 Drafting/CAD ................................................................................................................................... Per Hour $75.00 Geotechnician ................................................................................................................................. Per Hour $68.00 Clerical ............................................................................................................................................ Per Hour $60.00 Sample form for: Payment Request AE Contract Revised 02/01/17 COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services:Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O & M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE. FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M).EXAMPLEEXHIBIT D EXHIBIT “E” Page 1 of 2 SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation 2.Partnership 3.Sole Owner4.Association 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)N/A 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 TitleN/A 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 CommitteeN/A 4.State the names of each employee or officer of a “consultant” for the City of Corpus Christi whoworked 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 ConsultantN/A Intertek-PSI 810 S. Padre Island Dr Corpus Christi 78416 EXHIBIT “E” Page 2 of 2 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: Title: (Type or Print) 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. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d.“Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e.“Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f.“Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Karl Crenwelge Branch Manager Dec. 1, 2020 Page 1 Rev 20-6 SERVICE AGREEMENT NO. 3399 CITY OF CORPUS CHRISTI MASTER SERVICES AGREEMENT FOR GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING This Agreement is between the City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or designee and Rock Engineering & Testing Laboratory, Inc. an Texas Corporation,6817 Leopard Street Corpus Christi, TX 78409 (“Lab”). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I – PROJECT TASK ORDER ................................................................................................ 2 ARTICLE II – COMPENSATION ........................................................................................................... 2 ARTICLE III – INSURANCE REQUIREMENTS .................................................................................... 3 ARTICLE IV - INDEMNIFICATION ....................................................................................................... 3 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE ........................................... 4 ARTICLE VI - TERMINATION OF AGREEMENT ................................................................................. 4 ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT .......................................... 4 ARTICLE VIII – MISCELLANEOUS PROVISIONS ............................................................................... 5 EXHIBIT A EXHIBIT B EXHIBIT C TERMS AND CONDITIONS SCOPE OF WORK RATE SCHEDULE S EXHIBIT D EXHIBIT E SAMPLE INVOICE DISCLOSURE OF INTEREST Page 2 Rev 20-6 ARTICLE I – PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Lab agree will be performed under the terms and conditions of this Agreement. Each task Lab performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Lab. Each properly executed Task Order shall become a separate supplemental agreement to this Agreement. 1.2 The Lab shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Lab to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence in accordance with the standard of care defined in Article VIII of this Agreement. Lab will perform the services in accordance with the approved Scope of Services and with Lab’s response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.3 All services provided by Lab shall be performed in accordance with the Terms and Conditions to this Master Services Agreement attached hereto and incorporated herein as Exhibit A. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 The general scope for these Task Orders is outlined in Exhibit B. More specific scope of work will be issued for pricing when a task order is needed. 1.5 Lab must provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Lab to perform work pursuant to this Agreement shall be employees or subcontractors or subconsultants of Lab. Lab must provide City with a list of all subcontractors/subconsultants that includes the services performed by the subcontractors/subconsultants and the percentage of work performed by the subcontractor/subconsultant. Changes in Lab’s team that provides services under this Agreement must be agreed to by the City in writing. 1.6 Lab must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are issued the fully executed Task Order to proceed. ARTICLE II – COMPENSATION 2.1 The Compensation for all services performed under this Agreement shall not exceed $750,000.00. 2.2 The Lab’s fee for each Task Order will be on a quantity and unit price basis or lump sum basis with a negotiated not-to-exceed amount. The fees will not exceed those set out in the Task Order and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Lab shall price Task Orders in accordance with Exhibit C, Rate Schedule, subject to approval by the City. 2.3 All services shall be performed in accordance with the applicable standard of professional care set forth herein and to City’s satisfaction, which satisfaction shall be judged by the Director in his/her sole discretion. City shall not be liable for any payment under this Agreement for services which are unsatisfactory and which previously have not been approved by the Director. Page 3 Rev 20-6 2.4 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Lab shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Lab does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.5 Lab will submit progress invoices to City Engineer monthly and final invoice upon completion of services. Each invoice is due and payable by City within 30 days of receipt and approval to pay by the City Engineer. 2.6 Request for final compensation by Lab shall constitute a waiver of claims except those previously made in writing and identified by Lab as unsettled at the time of final Payment Request. 2.7 Any fee payable under this Agreement is subject to the availability of funds. The Lab may be directed to suspend work pending receipt and appropriation of funds. ARTICLE III – INSURANCE REQUIREMENTS 3.1 Lab must not commence work under this Agreement until all required insurance has been obtained, and such insurance has been approved by the City. Lab must not allow any subcontractor or subconsultant to commence work under this Agreement until all similar insurance required of any subcontractor or subconsultant has been obtained. 3.2 Insurance Requirements for this Agreement are set out in the Terms and Conditions to this Agreement which is attached hereto and incorporated herein as Exhibit A. ARTICLE IV - INDEMNIFICATION Lab shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person’s agent, employee or consultant, over which the City exercises control (“Indemnitee”) from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Lab or its agent, Lab under contract or another entity over which Lab exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Lab shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Lab shall reimburse the City’s reasonable attorney’s fees in proportion to the Lab’s liability. Lab must advise City in writing within 24 hours of any claim or demand against City or Lab known to Lab related to or arising out of Lab’s activities under this Agreement. Page 4 Rev 20-6 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE 5.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 5.2 This Agreement shall be applicable to all Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 5.3 The initial term of this Agreement shall be for a period of one year beginning on the Effective Date, unless extended by authority of the City Manager or designee. The Agreement may be renewed for up to one- year renewal option upon mutual agreement of the parties to be evidenced in writing prior to the expiration date of the prior term. Any renewals shall be at the same terms and conditions, plus any approved changes. 5.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Lab will perform services and provide deliverables within a reasonable time. ARTICLE VI - TERMINATION OF AGREEMENT 6.1 City may terminate this Agreement or Task Order under this Agreement, with or without cause, upon seven days written notice to Lab at the address of record. 6.2 Lab will be compensated for authorized services completed up to the date of termination. ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT 7.1 Lab grants City, or its designees, the right to audit, examine or inspect, at City’s election, all of Lab’s records relating to the work and/or services provided under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Lab agrees to retain its records for a minimum of four (4) years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 7.2 “Lab’s records” include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements, sources of information and matters that may, in City’s judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 7.3 City agrees that it shall exercise the right to audit, examine or inspect Lab’s records only during City’s regular business hours. Lab agrees to allow City’s designee access to all of Lab’s records, Lab’s facilities and Lab’s current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Lab also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 7.4 Lab shall include this audit clause in any subcontractor, supplier or vendor contract. Page 5 Rev 20-6 ARTICLE VIII – MISCELLANEOUS PROVISIONS 8.1 Assignability. The Lab will not assign, transfer or delegate any of its obligations or duties in this Agreement to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Lab staff. If the Lab is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Lab fee may be assigned in advance of receipt by the Lab without written consent of the City. The City will not pay the fees of experts or technical assistance or other Labs unless such employment, including the rate of compensation, has been approved in writing by the City. 8.2 Ownership of Documents. Lab agrees that upon payment, City shall exclusively own any and all information in whatsoever form and character produced and/or maintained in accordance with, pursuant to or as a result of this Agreement, including contract documents (plans and specifications), drawings, test results and submittal data. Lab may retain a copy for its files. 8.3 Standard of Care. Services performed by Lab will be conducted in a manner consistent with that level of skill and care ordinarily provided by competent members of the profession practicing under the same or similar circumstances and professional license. 8.4 Licensing. Lab shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 8.5 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Lab and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Lab. 8.6 Disclosure of Interest. Lab agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 8.7 Certificate of Interested Parties. Lab agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 8.8 Conflict of Interest. Lab agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary’s Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index 8.9 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 8.10 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 8.11 Public Information. The requirements of Subchapter J Chapter 552 Texas Government Code may apply to this Agreement, and the Lab agrees that the Agreement may be terminated if the Lab knowingly or Page 6 Rev 20-6 intentionally fails to comply with a requirement of that subchapter. 8.12 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 8.13 Title VI Assurance. Lab shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 8.14 Independent Contractor. The relationship between City and Lab under this Agreement shall be that of independent contractor. City may explain to Lab the City’s goals and objectives in regard to the services to be performed by Lab, but the City shall not direct Lab on how or in what manner these goals and objectives are to be met. 8.15 Conflict Resolution Between Documents. Lab hereby agrees and acknowledges if anything contained in any documents prepared by Lab and included herein, is in conflict with the terms of this Agreement, which incorporates Exhibit A, and/or an approved Task Order, this Agreement and/or the Task Order shall take precedence and control to resolve said conflict. 8.16 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City’s governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. ________________________________ Curtis A. Rock (Date) Chief Operating Officer 6817 Leopard Street Corpus Christi, Texas 78409 (361) 883-4555 Office curtis@rocktesting.com CITY OF CORPUS CHRISTI ________________________________ Michael Rodriguez (Date) Chief of Staff APPROVED AS TO LEGAL FORM ________________________________ Assistant City Attorney (Date) for City Attorney ATTEST _______________________________ Rebecca Huerta, City Secretary ROCK ENGINEERING & TESTING LABORATORY, INC. Master Services Agreement EXHIBIT A TERMS AND CONDITIONS TO GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING AGREEMENT ARTICLE 1. SERVICES: Lab will: 1.1 Provide only those services requested by City Engineer that, in the opinion of Lab, lie within the technical or professional areas of expertise of Lab and which Lab is adequately staffed and equipped to perform. 1.2 Perform technical services under the supervision of a licensed professional engineer and in compliance with the basic requirements of the appropriate standards of the American Society for Testing and Materials, where applicable and other standards designated in writing by the City Engineer. 1.3 Promptly submit formal reports (printed and electronic copies) of tests, inspections and services performed indicating, where applicable, compliance with the Project specifications or other contract documents. Such reports must be complete and factual, citing the tests performed, methods employed, values obtained and parts of the structure of the Project area subjected to any testing. 1.4 Utilize testing equipment which has been calibrated according to applicable standards and, upon request, submit to the City Engineer or designee documentation of such calibration. 1.5 Secure representative samples of those materials that the City’s contractor proposes to use which require testing, together with relevant data concerning such materials including the point of origin and supplier. 1.6 Consider reports to be confidential and distribute reports only to those persons, organizations or agencies specifically designated in writing by the City Engineer. 1.7 Pay salaries, wages, expenses, social security taxes, federal and state unemployment taxes and any other similar payroll taxes relating to the services. ARTICLE 2. CITY RESPONSIBILITIES: City Engineer or designee will: 2.1 Provide Lab with all plans, specifications, addenda, change orders, approved shop drawings and other information for the proper performance of services by Lab. 2.2 Issue authorization in writing giving Lab free access to the Project site and to all shops or yards where materials are prepared or stored. 2.3 Designate in writing those persons or firms which will act as the City’s representative with respect to Lab’s services to be performed under this Agreement and which must be promptly notified by Lab when it appears that materials tested or inspected are in non-compliance. Only the City Engineer or designee has authority to transmit instructions, receive information and data and/or interpret and define the City’s policies and decisions with respect to the Project. Lab acknowledges that certain City representatives may have different types of authority concerning the Project. 2.4 Advise Lab sufficiently in advance of any operations so as to allow for assignment of personnel by Lab for completion of the required services. Such advance notice will be in accordance with that established by mutual agreement of the parties. 2.5 Direct the Project contractor, either by the Construction Contract or direct written order, to: Master Services Agreement (a) Stop work at the appropriate times for Lab to perform contracted services; (b)Furnish such labor and all facilities needed by Lab to obtain and handle samples at the Project and to facilitate the specified inspection and tests; (c)Provide and maintain for use of Lab adequate space at the Project for safe storage and proper curing of test specimens that must remain on the Project site prior to, during and up to 60 days after testing. ARTICLE 3. GENERAL CONDITIONS 3.1 Lab, by the performance of services covered hereunder, does not in any way assume, abridge or abrogate any of those duties, responsibilities or authorities with regard to the Project that, by custom or contract, are vested in the Project architects, design engineers or any other design agencies or authorities. 3.2 Lab is not authorized to supervise, alter, relax, enlarge or release any requirement of the Project specifications or other contract documents nor to approve or accept any portion of the work. Lab does not have the right of rejection or the right to stop the work. City Engineer will direct the Project contractor to stop work at appropriate times for Lab to conduct the sampling, testing or inspection of operations covered by the Agreement. ARTICLE 4. FIELD MONITORING AND TESTING 4.1 City and Lab agree that Lab will be on-site to perform inspections for contracted services. The City and Lab also agree that Lab will not assume responsibility for Project contractor's means, methods, techniques, sequences or procedures of construction, and it is understood that the final services provided by Lab will not relieve the Project contractor of its responsibilities for performing the work in accordance with the Project plans and specifications. For the purposes of this Agreement, the word "inspection" is used to mean periodic observation of the work and the conducting of tests by Lab as specified in the Agreement. Continuous monitoring by Lab or its subcontractors does not mean that Lab is approving placement of materials. Inspection is not and should not be construed to be a warranty by Lab to the City or any other party. 4.2 Samples collected or tested by Lab remain the property of the City while in the custody of the Lab. Lab will retain the samples for a period of 60 days following the date of submission of any report related to the sample. Following the retention period, Lab will dispose of non-hazardous samples, and return hazardous, acutely toxic or radioactive samples and samples’ containers and residues to City. City agrees to accept such samples and samples’ containers. ARTICLE 5. INSURANCE REQUIREMENTS 5.1 Lab must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Lab must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 5.2 Lab must furnish to the Director of Engineering Services with the signed agreement (or amendment) a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage. The City must be listed as an additional insured on the General Liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. Master Services Agreement TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability including: 1.Commercial Broad Form 2. Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate AUTO LIABILITY (including) 1. Owned 2.Hired and Non-Owned 3. Rented/Leased $500,000 Combined Single Limit PROFESSIONAL LIABILITY (Errors and Omissions) $1,000,000 Per Claim $2,000,000 Aggregate (Defense costs must be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS’ COMPENSATION (All States Endorsement if Company is not domiciled in Texas) Employer’s Liability Statutory $500,000 /$500,000 /$500,000 POLLUTION LIABILITY Required if boring, sampling or excavating > 5 ft below grade $1,000,000 Per Claim 5.3 In the event of accidents of any kind related to this agreement, Lab must furnish the City with copies of all reports of any accidents within 10 days of the accident. 5.4 Applicable for paid employees, Lab must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the T exas Department of Insurance. The workers’ compensation coverage provided must be in an amount sufficient to assure that all workers’ compensation obligations incurred by the Lab will be promptly met. An All States Endorsement shall be required if Lab is not domiciled in the State of Texas. Master Services Agreement 5.5 Lab shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lab'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. Lab is required to provide City with renewal Certificates. 5.6 Lab shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lab 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 5.7 Lab agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: (a) List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy and professional liability/Errors & Omissions policy; (b)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; (c)Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and (d)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. 5.8 Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Lab shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Lab's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 5.9 In addition to any other remedies the City may have upon Lab'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 Lab to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lab hereunder until Lab demonstrates compliance with the requirements hereof. 5.10 Nothing herein contained shall be construed as limiting in any way the extent to which Lab may be held responsible for payments of damages to persons or property resulting from Lab's or its subcontractor’s performance of the work covered under this agreement. 5.11 It is agreed that Lab'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. 5.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Master Services Agreement ARTICLE 6. CLAIMS 6.1 Claims arising from this Agreement shall be made in writing, sworn to and signed by an authorized representative. The responsibility to substantiate a claim rests with the party making the claim. 6.2 All negotiations pursuant to this Article are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 6.3 In case of litigation between the parties, Lab and City agree that neither party shall be responsible for payment of attorney’s fees pursuant to any law or other provision for payment of attorneys’ fees. Both Parties expressly waive any claim to attorney’s fees should litigation result from any dispute under this Agreement. 6.4 In case of litigation between the parties, Lab and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. ARTICLE 7. SAFETY City and Lab agree that, in accordance with the generally accepted construction practice, the Project’s general contractor will be solely and completely responsible for working conditions on the Project, including safety of all persons and property during the performance of the work and for compliance with all municipal, state and federal laws, rules and regulations, including OSHA. The duty of Lab in providing services is not, therefore, to include any review of, or responsibility for, the adequacy of the Project’s general contractor's safety measures in, on or near the Project site. Geotechnical Testing and Construction Material Testing – services that include specified geological and geotechnical field operations, laboratory testing and engineering analysis for various projects. Geotechnical Engineering The A/E shall perform geotechnical engineering services that include specified Geological and Geotechnical Field Operation, Testing Program and Engineering Analysis for various infrastructure construction projects identified in each task order. Materials Engineering The A/E shall perform and supervise all sampling, testing, inspection work, and related services for various infrastructure construction projects identified in each task order. Engineering Reports for Geotechnical and Materials Engineering The A/E will submit a Report of Findings for each task order. Reports may contain but are not limited to items such as: •A description of the field exploration and laboratory tests •maps of boring locations •Boring logs o Note (provide narrative of) the location of the bores relative to the street section in the report. For example, was the bore in the middle of the center turn lane, in the outer westbound lane, between the 2 eastbound lanes, approximately 1-ft from the edge of the gutter in the eastbound lane, etcetera. •A discussion of the engineering properties of the subsurface materials encountered •Trench excavation design parameters •OSHA soil type classification •Pavement Section recommendations o Include asphalt pavement options o If a thick pavement section is recommended (including surface, base, & subgrade), provide alternative options to reduce the thickness (i.e. multiple geogrid layers, increased hotmix, etc.). Notify the City PM to discuss prior to finalizing the report. o Include narrative of benefits/risks of proposed components o Recommendations for prolonging/protecting the pavement sections (i.e. not driving on unprotected base, backfilling within 48-hrs to protect base). •Design Parameterso30 Year Design Life GEOTECHNICAL AND CONSTRUCTION MATERIAL TESTING EXHIBIT B SCOPE OF WORK ROCK ENGINEERING & TESTING LABORATORY, INC. 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 • www.rocktesting.com • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE Tuesday, December 08, 2020 City of Corpus Christi 1201 Leopard St Corpus Christi, TX 78401 SUBJECT: RFQ 3178 GEOTECHNICAL TESTING AND CONSTRUCTION AND MATERIAL TESTING CITY OF CORPUS CHRISTI RETL Cost Proposal: P110520A Revision 3 Dear Mr. Edmonds, Rock Engineering and Testing Laboratory, Inc. (RETL) (TBPE Firm No. 2101) is pleased to provide the attached Scope of Work and Cost Proposal for RFQ 3178 Geotechnical Testing and Construction and Material Testing. Sincerely, . Curtis Rock Chief Administrative Officer Enclosures: Scope of Work and Cost Proposal ROCK ENGINEERING AND TESTING LABORATORY SCOPE OF WORK AND COST PROPOSAL #P110520A GEOTECHNICAL DRILLING UNIT PROPOSED RATES TRUCK MOUNTED DRILL RIG MOB/DEMOB (local within 60 miles roundtrip)EA 365.00$ TRUCK MILEAGE BEYOND 60 MILES ROUNDTRIP MILE 4.00$ ATV MOUNTED DRILL RIG MOB/DEMOB EA 3,850.00$ BARGE MOBILIZATION AND DEMOBILIZATION LS 7,700.00$ BARGE MOUNTED DRILLING SERVICES DAY 5,280.00$ CREW BOAT DAY 990.00$ SUPPORT TRUCK DAY 80.00$ STANDBY DRILL RIG/CREW HR 275.00$ 1. Depths 0 to 50 feet LF 22.00$ 2. Depths 50 to 100 feet LF 26.00$ 3. Depths 100 to 150 feet LF 30.00$ 4. Daily Rate DAY 3,500.00$ 5. Grouting of 4-inch Diameter Boreholes LF 6.50$ 6. Grouting of 8-inch Diameter Boreholes LF 19.00$ 1. Depths 0 to 50 feet LF 23.00$ 2. Depths 50 to 100 feet LF 27.00$ 3. Depths 100 up to 150 feet LF 35.00$ 4. Daily Rate DAY 3,720.00$ 5. Grouting of Boreholes LF 21.00$ HOLLOW STEM/SOLID FLIGHT AUGER - ATV MOUNTED RIG DAY 3,500.00$ MUD ROTARY - ATV MOUNTED RIG DAY 3,500.00$ 1. Depths 0 to 50 feet LF 30.00$ 2. Depths 50 up to 100 feet LF 36.00$ 3. Daily Rate DAY 3,200.00$ MISCELLANEOUS ASPHALT PAVEMENT CORE AND PATCH (Maximum 6 inch thickness)EA 160.00$ ASPHALT PAVEMENT CORE AND PATCH (Greater than 6 inches)INCH 3.75$ CONCRETE PAVEMENT CORE AND PATCH (Maximum 6-inch thickness)EA 175.00$ CONCRETE PAVEMENT CORE AND PATCH (Greater than 6 inches)INCH 5.50$ CORING EQUIPMENT DAY 160.00$ TRAFFIC CONTROL (Outside TxDOT Right-of-Way)DAY 2,200.00$ TRAFFIC CONTROL (Within TxDOT Right-of-Way)DAY 3,300.00$ TRAFFIC CONTROL PLANS EA 2,000.00$ RFQ 3178 - GEOTECHNICAL TESTING AND CONSTRUCTION AND MATERIAL TESTING HOLLOW STEM/SOLID FLIGHT AUGER - TRUCK MOUNTED RIG MUD ROTARY - TRUCK MOUNTED RIG CONE PENETROMETER TESTING - TRUCK MOUNTED RIG ROCK ENGINEERING AND TESTING LABORATORY SCOPE OF WORK AND COST PROPOSAL #P110520A RFQ 3178 - GEOTECHNICAL TESTING AND CONSTRUCTION AND MATERIAL TESTING CONSTRUCTION MATERIALS TESTING - FIELD UNIT PROPOSED RATES NUCLEAR GAUGE EQUIPMENT FEE TRIP 50.00$ SIEVE ANALYSIS OF ROAD-MIX STABILIZED MATERIAL TX-101-E PART III EA 88.00$ IN-PLACE DENSITY BY NUCLEAR GAUGE (3 locations) ASTM D6938 TRIP 88.00$ IN-PLACE DENSITY BY NUCLEAR GAUGE (Each additional location) ASTM D6938 EA 30.00$ DRILLED PIER/AUGER CAST PILE OBSERVATIONS HR 88.00$ FIELD RESISTIVITY ASTM G57 EA 500.00$ PROOF ROLLING OBSERVATION (Soil)HR 80.00$ WINDSOR PIN (Sets of 3) ASTM C803 EA 280.00$ SCHMIDT HAMMER TEST (Per Area) ASTM C805 EA 200.00$ AIR CONTENT OF FRESHLY MIXED CONCRETE ASTM C173/C231 EA 21.00$ CONCRETE CORING EQUIPMENT DAY 160.00$ PATCHING CORES EA 28.00$ REBAR/PRE-POUR INSPECTION HR 80.00$ GROUT INSPECTION HR 80.00$ TENDON INSPECTION HR 98.00$ SLUMP ASTM C143 EA 21.00$ TEMPERATURE OF CONCRETE ASTM C1064 EA 21.00$ CONC CYLINDERS SAMPLING/COMPRESSIVE STRENGTH (Set of 4) ASTM C31/C39 SET 190.00$ CONC CYLINDERS SAMPLING/COMPRESSIVE STRENGTH (each add. cylinder) ASTM C31/C39 EA 47.50$ FLEXURAL STRENGTH OF CONCRETE ASTM C78 EA 67.50$ MORTAR CUBES (3 per set) ASTM C109 SET 130.00$ MORTAR CUBES (each additional cube) ASTM C109 EA 43.50$ GROUT PRISMS (4 per set) ASTM C1019 SET 185.00$ GROUT PRISMS (each additional prism) ASTM C1019 EA 46.25$ GROUT CUBES ASTM C942 EA 46.25$ HMAC CORING EQUIPMENT DAY 160.00$ ROLLING PATTERN (HMAC)HR 80.00$ DEPTH CHECKS HR 80.00$ CERTIFIED WELDING INSPECTOR (Minimum 4 hours)HR 155.00$ BOLTING INSPECTION (Minimum 4 hours)HR 155.00$ NDT LEVEL II INSPECTOR DAY 2,200.00$ FLOOR FLATNESS/LEVELNESS (Minimum 4 hours with 2 technicians) ASTM E1155 HR 155.00$ FLOOR MOISTURE (Vapor Emission Rate using Calcium Chloride) ASTM F1869 EA 60.00$ FLOOR MOISTURE (Relative Humidity using insitu probes) ASTM F2170 EA 180.00$ FLOOR MOISTURE (by Plastic Sheet Method) ASTM D4263 EA 37.00$ FIREPROOFING THICKNESS ASTM E605 EA 60.00$ FIREPROOFING DENSITY ASTM E605 EA 120.00$ FIREPROOFING ADHESION/COHESION ASTM E736 EA 180.00$ TRAFFIC CONTROL (Outside TxDOT Right-of-Way)DAY 2,200.00$ TRAFFIC CONTROL (Within TxDOT Right-of-Way)DAY 3,300.00$ TRAFFIC CONTROL PLANS EA 2,000.00$ VEHICLE (TRIP CHARGE/LOCAL)TRIP 39.00$ MISCELLANEOUS OTHER SPECIAL INSPECTIONS & TESTING ASPHALT CONCRETE/MASONRY SOIL ROCK ENGINEERING AND TESTING LABORATORY SCOPE OF WORK AND COST PROPOSAL #P110520A RFQ 3178 - GEOTECHNICAL TESTING AND CONSTRUCTION AND MATERIAL TESTING LABORATORY & MATERIALS TESTING UNIT PROPOSED RATES SAMPLE PREPARATION CHARGE (HMAC/LIMESTONE)EA 80.00$ SOIL-LIME PROPORTION (using pH) ASTM D6276 EA 300.00$ MOISTURE CONTENT ASTM D2216 EA 13.00$ ONE DIMENSIONAL SWELL TEST ASTM D4546 EA 160.00$ ONE DIMENSIONAL CONSOLIDATION TEST (incremental loading) ASTM D2435 EA 635.00$ UNCONFINED COMPRESSIVE STRENGTH TEST (cohesive soil) ASTM D2166 EA 69.00$ pH of Soil ASTM D4972 EA 34.00$ SOIL RESISTIVITY ASTM G187 EA 56.00$ SULFATE AND CHLORIDE CONTENT IN SOIL ASTM D4327 EA 150.00$ AGGREGATE UNIT WEIGHT AND VOIDS ASTM C29 EA 276.00$ PLASTICITY INDEX OF SOILS Tex-106-E EA 126.00$ ATTERBERG LIMITS/PLASTICITY INDEX ASTM D4318 (SUBGRADE SOILS)EA 72.00$ ATTERBERG LIMITS/PLASTICITY INDEX ASTM D4318 (SOILS W/AGGREGATE)EA 112.00$ HYDROMETER GRAIN SIZE ANALYSIS ASTM D7928 EA 140.00$ PARTICLE SIZE DIST USING SIEVE ANALYSIS ASTM C136/D6913 EA 125.00$ SPECIFIC GRAVITY - COARSE AGGREGATES ASTM C127 EA 125.00$ SPECIFIC GRAVITY - FINE AGGREGATES ASTM C128 EA 125.00$ FINENESS MODULUS Tex-402-A EA 126.00$ MICRO-DEVAL ABRASION Tex-461-A EA 410.00$ MOISTURE DENSITY RELATIONSHIP SUBGRADE (Standard PROCTOR - ASTM D698)EA 215.00$ MOISTURE DENSITY RELATIONSHIP BASE MATERIALS (Modified PROCTOR ASTM D1557)EA 225.00$ MOISTURE-DENSITY RELATIONSHIP OF BASE MATERIALS Tex-113-E EA 240.00$ MOISTURE-DENSITY RELATIONSHIP SUBGRADE/EMBANK/BACKFILL Tex-114-E EA 230.00$ ORGANIC IMPURITIES ASTM C40 EA 62.00$ CEMENT / LIME SERIES ASTM D558 (3 PERCENTAGES)3 SETS 500.00$ FLAT/ELONGATED PARTICLES (ASTM D4791 EA 300.00$ PERMEABILITY (REMOLDED) ASTM D5084 EA 475.00$ PERMEABILITY (EXTRUDED) ASTM D5084 EA 345.00$ SAND EQUIVALENT VALUE ASTM D2419 EA 122.00$ WET BALL MILL Tex-116-E EA 410.00$ LA ABRASION ASTM C131/ASTM C535 EA 410.00$ FINER THAN #200 MESH (Decantation) ASTM C117 EA 82.00$ CALIFORNIA BEARING RATIO (3 Point) ASTM D1883 EA 675.00$ TXDOT TRIAXIAL SERIES Tex-117-E EA 1,780.00$ COARSE AGGREGATE ANGULARITY Tex-460-A Part I EA 74.00$ DECANTATION Tex-406-A EA 250.00$ DELETERIOUS MATERIAL Tex-413-A EA 100.00$ MAGNESIUM SULFATE SOUNDNESS 5 CYCLES Tex-411-A EA 378.00$ UNCONSOLIDATED UNDRAINED (UU) TRIAXIAL COMPRESSION TEST ASTM D2850 EA 125.00$ CONSOLIDATED UNDRAINED (UU) TRIAXIAL COMPRESSION TEST ASTM D4767 1. SET OF THREE SET 1,575.00$ 2. MULTISTAGE EA 1,350.00$ CONCRETE CYLINDERS COMPRESSIVE STRENGTH ONLY ASTM C39 EA 24.50$ CUBES COMPRESSIVE STRENGTH ONLY ASTM C109 EA 24.50$ PRISMS COMPRESSIVE STRENGTH ONLY ASTM C1019 EA 28.50$ UNIT WEIGHT ASTM C138 EA 60.50$ ASPHALT FULL SERIES (ASTM C117, C136, D2041, D6307)EA 817.00$ ASPHALT CORED IN PLACE DENSITY Tex-207-F EA 130.00$ ASPHALT CORE - TRIMMING EA 36.00$ ASPHALT CONCRETE/MASONRY SOIL/AGGREGATE ROCK ENGINEERING AND TESTING LABORATORY SCOPE OF WORK AND COST PROPOSAL #P110520A RFQ 3178 - GEOTECHNICAL TESTING AND CONSTRUCTION AND MATERIAL TESTING LABOR/PERSONNEL UNIT PROPOSED RATES PRINCIPAL HR 180.00$ SENIOR ENGINEER HR 180.00$ STAFF ENGINEER II HR 155.00$ STAFF ENGINEER I HR 130.00$ ENGINEER IN TRAINING (EIT)HR 115.00$ GEOTECHNICAL DRILLING COORDINATOR HR 115.00$ GEOTECHNICAL DRILLING LOGGER HR 105.00$ CERTIFIED WELDING INSPECTOR (Minimum 4 hours)HR 155.00$ SENIOR PROJECT MANAGER HR 130.00$ PROJECT MANAGER HR 115.00$ SENIOR FIELD TECHNICIAN HR 98.00$ FIELD TECHNICIAN LEVEL 2 HR 88.00$ FIELD TECHNICIAN LEVEL 1 HR 80.00$ FIELD TECHNICIAN DAY RATE DAY 880.00$ ADMINISTRATIVE HR 52.00$ Overtime/Holiday/After Hour rates will be billed at 1.5 times the provided Unit Rate Any required specialty testing or testing not included on this rate sheet will be billed at cost plus 20% Specialty testing includes but is not limited to: PDA, PIT, PILE LOAD TESTING, BOLT PULLING, PIEZOMETERS, MONITORING WELLS, ETC Sample form for: Payment Request AE Contract Revised 02/01/17 COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services:Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O & M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE. FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M).EXAMPLEEXHIBIT D EXHIBIT “E” Page 1 of 2 SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation 2.Partnership 3.Sole Owner 4.Association 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)N/A 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 TitleN/A 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 CommitteeN/A 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 N/A EXHIBIT “E” Page 2 of 2 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: Title: (Type or Print) 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. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d.“Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e.“Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f.“Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Page 1 Rev 20-6 SERVICE AGREEMENT NO. 3391 CITY OF CORPUS CHRISTI MASTER SERVICES AGREEMENT FOR GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING This Agreement is between the City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or designee and Terracon Consultants, Inc an Texas Corporation,3606 Wow Road, Corpus Christi, Texas 78413 (“Lab”). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I – PROJECT TASK ORDER ................................................................................................ 2 ARTICLE II – COMPENSATION ........................................................................................................... 2 ARTICLE III – INSURANCE REQUIREMENTS .................................................................................... 3 ARTICLE IV - INDEMNIFICATION ....................................................................................................... 3 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE ........................................... 4 ARTICLE VI - TERMINATION OF AGREEMENT ................................................................................. 4 ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT .......................................... 4 ARTICLE VIII – MISCELLANEOUS PROVISIONS ............................................................................... 5 EXHIBIT A TERMS AND CONDITIONS EXHIBIT B SCOPE OF WORK EXHIBIT C RATE SCHEDULE EXHIIBIT D SAMPLE INVOICE EXHIBIT E DISCLOSURE OF INTEREST Page 2 Rev 20-6 ARTICLE I – PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Lab agree will be performed under the terms and conditions of this Agreement. Each task Lab performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Lab. Each properly executed Task Order shall become a separate supplemental agreement to this Agreement. 1.2 The Lab shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Lab to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence in accordance with the standard of care defined in Article VIII of this Agreement. Lab will perform the services in accordance with the approved Scope of Services and with Lab’s response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.3 All services provided by Lab shall be performed in accordance with the Terms and Conditions to this Master Services Agreement attached hereto and incorporated herein as Exhibit A. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 The general scope for these Task Orders is outlined in Exhibit B. More specific scope of work will be issued for pricing when a task order is needed. 1.5 Lab must provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Lab to perform work pursuant to this Agreement shall be employees or subcontractors or subconsultants of Lab. Lab must provide City with a list of all subcontractors/subconsultants that includes the services performed by the subcontractors/subconsultants and the percentage of work performed by the subcontractor/subconsultant. Changes in Lab’s team that provides services under this Agreement must be agreed to by the City in writing. 1.6 Lab must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are issued the fully executed Task Order to proceed. ARTICLE II – COMPENSATION 2.1 The Compensation for all services performed under this Agreement shall not exceed $750,000.00. 2.2 The Lab’s fee for each Task Order will be on a quantity and unit price basis or lump sum basis with a negotiated not-to-exceed amount. The fees will not exceed those set out in the Task Order and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Lab shall price Task Orders in accordance with Exhibit C, Rate Schedule, subject to approval by the City. 2.3 All services shall be performed in accordance with the applicable standard of professional care set forth herein and to City’s satisfaction, which satisfaction shall be judged by the Director in his/her sole discretion. City shall not be liable for any payment under this Agreement for services which are unsatisfactory and which previously have not been approved by the Director. Page 3 Rev 20-6 2.4 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Lab shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Lab does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.5 Lab will submit progress invoices to City Engineer monthly and final invoice upon completion of services. Each invoice is due and payable by City within 30 days of receipt and approval to pay by the City Engineer. 2.6 Request for final compensation by Lab shall constitute a waiver of claims except those previously made in writing and identified by Lab as unsettled at the time of final Payment Request. 2.7 Any fee payable under this Agreement is subject to the availability of funds. The Lab may be directed to suspend work pending receipt and appropriation of funds. ARTICLE III – INSURANCE REQUIREMENTS 3.1 Lab must not commence work under this Agreement until all required insurance has been obtained, and such insurance has been approved by the City. Lab must not allow any subcontractor or subconsultant to commence work under this Agreement until all similar insurance required of any subcontractor or subconsultant has been obtained. 3.2 Insurance Requirements for this Agreement are set out in the Terms and Conditions to this Agreement which is attached hereto and incorporated herein as Exhibit A. ARTICLE IV - INDEMNIFICATION Lab shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person’s agent, employee or consultant, over which the City exercises control (“Indemnitee”) from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Lab or its agent, Lab under contract or another entity over which Lab exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Lab shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Lab shall reimburse the City’s reasonable attorney’s fees in proportion to the Lab’s liability. Lab must advise City in writing within 24 hours of any claim or demand against City or Lab known to Lab related to or arising out of Lab’s activities under this Agreement. Page 4 Rev 20-6 ARTICLE V – TERM; RENEWALS; TIMES FOR RENDERING SERVICE 5.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 5.2 This Agreement shall be applicable to all Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 5.3 The initial term of this Agreement shall be for a period of one year beginning on the Effective Date, unless extended by authority of the City Manager or designee. The Agreement may be renewed for up to one- year renewal option upon mutual agreement of the parties to be evidenced in writing prior to the expiration date of the prior term. Any renewals shall be at the same terms and conditions, plus any approved changes. 5.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Lab will perform services and provide deliverables within a reasonable time. ARTICLE VI - TERMINATION OF AGREEMENT 6.1 City may terminate this Agreement or Task Order under this Agreement, with or without cause, upon seven days written notice to Lab at the address of record. 6.2 Lab will be compensated for authorized services completed up to the date of termination. ARTICLE VII – RECORD RETENTION; RIGHT OF REVIEW AND AUDIT 7.1 Lab grants City, or its designees, the right to audit, examine or inspect, at City’s election, all of Lab’s records relating to the work and/or services provided under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Lab agrees to retain its records for a minimum of four (4) years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 7.2 “Lab’s records” include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements, sources of information and matters that may, in City’s judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 7.3 City agrees that it shall exercise the right to audit, examine or inspect Lab’s records only during City’s regular business hours. Lab agrees to allow City’s designee access to all of Lab’s records, Lab’s facilities and Lab’s current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Lab also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 7.4 Lab shall include this audit clause in any subcontractor, supplier or vendor contract. Page 5 Rev 20-6 ARTICLE VIII – MISCELLANEOUS PROVISIONS 8.1 Assignability. The Lab will not assign, transfer or delegate any of its obligations or duties in this Agreement to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Lab staff. If the Lab is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Lab fee may be assigned in advance of receipt by the Lab without written consent of the City. The City will not pay the fees of experts or technical assistance or other Labs unless such employment, including the rate of compensation, has been approved in writing by the City. 8.2 Ownership of Documents. Lab agrees that upon payment, City shall exclusively own any and all information in whatsoever form and character produced and/or maintained in accordance with, pursuant to or as a result of this Agreement, including contract documents (plans and specifications), drawings, test results and submittal data. Lab may retain a copy for its files. 8.3 Standard of Care. Services performed by Lab will be conducted in a manner consistent with that level of skill and care ordinarily provided by competent members of the profession practicing under the same or similar circumstances and professional license. 8.4 Licensing. Lab shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 8.5 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Lab and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Lab. 8.6 Disclosure of Interest. Lab agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 8.7 Certificate of Interested Parties. Lab agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 8.8 Conflict of Interest. Lab agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary’s Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index 8.9 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 8.10 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 8.11 Public Information. The requirements of Subchapter J Chapter 552 Texas Government Code may apply to this Agreement, and the Lab agrees that the Agreement may be terminated if the Lab knowingly or Page 6 Rev 20-6 intentionally fails to comply with a requirement of that subchapter. 8.12 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 8.13 Title VI Assurance. Lab shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 8.14 Independent Contractor. The relationship between City and Lab under this Agreement shall be that of independent contractor. City may explain to Lab the City’s goals and objectives in regard to the services to be performed by Lab, but the City shall not direct Lab on how or in what manner these goals and objectives are to be met. 8.15 Conflict Resolution Between Documents. Lab hereby agrees and acknowledges if anything contained in any documents prepared by Lab and included herein, is in conflict with the terms of this Agreement, which incorporates Exhibit A, and/or an approved Task Order, this Agreement and/or the Task Order shall take precedence and control to resolve said conflict. 8.16 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City’s governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. TERRACON CONSULTANTS, INC. ________________________________ Tom Barker (Date) Office Manager 3606 Wow Road Corpus Christi, Texas 78413 (361) 420-6000 Tom.Barker@terracon.com CITY OF CORPUS CHRISTI ________________________________ Michael Rodriguez (Date) Chief of Staff APPROVED AS TO LEGAL FORM ________________________________ Assistant City Attorney (Date) for City Attorney ATTEST _______________________________ Rebecca Huerta, City Secretary Master Services Agreement EXHIBIT A TERMS AND CONDITIONS TO GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING AGREEMENT ARTICLE 1. SERVICES: Lab will: 1.1 Provide only those services requested by City Engineer that, in the opinion of Lab, lie within the technical or professional areas of expertise of Lab and which Lab is adequately staffed and equipped to perform. 1.2 Perform technical services under the supervision of a licensed professional engineer and in compliance with the basic requirements of the appropriate standards of the American Society for Testing and Materials, where applicable and other standards designated in writing by the City Engineer. 1.3 Promptly submit formal reports (printed and electronic copies) of tests, inspections and services performed indicating, where applicable, compliance with the Project specifications or other contract documents. Such reports must be complete and factual, citing the tests performed, methods employed, values obtained and parts of the structure of the Project area subjected to any testing. 1.4 Utilize testing equipment which has been calibrated according to applicable standards and, upon request, submit to the City Engineer or designee documentation of such calibration. 1.5 Secure representative samples of those materials that the City’s contractor proposes to use which require testing, together with relevant data concerning such materials including the point of origin and supplier. 1.6 Consider reports to be confidential and distribute reports only to those persons, organizations or agencies specifically designated in writing by the City Engineer. 1.7 Pay salaries, wages, expenses, social security taxes, federal and state unemployment taxes and any other similar payroll taxes relating to the services. ARTICLE 2. CITY RESPONSIBILITIES: City Engineer or designee will: 2.1 Provide Lab with all plans, specifications, addenda, change orders, approved shop drawings and other information for the proper performance of services by Lab. 2.2 Issue authorization in writing giving Lab free access to the Project site and to all shops or yards where materials are prepared or stored. 2.3 Designate in writing those persons or firms which will act as the City’s representative with respect to Lab’s services to be performed under this Agreement and which must be promptly notified by Lab when it appears that materials tested or inspected are in non-compliance. Only the City Engineer or designee has authority to transmit instructions, receive information and data and/or interpret and define the City’s policies and decisions with respect to the Project. Lab acknowledges that certain City representatives may have different types of authority concerning the Project. 2.4 Advise Lab sufficiently in advance of any operations so as to allow for assignment of personnel by Lab for completion of the required services. Such advance notice will be in accordance with that established by mutual agreement of the parties. 2.5 Direct the Project contractor, either by the Construction Contract or direct written order, to: Master Services Agreement (a) Stop work at the appropriate times for Lab to perform contracted services; (b)Furnish such labor and all facilities needed by Lab to obtain and handle samples at the Project and to facilitate the specified inspection and tests; (c)Provide and maintain for use of Lab adequate space at the Project for safe storage and proper curing of test specimens that must remain on the Project site prior to, during and up to 60 days after testing. ARTICLE 3. GENERAL CONDITIONS 3.1 Lab, by the performance of services covered hereunder, does not in any way assume, abridge or abrogate any of those duties, responsibilities or authorities with regard to the Project that, by custom or contract, are vested in the Project architects, design engineers or any other design agencies or authorities. 3.2 Lab is not authorized to supervise, alter, relax, enlarge or release any requirement of the Project specifications or other contract documents nor to approve or accept any portion of the work. Lab does not have the right of rejection or the right to stop the work. City Engineer will direct the Project contractor to stop work at appropriate times for Lab to conduct the sampling, testing or inspection of operations covered by the Agreement. ARTICLE 4. FIELD MONITORING AND TESTING 4.1 City and Lab agree that Lab will be on-site to perform inspections for contracted services. The City and Lab also agree that Lab will not assume responsibility for Project contractor's means, methods, techniques, sequences or procedures of construction, and it is understood that the final services provided by Lab will not relieve the Project contractor of its responsibilities for performing the work in accordance with the Project plans and specifications. For the purposes of this Agreement, the word "inspection" is used to mean periodic observation of the work and the conducting of tests by Lab as specified in the Agreement. Continuous monitoring by Lab or its subcontractors does not mean that Lab is approving placement of materials. Inspection is not and should not be construed to be a warranty by Lab to the City or any other party. 4.2 Samples collected or tested by Lab remain the property of the City while in the custody of the Lab. Lab will retain the samples for a period of 60 days following the date of submission of any report related to the sample. Following the retention period, Lab will dispose of non-hazardous samples, and return hazardous, acutely toxic or radioactive samples and samples’ containers and residues to City. City agrees to accept such samples and samples’ containers. ARTICLE 5. INSURANCE REQUIREMENTS 5.1 Lab must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Lab must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 5.2 Lab must furnish to the Director of Engineering Services with the signed agreement (or amendment) a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage. The City must be listed as an additional insured on the General Liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. Master Services Agreement TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability including: 1.Commercial Broad Form 2. Premises – Operations 3.Products/ Completed Operations 4.Contractual Liability 5.Independent Contractors 6.Personal Injury- Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate AUTO LIABILITY (including) 1. Owned 2.Hired and Non-Owned 3. Rented/Leased $500,000 Combined Single Limit PROFESSIONAL LIABILITY (Errors and Omissions) $1,000,000 Per Claim $2,000,000 Aggregate (Defense costs must be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS’ COMPENSATION (All States Endorsement if Company is not domiciled in Texas) Employer’s Liability Statutory $500,000 /$500,000 /$500,000 POLLUTION LIABILITY Required if boring, sampling or excavating > 5 ft below grade $1,000,000 Per Claim 5.3 In the event of accidents of any kind related to this agreement, Lab must furnish the City with copies of all reports of any accidents within 10 days of the accident. 5.4 Applicable for paid employees, Lab must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the T exas Department of Insurance. The workers’ compensation coverage provided must be in an amount sufficient to assure that all workers’ compensation obligations incurred by the Lab will be promptly met. An All States Endorsement shall be required if Lab is not domiciled in the State of Texas. Master Services Agreement 5.5 Lab shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lab'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. Lab is required to provide City with renewal Certificates. 5.6 Lab shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lab 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 5.7 Lab agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: (a) List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy and professional liability/Errors & Omissions policy; (b)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; (c)Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and (d)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. 5.8 Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Lab shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Lab's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 5.9 In addition to any other remedies the City may have upon Lab'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 Lab to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lab hereunder until Lab demonstrates compliance with the requirements hereof. 5.10 Nothing herein contained shall be construed as limiting in any way the extent to which Lab may be held responsible for payments of damages to persons or property resulting from Lab's or its subcontractor’s performance of the work covered under this agreement. 5.11 It is agreed that Lab'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. 5.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Master Services Agreement ARTICLE 6. CLAIMS 6.1 Claims arising from this Agreement shall be made in writing, sworn to and signed by an authorized representative. The responsibility to substantiate a claim rests with the party making the claim. 6.2 All negotiations pursuant to this Article are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 6.3 In case of litigation between the parties, Lab and City agree that neither party shall be responsible for payment of attorney’s fees pursuant to any law or other provision for payment of attorneys’ fees. Both Parties expressly waive any claim to attorney’s fees should litigation result from any dispute under this Agreement. 6.4 In case of litigation between the parties, Lab and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. ARTICLE 7. SAFETY City and Lab agree that, in accordance with the generally accepted construction practice, the Project’s general contractor will be solely and completely responsible for working conditions on the Project, including safety of all persons and property during the performance of the work and for compliance with all municipal, state and federal laws, rules and regulations, including OSHA. The duty of Lab in providing services is not, therefore, to include any review of, or responsibility for, the adequacy of the Project’s general contractor's safety measures in, on or near the Project site. Geotechnical Testing and Construction Material Testing – services that include specified geological and geotechnical field operations, laboratory testing and engineering analysis for various projects. Geotechnical Engineering The A/E shall perform geotechnical engineering services that include specified Geological and Geotechnical Field Operation, Testing Program and Engineering Analysis for various infrastructure construction projects identified in each task order. Materials Engineering The A/E shall perform and supervise all sampling, testing, inspection work, and related services for various infrastructure construction projects identified in each task order. Engineering Reports for Geotechnical and Materials Engineering The A/E will submit a Report of Findings for each task order. Reports may contain but are not limited to items such as: •A description of the field exploration and laboratory tests •maps of boring locations •Boring logs o Note (provide narrative of) the location of the bores relative to the street section in the report. For example, was the bore in the middle of the center turn lane, in the outer westbound lane, between the 2 eastbound lanes, approximately 1-ft from the edge of the gutter in the eastbound lane, etcetera. •A discussion of the engineering properties of the subsurface materials encountered •Trench excavation design parameters •OSHA soil type classification •Pavement Section recommendations o Include asphalt pavement options o If a thick pavement section is recommended (including surface, base, & subgrade), provide alternative options to reduce the thickness (i.e. multiple geogrid layers, increased hotmix, etc.). Notify the City PM to discuss prior to finalizing the report. o Include narrative of benefits/risks of proposed components o Recommendations for prolonging/protecting the pavement sections (i.e. not driving on unprotected base, backfilling within 48-hrs to protect base). •Design Parameterso30 Year Design Life GEOTECHNICAL AND CONSTRUCTION MATERIAL TESTING EXHIBIT B SCOPE OF WORK Sample form for: Payment Request AE Contract Revised 02/01/17 COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services:Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O & M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE. FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M).EXAMPLEEXHIBIT D RFQ NO. 3178 Geotechnical Testing and Construction Materials Testing Clarissa Johnson Proposal Evaluation Ardaman & Associates Arias Geoprofessionals Intertek-PSI Raba-Kistner Rock Engineering Terracon Tolunay Wong Engineers Trinity Soils Investigations TTL (PASS/FAIL) Licensing/Certification No material lawsuits during last 5 years No material regulatory issues last 5 years References Provided for firm TECHNICAL PROPOSAL (50 PTS)36 43 44 36 43 44 40 30 41 Firms' Experience (15 pts) Team's Experience (15 pts) Understanding of Project Scope (20 pts) INTERVIEW (50 PTS)43 44 39 41 34 40 Firms' Experience (15 pts) Team's Experience (15 pts) Understanding of Project Scope (20 pts) Total 36 86 88 36 82 85 74 30 81 PASS PASS PASS PASSPASSPASSPASSPASSPASS RFQ NO. 3178 Geotechnical Testing and Construction Materials Testing Technical Proposal Results Sandra LJ Thomas Larry Mai Firm Names Committee Member#1 Committee Member#2 Committee Member#3 Committee Member#4 Committee Member#5 AVERAGE 1 Ardaman & Associates 28 49 32 37 34 36 2 Arias Geoprofessionals 44 47 41 38 47 43 3 Intertek-PSI 45 49 40 37 50 44 4 Raba-Kistner 30 43 41 31 36 36 5 Rock Engineering 45 48 46 28 50 43 6 Terracon 37 50 46 39 50 44 7 Tolunay Wong Engineers 45 49 38 31 37 40 8 Trinity Soils Investigations 30 39 28 21 30 30 9 TTL, Inc.45 48 44 30 39 41 RFQ NO. 3178 Geotechnical Testing and Construction Materials Testing Interview Results Sandra LJ Thomas Larry Mai Firm Names Committee Member#1 Committee Member#2 Committee Member#3 Committee Member#4 Committee Member#5 AVERAGE 1 Arias Geoprofessionals 42 44 42 36 50 43 2 Intertek-PSI 50 48 33 38 50 44 3 Tolunay Wong Engineers 30 45 28 35 30 34 4 Terracon 47 49 32 38 37 41 5 Rock Engineering 43 46 41 36 30 39 6 TTL, Inc.34 50 39 34 45 40 Procurement Officer Procurement Manager DATE: December 12, 2020 TO: Peter Zanoni, City Manager FROM: Charles Mendoza, Director of Asset Management CharlesM2@cctexas.com (361) 826-1941 DeAnna McQueen, Director of Communications & Intergovernmental Affairs (IGA) DeannaM@cctexas.com (361) 826-2940 CAPTION: Motion to authorize execution of a 24-month Lease Agreement with Bayview Tower, LLC, for the operation of the City Customer Service Call Center for a total cost of $111,111.35 of which $57,209.75 is for the first twelve months (including a security deposit of $4,400.75) and $53,901.60 is for the second twelve months with the FY 2021 expense of $39,606.75 being paid from the Call Center’s FY 2021 budget in the General Fund. SUMMARY: The purpose of this item is to approve a lease agreement to primarily house City Call Center employees. Due to the COVID-19 pandemic and social distancing requirements, the current workspace is not adequate to accommodate staff to adhere to COVID -19 health and safety protocols. BACKGROUND AND FINDINGS: The Customer Call Center is an inbound call center with 20 full-time employees that take general questions, complaints, comments, and inquiry calls for over 20 City departments including Utility Business Office, Solid Waste, Animal Control, Code Enforcement, Streets, and Water, Wastewater, and Gas. Hours of operation are Monday – Friday from 7:00 am to 6:00 pm, closed weekends and all City holidays. Currently, the Customer Call Center is located on the first floor of City Hall with a square footage of 1,165 square feet which is not enough space to accommodate social distancing requirements recommended by the Centers for Disease Control . As a result, the Call Lease agreement to house Customer Call Center staff AGENDA MEMORANDUM Action Item for City Council Meeting January 12, 2020 Center can only have 10 agents present in the office at one time. They are currently working on a rotating schedule, one week in the office and three weeks working from home. The inability to have all staff onsite and properly managed by the Call Center manager has led to a decrease in work quality and productivity. The leasing space at Bayview Tower of 3,642 square feet., a space three times larger than the current location, will solely occupy the Customer Call Center staff, a trainer’s office, training space, storage space, a kitchenet/copier room, and free garage parking. This lease shall be for a term of 24 months beginning on February 1, 2021. The monthly base rent for the first year will be $4,400.75, increasing to $4,491.80 the second year. The City must also pay an initial security of deposit of $4,400.75. The total for the first 12 months (including the deposit) is $57,209.75, and the cost for the second 12 months is $53,901.60. The total for the 24-month period is $111,111.35. ALTERNATIVES: Leasing this space that is three times larger will allow Call Center staff to return to working on site in order to increase productivity and work quality with safety protocols in place. The alternative of rotating a work from home schedule in the smaller City Hall space has not been productive. FISCAL IMPACT: The fiscal impact for FY2021 is $39,606.75 and includes he initial security deposit of $4,400.75 plus eight months at $4,400.75 per month. The expense will be paid from the Call Center’s FY 2021 operating budget which is in the General Fund. Funding Detail: Fund: 1020 Organization/Activity: 11475 Mission Element: 172 Project # (CIP Only): N/A Account: 530160 Cost: $39,606.75 RECOMMENDATION: Staff recommends approving the motion to authorize execution of a 24 -month Lease Agreement with Bayview Tower, LLC, for the operation of the Customer Call Center. LIST OF SUPPORTING DOCUMENTS: Lease agreement DATE: November 9, 2020 TO: Peter Zanoni, City Manager FROM: Al Raymond III, AIA, CBO, Director, Development Services alraymond@cctexas.com (361) 826 - 3276 CAPTION: Resolution authorizing 6-month extensions for Water Arterial Transmission and Grid Main Construction and Reimbursement Agreement up to $147,999.99, Distribution Main Line Extension Construction and Reimbursement Agreement up to $43,010.00, and Wastewater Collection Line Extension Construction and Reimbursement Agreement up to $139,341.76 with Dorsal Development, LLC for a planned residential development, Azali Estates Unit 1, located at the intersection of Yorktown Boulevard and Starry Road East of Rodd Field Road. (District 5 ) SUMMARY: Dorsal Development LLC. is required to construct a 12-inch master planned water arterial transmission and grid main line, an off-site 8-inch water distribution main line, a 15-inch master planned wastewater collection line connecting to Lift Station 13, and an offsite 12-inch wastewater collection line extension. The developer has three approved reimbursement agreements to construct the required public improvements. The agreements came to term on October 30, 2020. This motion will extend the performance date of the three agreements to April 30, 2021. BACKGROUND AND FINDINGS: On 10/1/19, via ordinance 031886, City Council approved three Reimbursement Agreements with Dorsal Development LLC to install 502 linear feet of 15-inch wastewater collection line, per the wastewater master plan, 901 linear feet of offsite 12-inch wastewater collection line, 1548 linear feet of 12-inch grid main line, and 130 linear feet of 8-inch water distribution main line to provide wastewater and water service to the planned subdivision. Dorsal Development, LLC is requesting performance date extensions for the three Reimbursement Agreements to April 30, 2021. The current agreements term is October 30, 2020. The developer experienced unforeseen delays due to weather and COVID-19. As a result, the installation of the improvements, although mostly completed, has fallen behind schedule. The extension of the performance dates for the three approved agreements will allow the developer the additional time needed to complete the utilities improvements associated with Azali Estates Unit 1 in accordance with the executed reimbursement agreements. Amendment to Reimbursement Agreements with Dorsal Development, LLC to extend the performance date AGENDA MEMORANDUM Resolution for City Council for January 12, 2021 ALTERNATIVES: Deny the request and unencumber the funds. This option will deny the developer the ability to be reimbursed for the construction costs already incurred and will delay the installation of the remaining portions of the utility lines and will ultimately delay the completion of the required utilities for the new subdivision. FISCAL IMPACT: The funding for the three agreements has been encumbered in the Water Arterial Transmission and Grid Main Trust Fund, Water Distribution Main Trust Fund, and Sanitary Sewer Collection Line Trust Fund under the original agreement ordinance. The funds for these projects will remain encumbered to reimburse the developer after the City inspects and accepts the improvements. Funding Detail: Fund: Organization/Activity: Mission Element: Project # (CIP Only): Account: RECOMMENDATION: Staff Recommends Approval of the extension of the three reimbursement agreements. The agreements are helping to facilitate the build out of a residential subdivision and associated infrastructure. LIST OF SUPPORTING DOCUMENTS: Resolution (with exhibits) Presentation Location Map Resolution authorizing 6-month extensions for Water Arterial Transmission and Grid Main Construction and Reimbursement Agreement up to $147,999.99, Distribution Main Line Extension Construction and Reimbursement Agreement up to $43,010.00, and Wastewater Collection Line Extension Construction and Reimbursement Agreement up to $139,341.76 with Dorsal Development, LLC for a planned residential development, Azali Estates Unit 1, located at the intersection of Yorktown Boulevard and Starry Road East of Rodd Field Road. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager or designee is authorized to execute a 6-month performance date extension to the Water Arterial Transmission and Grid Main Construction and Reimbursement Agreement, Distribution Main Line Construction and Reimbursement Agreement, and the Wastewater Collection Line Extension Construction and Reimbursement Agreement (“Amendments”) attached hereto, with Dorsal Development, LLC for a planned residential development, Azali Estates Unit 1, located at the intersection of Yorktown Boulevard and Starry Road East of Rodd Field Road. PASSED AND APPROVED on the ______ day of _________, 2021: Paulette M. Guajardo _______________________ Roland Barrera _______________________ Gil Hernandez _______________________ Michael Hunter _______________________ Billy Lerma _______________________ John Martinez _______________________ Ben Molina _______________________ Mike Pusley _______________________ Greg Smith _______________________ ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Water Arterial Transmission and Grid Main, Distribution Main Extension and Wastewater Collection Line Construction and Reimbursement Agreements with Dorsal Development, LLC to Extend the Performance Dates Amendment to Agreements City Council January 12, 2021 2 Aerial Overview Azali Estates Unit 1 Grange Park Unit 3 River Bend Unit 1 & 2 Starlight Estates Grange Park Unit 1 3 Project Map 4 Reimbursement Agreements Dorsal Development, LLC entered into three reimbursement agreements on October 15, 2019 for a period of 12 months: -Water Arterial Transmission and Grid Main Construction and Reimbursement Agreement for $147,999.99 -Distribution Main Extension Construction and Reimbursement Agreement for $43,010.00 -Collection Line Extension Construction and Reimbursement Agreement for $139,341.76 This is the first extension request for these agreements. 5 Approval Staff recommends approval of the developer’s request to amend the performance dates for the water arterial transmission and grid main, water distribution main extension, and wastewater collection line construction and reimbursement agreements with Dorsal Development, LLC. The extension of the reimbursement agreements is in accordance with UDC Section 8.5.1 Water Trust Fund and Section 8.5.2 Wastewater Trust Fund. Recommendation DATE: December 9, 2020 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director Development Services alraymond@cctexas.com 361-826-3575 CAPTION: Resolution authorizing outside city limits water contract with GTHH Development, LLC. to provide public water to the property located outside the city limits described as Swan Village Phase 1 Subdivision, also commonly known by its street address as FM2444 (S Staples St.), under Corpus Christi Code Section 55-113. (OCL) SUMMARY: GTHH Development, LLC, the owner of the new Swan Village Phase 1 Subdivision located at FM2444 (S Staples St.) and has submitted a request to enter OCL water contract in accordance with section 55-110 of the City Code of Ordinances. This request is for a residential subdivision property located within the ETJ on CR-41A. BACKGROUND AND FINDINGS: Section 55-111 of the Code of Ordinances requires a written service contract between the City and all owners and record mortgagees and lienholders of such property. The property owner, GTHH Development, LLC, is proposing to build homes on several tracts of land outside the city limits. GTHH Development, LLC owns properties known as Swan Village Phase 1, Block 1, Lots 1-21; Block 2, Lots 1-25; Block 3, Lots 1-16. When Swan Village Phase 1 Subdivision was constructed, a public waterline was extended to the area and made available to the properties within Swan Village Phase 1 Subdivision. In order to obtain public water, the property owners must comply with the following requirements: a.Enter into a written service contract with the City; b.Submit building plans that are in compliance with all city codes and obtain all city permits as if the property were within the City limits; and c.Allow inspections of all such building construction. Water connection will not be approved until after the water service contract has been approved Outside city limits water contract for Swan Village Phase I Subdivision AGENDA MEMORANDUM Resolution for the City Council on 1/12/2021 and recorded in the Nueces County records. Pursuant to the requirements of the water service contract, construction of homes may only occur in compliance with City regulations, including building construction permit requirements, as though the property were inside the City. Swan Village Phase 1 Subdivision was approved by the Planning Commission on January 09, 2019 and recorded in the Nueces County map records on November 24, 2020. Swan Village Phase 1 Subdivision is located south of Farm to Market Road 2444 (S Staples Street) and between County Road 43 and County Road 41 Staff recommends City Council approve authorizing the City Manager or designee to enter into outside city limits water contracts with the property owner to provide public water to their property located outside the city limits. A city water meter will not be issued until an OCL water contract has been approved by City Council and recorded in the Nueces County records. Pursuant to the requirements of the water service contract, future improvements may only occur if they are in compliance with city regulations, including building permit and inspection requirements. ALTERNATIVES: Deny or amend the agreement FINANCIAL IMPACT: If approved, the city will collect fees associated with platting, residential water service, and building permitting and inspections associated with future additions to the home or other structures built on the property. Funding Detail: Fund: N/A Organization/Activity: Mission Element: Project # (CIP Only): Account: RECOMMENDATION: Staff recommends City Council authorizing of OCL water contract with GTHH Development, LLC for their property located at FM 2444 within the Corpus Christi ETJ. LIST OF SUPPORTING DOCUMENTS: Resolution OCL Water Contract (with Exhibits) Presentation Page 1 of 1 Resolution authorizing outside city limits water contract with GTHH Development, LLC to provide public water to the property located outside the city limits described as Swan Village Phase I Subdivision Lots 1-21, Block 1, Lots 1-25, Block 2 and Lots 1-16, Block 3 for Swan Village Phase I Subdivision, also commonly known by its street address as FM 2444 (S. Staples Street), under Corpus Christi Code Section 55-113 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: Section 1. The City Council authorizes the City Manager or designee to enter into outside city limits water contract with the property owner of Lots 1-21, Block 1, Lots 1-25, Block 2 and Lots 1-16, Blocks 3 of Swan Village Phase I Subdivision, also commonly known by its street address as FM 2444 (S. Staples Street), to provide city water to their respective property located outside the city limits pursuant to Chapter 55, Article VIII of the City Code of Ordinances. PASSED AND APPROVED on the ______ day of _________, 2021: _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ Paulette M. Guajardo Roland Barrera Gil Hernandez Michael Hunter Billy Lerma John Martinez Ben Molina Mike Pusley Greg Smith ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Paulette M. Guajardo Mayor Exhibit "A" Water Contract Location Map City Council Presentation January 12, 2021 Swan Village Phase 1 Subdivision FM 2444 (S. Staples St.) Block 1, Lots 1-21 Block 2 Lots 1-25 Block 3, Lots 1-16 Total of 62 Residential Lots, OUTSIDE CITY LIMITS WATER CONTRACT SERVICE AGREEMENT VICINITY MAP N CR 41AFM 2444 (S. Staples St.) CR 18CR 43CR 41OUTSIDE CIITY LIMITS N PLAT OF SWAN VILLAGE PHASE 1 SUBDIVISION AREIAL MAP N CR 43 8-inch water line 12 Fire Hydrants 6-inch water line CR 41 FM 2444 CR 43FM 2444 CR 41A Approval This request is in compliance with the City Code of Ordinances Sections 55-110 STAFF RECOMMENDATION Exhibit "A" Water Contract Location Map DATE: December 1, 2020 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema@cctexas.com 886-2603 CAPTION: Ordinance authorizing acceptance of a grant in an amount of $104,013.20 from the State of Texas, Criminal Justice Division for Victims of Crime Community Outreach Program with a cash match of $5,265.79 and in-kind match of $23,360.00; appropriating $104,013.20 in the Police Grants Fund; authorizing two Full Time Employee positions; and authorizing a transfer of $5,265.79 from the General Fund to the Police Grants Fund. SUMMARY: Funding is available from the State of Texas, Criminal Justice Division, under the Victims of Crime Act Formula Grant Program. The grant provides funds to projects designed to assist victims in stabilizing their lives after victimization. In high crime rate districts, many victims are resistant to cooperation with law enforcement and the criminal justice system due to the emotional and physical impact of the crime. BACKGROUND AND FINDINGS: The grant provides funding for a victim case manager for community outreach to identify resistant or reluctant victims of crime and to assist victims in understanding and participating in the criminal justice system. Through public presentations, multi-disciplinary meetings, and legal advocacy, the case manager will provide crisis intervention and follow-up services in order to establish rapport and build resiliency of victims in districts at high risk for violence. A Staff Assistant maintains accurate and timely records, including information properly entered into database systems. The State provides for the salary/benefits of one Victim Case Manager, one Staff Assistant, equipment, supplies, training, and mileage, volunteer hours contribute in-kind contribution, and the City contributes for salaries as the required 20% match. The grant period is 10/1/2020 – 9/30/2021 and is not on a declining percentage or ending funding cycle. This is the 8th year of the program. ALTERNATIVES: Accepting and appropriating the Victim of Crimes Community Outreach Grant within the Police Department AGENDA MEMORANDUM First Reading Ordinance for the City Council Meeting January 12, 2021 Second Reading Ordinance for the City Council Meeting January 19, 2021 The grant provides services to victims of crime that would need to be funded from a different source if the grant were not accepted or not be available. FISCAL IMPACT: The Victims of Crimes Act Grant in the amount of $104,013.20, will increase the Police Grants Revenue for the Victims of Crime Community Outreach Program with a cash transfer from the General Fund to the Police Grants Fund for the City cash match. Funding Detail: Fund: 1020 & 1061 Organization/Activity: 1020-60035 / 1061-822219F Mission Element: 156 Project # (CIP Only): N/A Account: 548590 – Cash-Contrib-Grant match 510100 Salaries and Wages 511000 Retirement 513000 Group insurance benefits 513001 Other employee benefits 530160 Rentals 530200 Telephone/telegraph 547010 Travel 548120 Self Insurance Allocation RECOMMENDATION: Staff recommends accepting the grant application and appropriating the funds. LIST OF SUPPORTING DOCUMENTS: Ordinance Award letter Ordinance authorizing acceptance of a grant in an amount of $104,013.20 from the State of Texas, Criminal Justice Division for Victims of Crime Community Outreach Program with a cash match of $5,265.79 and in-kind match of $23,360.00; appropriating the $104,013.20 in the Police Grants Fund; authorizing two FTEs for one Victim Case Manager and one Staff Assistant; and authorizing a transfer of $5,265.79 from the General Fund to the Police Grants Fund. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS THAT: SECTION 1. The City Manager or designee is authorized to execute all documents necessary to accept a grant from the State of Texas, Criminal Justice Division in the amount of $104,013.20 to continue the Victims of Crime Community Outreach Program within the Police Department with a cash match of $5,265.789 and an in-kind match of $23,360.00 from the No. 1020 General Fund. SECTION 2. $104,013.20 is appropriated in the No. 1061 Police Grants Fund to continue the Victims of Crime Community Outreach Program in the Police Department. SECTION 3. Two FTEs are authorized as a Victim Case Manager and a Staff Assistant. SECTION 4. The transfer of $5,265.79 from the No. 1020 General Fund to the No. 1061 Police Grants Fund as grant matching funds is authorized and appropriated. That the foregoing ordinance was read for the first time and passed to its second reading on this the _____ day of ___________, 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ That the foregoing ordinance was read for the second time and passed finally on this the _____ day of __________ 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ PASSED AND APPROVED on this the ______ day of _________________, 2021. ATTEST: _________________________ ________________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor DATE: November 25, 2020 TO: Peter Zanoni, City Manager FROM: Robert Rocha, Fire Chief rrocha@cctexas.com 361-826-3938 CAPTION: Ordinance authorizing the acceptance of five grants totaling $332,809.19 from the Texas Office of the Governor — Homeland Security Grant Division, Homeland Security Grant Program for Bomb Squad Detection for $116,151.38, Dive Trailer for $44,063.76, Incident Command Training Program for $88,134.05, Airport Medical Response Equipment for $4,585.00, and Regional Hazmat Response Enhancement for $79,875.00; and appropriating $332,809.19 in the FY 2021 Fire Grants Fund. SUMMARY: This ordinance authorizes the acceptance and appropriation of five grants totaling $332,809.19 from the Homeland Security Grant Program (HSGP). The equipment and training provided through these grants will support local and state efforts to prevent terroristic and catastrophic events and prepare for the threats and hazards that pose the greatest risk to the security of Texas citizens. BACKGROUND AND FINDINGS: Since 2002, the Corpus Christi Fire Department (CCFD) has submitted grant applications to the HSGP on behalf of the Fire Department and other City departments. In FY 2020, the City of Corpus Christi was awarded two grants totaling $333,666.41 from the Homeland Security Grant Program. The HSGP is a federal grant program that is managed by the State and administered through the Coastal Bend Council of Governments, which is a volunteer association of local governments, cities and counties, and other public and private entities. Acceptance of five grants totaling $332,809.19 from the Texas Office of the Governor – Homeland Security Grant Division AGENDA MEMORANDUM First Reading Ordinance for the City Council Meeting January 12,2020 Second Reading Ordinance for the City Council Meeting January 26,2020 Project Description: The five grants awarded under the 2020 HSGP are titled Bomb Squad Detection, Dive Trailer, Incident Command Training Program, Airport Medical Response Equipment, and Regional Hazmat Response Enhancement. The Bomb Squad Detection grant will provide the CCPD bomb squad with detection tools to provide enhanced protection for the members and more efficient response times. The Dive Trailer grant will provide the CCPD Search & Recovery Dive Team with a trailer to rapidly deploy supplies, gear, and equipment to incidents. The Incident Command Training Program will allow the CCFD to create an incident command training center. The Airport Medical Response Equipment will improve the Corpus Christi International Airport’s response and preparedness capabilities by providing medical equipment. The Regional Hazmat Response Enhancement grant will provide a chemical identification system and training on the device for the CCFD Hazmat Team. ALTERNATIVES: The alternative to accepting these grants would be to decline grant awards and seek alternative funding. FISCAL IMPACT: Acceptance of five grants totaling $332,809.19 for Bomb Squad Detection for $116,151.38, Dive Trailer for $44,063.76, Incident Command Training Program for $88,134.05, Airport Medical Response Equipment for $4,585.00, and Regional Hazmat Response Enhancement for $79,875.00 and appropriating into the FY 2021 1062 Fire Grants Fund. Neither a cash match nor an in-kind match is required for this grant. Funding Detail: Fire Grants Fund: 1062 Organization/Activity: 821261F, 821262F, 821263F, 821264F and 821265F Mission Element: 093 Project # (CIP Only): N/A Account: 520090 – Minor Tools and Equipment RECOMMENDATION: Staff recommends approval of this ordinance to accept and appropriate five grants totaling $332,809.19 for the purchase of terrorism prevention equipment and training. LIST OF SUPPORTING DOCUMENTS: Ordinance Ordinance authorizing the acceptance of five grants totaling $332,809.19 from the Texas Office of the Governor - Homeland Security Grant Division, Homeland Security Grant Program for Bomb Squad Detection for $116,151.38, Dive Trailer for $44,063.76, Incident Command Training Program for $88,134.05, Airport Medical Response Equipment for $4,585.00, and Regional Hazmat Response Enhancement for $79,875.00; and appropriating $332,809.19 in the FY2021 Fire Grants Fund. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS THAT: Section 1. The City Manager or designee is authorized to execute all documents necessary to accept five grants totaling of $332,809.19 from the Texas Office of the Governor — Homeland Security Grant Division, Homeland Security Grant Program for Bomb Squad Detection for $116,151.38, Dive Trailer for $44,063.76, Incident Command Training Program for $88,134.05, Airport Medical Response Equipment for $4,585.00, and Regional Hazmat Response Enhancement for $79,875.00. Section 2. $332,809.19 from the Texas Office of the Governor— Homeland Security Grant Division, Homeland Security Grant Program is appropriated into the No. 1062 Fire Grants Fund for Bomb Squad Detection for $116,1 51.38, Dive Trailer for $44,063.76, Incident Command Training Program for $88,134.05, Airport Medical Response Equipment for $4,585.00, and Regional Hazmat Response Enhancement for $79,875.00. That the foregoing ordinance was read for the first time and passed to its second reading on this the _____ day of ___________, 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ That the foregoing ordinance was read for the second time and passed finally on this the _____ day of __________ 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ PASSED AND APPROVED on this the ______ day of _________________, 2021. ATTEST: _________________________ ________________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Statement of Grant Award (SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor (OOG). This Grant Agreement and all terms, conditions, provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies, departments, divisions, governmental entities, public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the ‘Narrative’ and ‘Budget/Details’ tabs. By accepting the Grant Award in eGrants, the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes, regulations, policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee, the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award; the OOG Grantee Conditions and Responsibilities; the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award, including but not limited to: 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; Chapter 783 of the Texas Government Code, Title 34, Part 1, Chapter 20, Subchapter E, Division 4 of the Texas Administrative Code, and the Uniform Grant Management Standards (UGMS) developed by the Comptroller of Public Accounts; the state Funding Announcement or Solicitation under which the grant application was made, and for federal funding, the Funding Announcement or Solicitation under which the OOG was awarded funds; and any applicable documents referenced in the documents listed above. For grants awarded from the U.S. Department of Justice, the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply. For grants awarded from the Federal Emergency Management Agency (FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements, with or without advance notice to the Grantee. By clicking on the 'Accept' button within the 'Accept Award' tab, the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement, including all provisions incorporated herein, and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s) of Funding and Other Fund-Specific Requirement(s), if any, cited below: Grant Number:4078601 Award Amount:$4,585.00 Date Awarded:10/16/2020 Grantee Cash Match:$0.00 Grant Period:01/01/2021 - 06/30/2021 Grantee In Kind Match:$0.00 Liquidation Date:09/28/2021 Total Project Cost:$4,585.00 Program Fund:HS-Homeland Security Grant Program (HSGP) Grantee Name:Corpus Christi, City of Project Title:Airport Medical Response Equipment Grant Manager:Dorothy Caston DUNS Number:069457786 CFDA:97.067 - Homeland Security Grant Program (HSGP) Federal Awarding Agency:U.S. Department of Homeland Security, Federal Emergency Management Agency Federal Award Date:9/4/2020 Federal/State Award ID Number: EMW-2020-SS-00054 Total Federal Award/State Funds Appropriated: $98,320,229.00 Pass Thru Entity Name:Texas Office of the Governor – Homeland Security Grants Division (HSGD) Page 1 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=3F-38-50-42... Is the Award R&D: No Federal/State Award Description: The purpose of the HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and to prepare the Nation for the threats and hazards that pose the greatest risk to the security of the United States. The HSGP provides funding to implement investments that build, sustain, and deliver the 31 core capabilities essential to achieving the National Preparedness Goal (the Goal) of a secure and resilient Nation. The building, sustainment, and delivery of these core capabilities are not exclusive to any single level of government, organization, or community, but rather, require the combined effort of the whole community. Page 2 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=3F-38-50-42... Statement of Grant Award (SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor (OOG). This Grant Agreement and all terms, conditions, provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies, departments, divisions, governmental entities, public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the ‘Narrative’ and ‘Budget/Details’ tabs. By accepting the Grant Award in eGrants, the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes, regulations, policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee, the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award; the OOG Grantee Conditions and Responsibilities; the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award, including but not limited to: 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; Chapter 783 of the Texas Government Code, Title 34, Part 1, Chapter 20, Subchapter E, Division 4 of the Texas Administrative Code, and the Uniform Grant Management Standards (UGMS) developed by the Comptroller of Public Accounts; the state Funding Announcement or Solicitation under which the grant application was made, and for federal funding, the Funding Announcement or Solicitation under which the OOG was awarded funds; and any applicable documents referenced in the documents listed above. For grants awarded from the U.S. Department of Justice, the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply. For grants awarded from the Federal Emergency Management Agency (FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements, with or without advance notice to the Grantee. By clicking on the 'Accept' button within the 'Accept Award' tab, the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement, including all provisions incorporated herein, and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s) of Funding and Other Fund-Specific Requirement(s), if any, cited below: Grant Number:4067701 Award Amount:$116,151.38 Date Awarded:10/16/2020 Grantee Cash Match:$0.00 Grant Period:01/01/2021 - 06/30/2021 Grantee In Kind Match:$0.00 Liquidation Date:09/28/2021 Total Project Cost:$116,151.38 Program Fund:HS-Homeland Security Grant Program (HSGP) Grantee Name:Corpus Christi, City of Project Title:Bomb Squad Detection Grant Manager:Dorothy Caston DUNS Number:069457786 CFDA:97.067 - Homeland Security Grant Program (HSGP) Federal Awarding Agency:U.S. Department of Homeland Security, Federal Emergency Management Agency Federal Award Date:9/4/2020 Federal/State Award ID Number: EMW-2020-SS-00054 Total Federal Award/State Funds Appropriated: $98,320,229.00 Pass Thru Entity Name:Texas Office of the Governor – Homeland Security Grants Division (HSGD) Page 1 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=C8-8A-92-C... Is the Award R&D: No Federal/State Award Description: The purpose of the HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and to prepare the Nation for the threats and hazards that pose the greatest risk to the security of the United States. The HSGP provides funding to implement investments that build, sustain, and deliver the 31 core capabilities essential to achieving the National Preparedness Goal (the Goal) of a secure and resilient Nation. The building, sustainment, and delivery of these core capabilities are not exclusive to any single level of government, organization, or community, but rather, require the combined effort of the whole community. Page 2 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=C8-8A-92-C... Statement of Grant Award (SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor (OOG). This Grant Agreement and all terms, conditions, provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies, departments, divisions, governmental entities, public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the ‘Narrative’ and ‘Budget/Details’ tabs. By accepting the Grant Award in eGrants, the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes, regulations, policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee, the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award; the OOG Grantee Conditions and Responsibilities; the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award, including but not limited to: 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; Chapter 783 of the Texas Government Code, Title 34, Part 1, Chapter 20, Subchapter E, Division 4 of the Texas Administrative Code, and the Uniform Grant Management Standards (UGMS) developed by the Comptroller of Public Accounts; the state Funding Announcement or Solicitation under which the grant application was made, and for federal funding, the Funding Announcement or Solicitation under which the OOG was awarded funds; and any applicable documents referenced in the documents listed above. For grants awarded from the U.S. Department of Justice, the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply. For grants awarded from the Federal Emergency Management Agency (FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements, with or without advance notice to the Grantee. By clicking on the 'Accept' button within the 'Accept Award' tab, the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement, including all provisions incorporated herein, and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s) of Funding and Other Fund-Specific Requirement(s), if any, cited below: Grant Number:4077301 Award Amount:$44,063.76 Date Awarded:10/16/2020 Grantee Cash Match:$0.00 Grant Period:01/01/2021 - 06/30/2021 Grantee In Kind Match:$0.00 Liquidation Date:09/28/2021 Total Project Cost:$44,063.76 Program Fund:HS-Homeland Security Grant Program (HSGP) Grantee Name:Corpus Christi, City of Project Title:Dive Trailer Grant Manager:Dorothy Caston DUNS Number:069457786 CFDA:97.067 - Homeland Security Grant Program (HSGP) Federal Awarding Agency:U.S. Department of Homeland Security, Federal Emergency Management Agency Federal Award Date:9/4/2020 Federal/State Award ID Number: EMW-2020-SS-00054 Total Federal Award/State Funds Appropriated: $98,320,229.00 Pass Thru Entity Name:Texas Office of the Governor – Homeland Security Grants Division (HSGD) Page 1 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=93-95-B1-9... Is the Award R&D: No Federal/State Award Description: The purpose of the HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and to prepare the Nation for the threats and hazards that pose the greatest risk to the security of the United States. The HSGP provides funding to implement investments that build, sustain, and deliver the 31 core capabilities essential to achieving the National Preparedness Goal (the Goal) of a secure and resilient Nation. The building, sustainment, and delivery of these core capabilities are not exclusive to any single level of government, organization, or community, but rather, require the combined effort of the whole community. Page 2 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=93-95-B1-9... Statement of Grant Award (SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor (OOG). This Grant Agreement and all terms, conditions, provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies, departments, divisions, governmental entities, public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the ‘Narrative’ and ‘Budget/Details’ tabs. By accepting the Grant Award in eGrants, the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes, regulations, policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee, the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award; the OOG Grantee Conditions and Responsibilities; the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award, including but not limited to: 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; Chapter 783 of the Texas Government Code, Title 34, Part 1, Chapter 20, Subchapter E, Division 4 of the Texas Administrative Code, and the Uniform Grant Management Standards (UGMS) developed by the Comptroller of Public Accounts; the state Funding Announcement or Solicitation under which the grant application was made, and for federal funding, the Funding Announcement or Solicitation under which the OOG was awarded funds; and any applicable documents referenced in the documents listed above. For grants awarded from the U.S. Department of Justice, the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply. For grants awarded from the Federal Emergency Management Agency (FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements, with or without advance notice to the Grantee. By clicking on the 'Accept' button within the 'Accept Award' tab, the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement, including all provisions incorporated herein, and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s) of Funding and Other Fund-Specific Requirement(s), if any, cited below: Grant Number:4079501 Award Amount:$79,875.00 Date Awarded:10/16/2020 Grantee Cash Match:$0.00 Grant Period:01/01/2021 - 09/30/2021 Grantee In Kind Match:$0.00 Liquidation Date:12/29/2021 Total Project Cost:$79,875.00 Program Fund:HS-Homeland Security Grant Program (HSGP) Grantee Name:Corpus Christi, City of Project Title:Regional HazMat Response Enhancement Grant Manager:Dorothy Caston DUNS Number:069457786 CFDA:97.067 - Homeland Security Grant Program (HSGP) Federal Awarding Agency:U.S. Department of Homeland Security, Federal Emergency Management Agency Federal Award Date:9/4/2020 Federal/State Award ID Number: EMW-2020-SS-00054 Total Federal Award/State Funds Appropriated: $98,320,229.00 Pass Thru Entity Name:Texas Office of the Governor – Homeland Security Grants Division (HSGD) Page 1 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=E8-E9-A2-... Is the Award R&D: No Federal/State Award Description: The purpose of the HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and to prepare the Nation for the threats and hazards that pose the greatest risk to the security of the United States. The HSGP provides funding to implement investments that build, sustain, and deliver the 31 core capabilities essential to achieving the National Preparedness Goal (the Goal) of a secure and resilient Nation. The building, sustainment, and delivery of these core capabilities are not exclusive to any single level of government, organization, or community, but rather, require the combined effort of the whole community. Page 2 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=E8-E9-A2-... Statement of Grant Award (SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor (OOG). This Grant Agreement and all terms, conditions, provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies, departments, divisions, governmental entities, public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the ‘Narrative’ and ‘Budget/Details’ tabs. By accepting the Grant Award in eGrants, the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes, regulations, policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee, the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award; the OOG Grantee Conditions and Responsibilities; the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award, including but not limited to: 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; Chapter 783 of the Texas Government Code, Title 34, Part 1, Chapter 20, Subchapter E, Division 4 of the Texas Administrative Code, and the Uniform Grant Management Standards (UGMS) developed by the Comptroller of Public Accounts; the state Funding Announcement or Solicitation under which the grant application was made, and for federal funding, the Funding Announcement or Solicitation under which the OOG was awarded funds; and any applicable documents referenced in the documents listed above. For grants awarded from the U.S. Department of Justice, the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply. For grants awarded from the Federal Emergency Management Agency (FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements, with or without advance notice to the Grantee. By clicking on the 'Accept' button within the 'Accept Award' tab, the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement, including all provisions incorporated herein, and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s) of Funding and Other Fund-Specific Requirement(s), if any, cited below: Grant Number:4076001 Award Amount:$88,134.05 Date Awarded:10/16/2020 Grantee Cash Match:$0.00 Grant Period:01/01/2021 - 12/31/2021 Grantee In Kind Match:$0.00 Liquidation Date:03/31/2022 Total Project Cost:$88,134.05 Program Fund:HS-Homeland Security Grant Program (HSGP) Grantee Name:Corpus Christi, City of Project Title:Incident Command Training Program Grant Manager:Dorothy Caston DUNS Number:069457786 CFDA:97.067 - Homeland Security Grant Program (HSGP) Federal Awarding Agency:U.S. Department of Homeland Security, Federal Emergency Management Agency Federal Award Date:9/4/2020 Federal/State Award ID Number: EMW-2020-SS-00054 Total Federal Award/State Funds Appropriated: $98,320,229.00 Pass Thru Entity Name:Texas Office of the Governor – Homeland Security Grants Division (HSGD) Page 1 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=ED-06-A4-... Is the Award R&D: No Federal/State Award Description: The purpose of the HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and to prepare the Nation for the threats and hazards that pose the greatest risk to the security of the United States. The HSGP provides funding to implement investments that build, sustain, and deliver the 31 core capabilities essential to achieving the National Preparedness Goal (the Goal) of a secure and resilient Nation. The building, sustainment, and delivery of these core capabilities are not exclusive to any single level of government, organization, or community, but rather, require the combined effort of the whole community. Page 2 of 2Office of the Governor 11/25/2020https://egrants.gov.texas.gov/project/awardstatement.aspx?i2=4&i1=10&gh=ED-06-A4-... DATE: December 4, 2020 TO: Peter Zanoni, City Manager FROM: Robert Rocha, Fire Chief rrocha@cctexas.com 361-826-3938 CAPTION: Ordinance authorizing acceptance of a $2,500 donation from ExxonMobil Pipeline Company to support the Corpus Christi Fire Department’s emergency response capabilities; and appropriating $2,500 into the Fire Grants Fund. SUMMARY: This ordinance authorizes the execution of all documents necessary to accept and appropriate one donation totaling $2,500 from ExxonMobil. The grant funds will support the emergency response capabilities of the Corpus Christi Fire Department. BACKGROUND AND FINDINGS: The ExxonMobil Pipeline Company has donated $2,500 to the Corpus Christi Fire Department as part of their FY 2021 Good Neighbor Grant. This is the second Good Neighbor Grant donation the Fire Department has received from ExxonMobil Pipeline. In FY 2019, ExxonMobil Pipeline first donated the Good Neighbor Grant to the Fire Department. The Department utilizes these funds to purchase supplies for the Hazmat Material Response Program. ALTERNATIVES: If the City does not accept the grant, it will not be able to utilize the $2,500 given to the Department to make needed purchases that help increase emergency response capabilities. Acceptance and appropriation of a donation for $2,500 from ExxonMobil Pipeline Company AGENDA MEMORANDUM First Reading for the City Council Meeting January 12, 2021 Second Reading for the City Council Meeting of January 26, 2021 FISCAL IMPACT: Acceptance of grant funding in the amount of $2,500 and appropriating $2,500 to the Fire Department Grand fund. Funding Detail: Fund: 1062 Organization/Activity: 840021L Mission Element: 093 Project # (CIP Only): N/A Account: 520090 – Small Tools & Equipment RECOMMENDATION: Staff recommends that City Council approve the acceptance and appropriation of this grant fund in the amount of $2,500. LIST OF SUPPORTING DOCUMENTS: Ordinance Award Letter Ordinance authorizing acceptance of a $2,500.00 donation from ExxonMobil Pipeline Company to support the Corpus Christi Fire Department’s emergency response capabilities; and appropriating $2,500.00 in the Fire Grants Fund BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1: The City Manager or designee is authorized to accept a $2,500.00 donation from ExxonMobil Pipeline Company to support the Corpus Christi Fire Department’s emergency response capabilities. SECTION 2: $2,500.00 from ExxonMobil Pipeline Company is appropriated in the Fire Grant Fund No. 1062 to be used to support the Corpus Christi Fire Department’s emergency response capabilities. That the foregoing ordinance was read for the first time and passed to its second reading on this the _____ day of ___________, 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ That the foregoing ordinance was read for the second time and passed finally on this the _____ day of __________ 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ PASSED AND APPROVED on this the ______ day of _________________, 2021. ATTEST: _________________________ ________________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor AGENDA MEMORANDUM First Reading for the City Council Meeting of January 12, 2021 Second Reading for the City Council Meeting of February 9, 2021 DATE: November 9, 2020 TO: Peter Zanoni, City Manager THRU: Michael Rodriguez, Chief of Staff michaelrod@cctexas.com (361)826-3851 FROM: Jeffrey Edmonds, P. E., Director of Engineering Services jeffreye@cctexas.com (361) 826-3851 CAPTION: Ordinance authorizing the renewal of a 15-year lease agreement with Lady Lex Museum on the Bay Association that authorizes the use of a portion of the submerged lands owned by the City of Corpus Christi and adjoining City property for the U.S.S. Lexington for the operation of the museum and authorizing an annual rental fee of $1.00. (City Charter requires a 28-day delay between 1st & 2nd readings.) SUMMARY: The Lady Lex on the Bay Association operates the Lexington Museum on submerged lands located on Corpus Christi Bay. The Association has requested a renewal of the lease agreement. BACKGROUND AND FINDINGS: The Lady Lex Museum on the Bay Association operates the USS Lexington Museum on submerged lands located in the Corpus Christi Bay that are owned by the City. The first lease was authorized February 18, 1992 for five years and renewed in 1996 and 2001. In 2004, the City Charter was amended to permit up to 15-year terms for this type of lease. In 2006, the lease was renewed for 15 years, January 16, 2006 to January 15, 2021. The Association is requesting the 15-Year Lease Agreement Lady Lex Museum on the Bay Association renewal of the lease agreement which will expire January 15, 2021. The leased land shall be used for the U.S.S. Lexington, for operation as a museum, construction and maintenance of a pier and small accessory buildings, such as ticket booths. Under this lease agreement the Association is required to maintain hours of operation open to the public and admission fees similar to other attractions. The Association is responsible for all maintenance and upkeep of the facilities and leased land. The U.S.S. Lexington is not owned by the City and is under the operation of the Lady Lex on the Bay Association. Per City Charter, the lease agreement renewal will be effective 60 days after final reading of the ordinance. ALTERNATIVES: If the lease is not renewed the museum would not be able to functionally operate. City Charter requires a 28-Day delay between readings for approval of the lease. Second Reading of this item will be February 9, 2021. FISCAL IMPACT: The fiscal impact in FY 2021 is the appropriation of the annual lease payment in an amount of $1.00 to the General Fund. Funding Detail: Fund: 1020 General Fund Organization/Activity: 11020 General Government Mission Element: 888 Revenues Project # (CIP Only): n/a Account: 343400 Property Rentals RECOMMENDATION: City staff recommends passage of the Ordinance approving the 15-year lease agreement with the Association. LIST OF SUPPORTING DOCUMENTS: Location Map Ordinance Ground Lease agreement Ordinance authorizing the renewal of a 15 year lease agreement with Lady Lex Museum on the Bay Association that authorizes the use of a portion of the submerged lands owned by the City of Corpus Christi and adjoining City property for the U.S.S. Lexington for the operation of the museum and authorizing an annual rental fee of $1.00. (Requires a 28-day delay between 1st & 2nd readings.) BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager or designee is authorized to execute a 15 year lease agreement with the Lady Lex Museum on the Bay Association (“Association”) authorizing the use of a portion of the submerged lands patented to the City by the State of Texas and adjoining littoral City property for the berthing of the U.S.S. Lexington at a pier constructed by the Association and operation of a museum. SECTION 2. Under Article IX, Section 3 of the City Charter, the Lease Agreement begins on the 61st day after City Council adoption of this ordinance on second and final reading and will have a term of 15 years. The second and final reading of this ordinance is at least 28 days after the first reading. SECTION 3. If for any reason any section, paragraph, subdivision, clause, phrase, word or provision of this ordinance is held invalid or unconstitutional by final judgment of a court of competent jurisdiction, it shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this ordinance, for it is the definite intent of this City Council that every section, paragraph, subdivision, clause, phrase, word or provision of this ordinance be given full force and effect for its purpose. SECTION 4. Publication shall be made in the official publicat ion of the City of Corpus Christi as required by the City Charter of the City of Corpus Christi. That the foregoing ordinance was read for the first time and passed to its second reading on this the _____ day of ___________, 2021, by the following vote: Paulette M. Guajardo_______________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ That the foregoing ordinance was read for the second time and passed finally on this the _____ day of __________ 2021, by the following vote: Paulette M. Guajardo_______________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ PASSED AND APPROVED on this the ______ day of _________________, 2021. ATTEST: _________________________ ________________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor 37 181 37 37 77 181 37 N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES LADY LEX MUSEUM ON THE BAY ASSOCIATION LOCATION MAP NOT TO SCALE PROJECT NUMBER: [20XXXX] VICINITY MAP NOT TO SCALE LEXINGTON MUSEUM LEXINGTON MUSEUM N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES AERIAL MAP NOT TO SCALEHARBOR BRIDGELADY LEX MUSEUM ON THE BAY ASSOCIATION CORPUS CHRISTI BAY SHIP C H A N N E L LEXINGTON MUSEUM BR I D G E P O R T A V E . BR E A K W A T E R A V E . Page 1 of 11 LEASE AGREEMENT STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § This Lease Agreement is made and entered into by and between the City of Corpus Christi, Texas, a municipal corporation ("City") and the Lady Lex Museum on the Bay Association, a nonprofit corporation ("Association"), on the terms and co nditions hereinafter set forth. 1. LEASE PREMISES. The City, in consideration of the Association's faithful performance of the covenants described herein, leases to the Association the following described land, hereinafter called the "Leased Land": That certain portion of the submerged lands of Corpus Christi Bay patented by the State of Texas to the City of Corpus Christi by Patent No. 86, Volume 21-A, dated January 4, 1924, together with a certain portion of Corpus Christi Beach adjacent thereto, all of which is described, on Exhibit A, which is attached to and incorporated into this lease for all purposes. 2. TERM. The term of this Lease shall commence at 12:01 a.m., January 16, 2021, and shall continue until midnight, January 15, 2036. If Lease renewal negotiations are in progress at the expiration of the Lease, but with a signed renewal not yet in place, this Lease will be considered to remain in effect during the remainder of the renewal process. 3. REPLACEMENT LEASE. This Lease replaces that prior lease dated January 16, 2006, authorized by Ordinance No.026548 of the City Council of the City. 4. RENTAL. The Association agrees to pay to the City, or its designated agent, rentals in the amount of ONE DOLLAR ($1.00) per year, then, in advance, on the first day of the Lease. This consideration is given in addition to the other covenants and obligations of the Association provided under this Lease Agreement. 5. PERMITTED USE. The Leased Land shall be used for the berthing of the USS Lexington, its operation by the Association as a museum, construction and maintenance of a pier and small accessory buildings, such as ticket booths, together with any and all related uses authorized for organizations exempt from Federal income taxation under Section 501(c)(3) of the Internal Revenue Code of 1986, as amended. The Association shall endeavor to operate the facility as a first -class naval museum and meet all requirements of the U.S. Navy for maintaining the USS Lexington. The Association shall maintain hours of operation open to the pub lic and admission fees similar to comparable attractions. Page 2 of 11 6. LIMITATION OF LEASEHOLD. The City does not warrant its title to the Leased Premises. This Lease and the rights and privileges granted the Association in and to the Leased Premises are subject to all covenants, conditions, restrictions, and exceptions of record or apparent. Nothing contained in this Lease may be construed to imply the conveyance to the Association of rights in the Leased Premises that exceed those owned by City. 7. CITY USE. The City retains the right to use or cross the Premises with utility lines and easements. City may exercise these rights without compensation to the Association for damages to the Premises from installing, maintaining, repairing, or removing the utility lines and easements. City must use reasonable judgment in locating the utility lines and easements to minimize damage to the Premises. 8. COMPLIANCE WITH LAWS. The Association agrees to comply with all laws, ordinances, orders, rules, regulations, and requirements of Federal, State, and local governments, and of all of their departments, applicable to the Leased Land. This Lease is also subject to applicable provisions of the City Charter. 9. WETLANDS. The Leased Land may contain officially designated wetla nds, and the Association agrees that said wetland areas will not be altered, damaged, or constructed upon unless the proper permit has been obtained from the appropriate regulating entities. The Association shall be responsible for obtaining all such neces sary permits and completing any required mitigation. Any such mitigation project shall be considered a necessary and related construction project for the improvements contemplated to be constructed under this Lease Agreement. 10. MAINTENANCE. The Association accepts the Leased Land in its present condition, AS IS and WITH ALL FAULTS. The Association shall throughout the term of this Lease Agreement take good care of the Leased Land, including the mooring, piers, ticket booths, and all other improvements located thereon, keep them free from waste or nuisance of any kind, and shall be responsible for and shall perform , or cause to be performed, maintenance, including custodial maintenance, and repair of the Leased Land and the facilities located thereon. 11. INSURANCE. a. The Association shall secure and maintain at the Association's expense, during the term of this Lease, insurance of the type and with the amount of coverage shown on the attached Exhibit B, which is incorporated in this Lease by reference. The Association shall use an insurance company or companies acceptable to the Risk Manager. Failure to maintain the insurance during the term of this Lease, at the limits and requirements shown on Exhibit B, constitutes grounds for termination of this Lease. b. The Association shall provide, during the term of this Lease, copies of all Page 3 of 11 insurance policies to the Risk Manager upon written request by the City Manager. c. The Risk Manager retains the right to annually review the amount and types of insurance maintained by the Association, to require increased coverage limits, if necessary, in the interest of public health, safety, or welfare, and to decrease coverage, if so warranted. In the event of any necessary increase, the Association must receive 30 days written notice prior to the effective date of the requirement to obtain increased coverage. 12. UTILITIES. The Association shall be responsible for obtaining water, sewer, electricity, and gas service connections for use on the Leased Land , and the Association shall pay all utility connection charges related thereto. During the term of this Lease, the Association shall further pay when due all charges and costs for utilities consumed on the Leased Land. 13. TAXES OR OTHER IMPOSITIONS. a. The Association shall timely pay any and all ad valorem taxes or other impositions, if any, which may be levied, assessed , or otherwise imposed pursuant to its occupancy of the Leased Land and the improvements located thereon during the term of this Lease. b. The Association shall promptly remit to the Comptroller for the State of Texas all sales taxes collected from its activities on the Leased Land. 14. INSPECTION. The City, its employees, and designated agents shall have the right to enter upon the Leased Land at all times for the purposes of inspection, for emergency repairs to utility systems, and to otherwise protect its interests as Landlord hereunder. Nothing herein shall be construed to restrict the City in the exercise of any of its police powers. 15. CITY MANAGER'S RIGHT TO ACCESS PREMISES IN EMERGENCY. a. The Association shall provide the City Manager access to Premises, and a current list of contact names and phone numbers for use by the City Manager in the event of an emergency. b. The City Manager has the right to enter the Premises during the regular hours of normal operation or at any time in an emergency. 16. SIGNS. The Association shall comply with all City codes and regulations when placing any advertising signs on the Leased Land. All such signs shall be kept in a continual state of good repair, and failure to do so may result in removal of s aid signs from the Leased Land. Page 4 of 11 17. NO DEBTS. The Association may not incur any debts or obligations on the credit of the City during the term of this Lease, including during any Holdover Period that may occur. 18. LIENS. The Association shall not permit any mechanic's, materialman's, or other liens to be fixed or placed against the Leased Land and agrees to immediately discharge (either by payment or by filing the necessary bond, or otherwise) any such liens which are allegedly fixed or placed against the Leased Land. The Association reserves the right to contest with due diligence the reasonableness of any such charges or impositions against the Leased Land, and the City agrees not to interfere with such contested proceedings or otherwise to declare a default under this Lease due to such proceedings. 19. HAZARDOUS MATERIALS. With respect to any substances defined as or included in the definition of "hazardous substances," "hazardous wastes," "hazardous materials," or 'toxic substances" under any applicable Federal, State, or local laws, ordinances, or regulations (including, without limitation, friable asbestos and asbestos deemed hazardous by Federal or State regulations), such substances collectively referred to hereinafter as "Hazardous Materials" and such laws, ordinances, and regulations together with all rules, orders, and permits pursuant thereto collectively referred to hereinafter as "Hazardous Materials Laws," the Association: a. represents that the Association will not (i) store, bury, install, transport, treat, or dispose of any Hazardous Materials at, to, or from the Leased Land in violation of any applicable Hazardous Materials Laws, or (ii) cause or allow the release, discharge, emission, leak, spill, or dumping of any Hazardous Materials at or from the facilities on the Leased Land, except for those releases allowed under applicable Hazardous Materials Laws; b. covenants to (i) comply with all applicable Hazardous Materials Laws with respect to the manufacture, storage, transmission, presence, discharge , and removal of Hazardous Materials at or from the facilities on the Leased Land, (ii) pay promptly within 30 days of when demand is made the costs of any required removal of any Hazardous Materials from the Leased Land and keep the Leased Land free of any lien imposed pursuant to any Hazardous Materials Laws, (iii) not locate nor allow location of any underground storage tanks on the Leased Land, (iv) not locate any materials containing asbestos of any type or nature on the Leased Land, and (v) notify Landlord promptly in writing of the commencement of any legal or regulatory proceedings relating to Hazardous Materials affecting the Leased Land; c. represents that the Association will not cause or allow the release, discharge, emission, leak, spill, or dumping of any Hazardous Materials or oil in harmful quantities at or from the facilities on the Leased Land into the waters of the United States and State of Texas, except for those releases allowed under Page 5 of 11 applicable laws; and d. agrees to indemnify and to hold harmless the City, its officers, employees, agents, and successors, and assigns from and against any and all claims, demands, causes of action, loss, damage, liabilities, costs, and expenses (including attorney fees and court costs) of any and every kind or character, known or unknown, fixed or contingent, asserted against or incurred by the City at any time, or from time to time, by reason of or arising out of any violation of any Hazardous Materials Laws or the release, discharge, emission, leak, spill, or dumping of any Hazardous Materials or oil in harmful quantities at or from the facilities on the Leased Land into the waters of the United States and State of Texas occurring since the commencement of the Association's occupancy of the Leased Land. The Association's obligations hereunder shall arise upon the discovery of the presence of any Hazardous Materials, whether or not any Federal agency or any State or local environmental agency has taken or threatened any action in connection with the presence of any Hazardous Materials. The foregoing indemnity shall survive the expiration of this Lease. In the event the Association fails, after reasonable notice, to pay any amounts described in this provision, the City may, but shall not be obligated to, cause the Hazardous Materials to be removed from the Leased Land and the cost of such removal shall be payable by the Association; provided, however, that the Association may in good faith contest the reasonableness or necessity of any requirement by any Federal, State, or local environmental agency, and upon the Association's providing reasonable security to assure its performance, the City agrees not to interfere in the Association's proceedings with such agency. 20. INDEMNITY. The Association hereby covenants and agrees to at all times indemnify and save harmless the City, its officers, employees, and agents from and against any cost, liability, damages, or expense arising out of any claim by any person or persons whatsoever by reason of the use or misuse of the Leased Land and shall indemnify and save harmless the City from any penalty, damage, or charge incurred or imposed by reason of any violation of law or ordinance by the Association, and shall indemnify and save harmless the City from any cost liability, damages, or expense arising out of the death of or injury of any person or persons or damage to property arising out of the Association's operations on the Leased Land. The Association specifically agrees to indemnify and save harmless the City, its officers, employees, and agents from and against any cost liability, damages, or expense arising out of any claim due to the death or injury of any em ployee of the Association or through a right of subrogation by an Insurance company. 21. ASSOCIATION FINANCES AND INSPECTIONS. During the term of this Lease, the Association shall furnish to the City a copy of its annual audited financial report within Page 6 of 11 120 days of the end of each fiscal year of the Association . Additionally, the Association’s annual budget, financial reports, and inspection reports are available upon written request by the City Manager. 22. DEFAULT. In the event the Association fails to comply with any covenant or condition of this Lease, after 30 days written notice of same, with an opportunity to cure during such period, the Lease shall be considered to be in default. 23. REMEDIES. In the event of any default in the performance of this Lease by the Association, the Association may submit to the City, within 20 days of such default, a remediation plan showing the manner in which the Association plans to remedy the default, a detailed budget supporting the plan, the parties involved in rem edying such default, and a detailed timeline for the implementation of such plan. Upon any such default, the City shall have the right to: a. Approve the remediation plan submitted by the Association and continue to monitor compliance with the plan. In such case, any default by the Association in the remediation plan shall constitute a new default under this Lease. b. Require that changes be made in the remediation plan submitted by the Association. In such case, if the Association concurs with such changes , the remediation plan shall proceed as provided above. If the Association does not concur in such changes, the City shall have the right to exercise any of the remedies provided below. c. Adopt a remediation plan, in the event one is not submitted by the Association. In such case, if the Association fails to comply with the requirements of such plan, the City shall have the right to exercise any of the remedies provided below. d. Require a change in any or all of the members of the board of directors of th e Association or the management of the Association, including the appointment by the City of a new board of directors to govern the Association in accordance with its articles of incorporation and bylaws. e. Notify the Association of the termination of this Lease and direct the Association to vacate the Leased Land, subject to making any necessary arrangements for the maintenance or relocation of the USS Lexington consistent with the requirements of the United States Navy. In such event, the Association sha ll proceed with due diligence in completing such relocation, and if the Association fails to diligently complete such relocation, the City may exercise its rights in (d) above. 24. NONDISCRIMINATION. The Association shall be responsible for the fair and just treatment of all its employees and patrons. The Association warrants that it is and will Page 7 of 11 continue to be an equal opportunity employer, and it hereby covenants that no employee or customer shall be discriminated against because of race, creed, color, sex, national origin or disability. 25. DRUG POLICY. The Association must adopt a Drug Free Workplace and Drug Testing Policy. 26. VIOLENCE POLICY. The Association must adopt a No Violence in the Workplace Policy. 27. ASSIGNMENT. The Association may not assign this Lease nor sublease the Leased Land, or any part thereof, without the written consent of the City Council, which consent shall not be unreasonably withheld. Such assignment shall not relieve the Association from its obligations hereunder unless such release is expressly granted by the City in approving such assignment. 28. FORCE MAJEURE. If by reason of force majeure either party hereto shall be rendered wholly or in part unable to carry out its obligations under this Lease , then except as otherwise expressly provided in this Lease, if such party shall give notice and the full particulars of such force majeure in writing to the other party, within a reasonable time after the occurrence of such event or cause, the obligations of said party giving such notice, so far as they are affected by such force majeure, shall be suspended, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term "force majeure" shall mean acts of God, strikes, industrial disturbances, acts of public enemy, orders of any kind of the government of the United States or the State of Texas, riots, epidemics, hurricanes, fires, floods, civil disturbances, explosions, or other accidents or causes not reasonably within the control of the party claiming such inability. 29. MODIFICATIONS. No changes or modifications to this Lease shall be made, nor any provisions waived, unless in writing, signed by a person authorized to sign agreements on behalf of each party. 30. LEASE RELATIONSHIP. It is specifically agreed and understood by the parties hereto that a landlord-tenant relationship is created under the terms of this Lease. This Lease must be construed conclusively in favor of that relationship. In perf orming under this Lease, both the City and the Association will act in an individual capacity and not as agents, representatives, employees, employers, partners, joint -venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. Nothing herein contained shall be deemed or construed by the parties hereto, nor by any third party, as creating the relationship of partnership or of joint venture between the parties. 31. CITY AUTHORITY. Except as specifically provided herein, the Association shall not have any authority to bind the City to any contract, indebtedness, or obligation in any Page 8 of 11 manner without the express written consent of the City. The City reserves the sole and exclusive right to exercise its police powers and other governmental authority concerning any matters related to this Lease. 32. NOTICES. Any notices or other communications relating to this Lease shall be made in writing and may be given by (a) depositing same in the United States mail; postage prepaid, certified mail, with return receipt requested, addressed as set forth in this section, or (b) delivering the same to the party to be notified. Notice given in accordance with (a) hereof shall be effective upon deposit in the United States mail. The notice addresses of the parties hereto shall, until changed in the manner of giving notices as provided herein, be as follows: CITY: City of Corpus Christi Attention: City Manager 1201 Leopard Street, 5th Floor Corpus Christi, Texas 78401 ASSOCIATION: Lady Lex Museum on the Bay Association Attention: Executive Director P.O. Box 23076 Corpus Christi, Texas 78403 Physical address: 2914 N. Shoreline Drive 33. ALTERATIONS. The Association may make alterations to the permanent Improvements located on the land areas comprising the Leased Premises with the consent of the City Manager or the City, or the City Manager’s designee. 34. NOT FOR BENEFIT OF THIRD PARTIES. This Lease is only for the benefit of the City and the Association, and no third party has any rights or claims under this Lease or against the City. 35. PUBLICATION COSTS. The Association shall pay for the cost of publishing the Lease description and related ordinance, as required by the City's Charter, in the legal section of the local newspaper. 36. INTERPRETATION AND VENUE. This Lease will be interpreted according to the Texas laws which govern the interpretation of contracts. Venue lies in Nueces County, Texas, where this Lease was entered into and will be performed. 37. SURVIVAL OF TERMS. Termination or expiration of this Lease for any reason does not release either party from any liabilities or obligations under this Lease that (a) the parties have expressly agreed survive any termination or expiration; (b) remain to be performed; or (c) by their nature would be intended to be applicable following any Page 9 of 11 termination or expiration of this Lease. 38. CAPTIONS. The captions utilized in this Lease are for convenience only and do not in any way limit or amplify the terms or provisions of this Lease. 39. SEVERABILITY. a. If, for any reason, any section, paragraph, subdivision, clause, provision, phrase, or word of this Lease or the application of this Lease to any person or circumstance is, to any extent, held illegal, invalid , or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Lease, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable will not be affected by the law or judgment, for it is the definite intent of the parties to this Lease that every section, paragraph, subdivision, clause, provision, phrase, or word of this Lease be given full force and effect for this purpose. b. To the extent that any clause or provision is held illegal, invalid , or unenforceable under present or future law effective during the term of this Lease, then the remainder of this Lease is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable will be added to this Lease automatically. 40. ENTIRETY CLAUSE. This Lease and the attachments and exhibits incorporated into this Lease constitute the entire agreement between the City and the Association for the purpose granted. All other agreements, promises, representations , and understandings, oral or otherwise, with reference to the subject matter of this Lease, unless contained in this Lease, are expressly revoked, as the parties intend to provide for a complete understanding within the provisions of this Lease and its exhibits of the terms, conditions, promises, and covenants relating to the Association’s operations and the Premises to be used in the operations. 41. BINDING LEASE. It is further mutually understood and agreed that the covenants and agreements contained in the Lease, to be performed by the respective parties, are binding on the parties and their respective successors and assigns. 42. ACKNOWLEDGEMENT. Each party expressly agrees that it has independently read and understood this Lease. By the Association’s execution of this Lease, the Association acknowledges and understands that this Lease is not binding on the City until properly authorized by the City Council and executed by the City Manager or designee. Page 10 of 11 LADY LEX MUSEUM ON THE BAY ASSOCIATION _____________________________ Steve Banta Executive Director STATE OF TEXAS § § COUNTY OF NUECES § This instrument was acknowledged before me on _________________________, 2021, by Steve Banta, Executive Director, Lady Lex Museum on the Bay Association, a Texas domestic nonprofit corporation, on behalf of the corporation. __________________________ Notary Public, State of Texas Page 11 of 11 CITY OF CORPUS CHRISTI __________________________ Ord ______________ Authorized Jeff H. Edmonds, P.E. by Council on _______________ Director of Engineering Services for City Manager __________________________ City Secretary Approved as to Legal Form ___________________, 2021 __________________________ Assistant City Attorney for City Attorney STATE OF TEXAS § § COUNTY OF NUECES § This instrument was acknowledged before me on _________________________, 202 1, by Jeff H. Edmonds, P.E., Director of Engineering Services, City of Corpus Christi, a Texas home rule municipal corporation, on behalf of the corporation. __________________________ Notary Public, State of Texas f,' 11L1 1, ~' lIJ..,_Jao.!Wll_,~)Sll.d.Il_. b ~.~_~,>h~.W&liJ~,e. l~t1!, iIi.., 1 i J 1J""'/" '. '>;/ //' 'y v I'::"~, '....v '., .):/ j'/ 1!!.f~~, ':/ 1/"'; it. '. '" I / "~~.CJ~,"J( ....-.//~. j y~/ I' ,9, / /"/ I' . " " ,) J , ., I ',I_J L "-,,- i A "',,- ,"/ (; '-J Cj'" //"-.. It r' 1/'......,.<>, f o~,." " y...ctJ/" ',<-,101 JOU PR<; s l" -------- 1/Y '.... '. /_~J. .. y~>.'.. If" C / '>.n A b-1;'~~'V /~"' \-x./ \ IJ.'" //. \ 1\ \ 9'- (. ''.. , I' I ( \c: I~~- r""',' "- '-,'._, v I \," 1// Qj) /" ~ ,'. '\'" 1 '" 71' ~::/fl .'..",j ,"--.. :) , \'~; y' c;f .,' """,,_ ~;;, \-, \ .0 t ,s;,~/<''.. .., rJ \.:. I I, \ I,' .'.. \ I ~\ \ 12 ~ 10 : i \ i \~~\\ ~ L _\J oooe;-\:-ii"71'Pl9 S l Jj," 1 ill ~ t;; ~ is L "I ~ ~ "L W ::< WI ". L E 5,::1>- ;: 01 w ~ j l 10 ~~~~ o <L u IIII'1;~~o ~ ~- g: III uuOI p f' EXt-l i BJl "A"t~i l 00009------_j ,[v p," r-----_co J --f I I 0' 0, S', o w, 0 , c- , x w l..~ EXHIBIT B INSURANCE REQUIREMENTS I. LESSEE’S LIABILITY INSURANCE A. Lessee must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Lessee must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Lessee must furnish to the City’s Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City’s Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required on all certificates or by applicable policy endorsements Bodily Injury and Property Damage Per occurrence - aggregate Commercial General Liability Including: 1. Commercial Broad Form 2. Premises – Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury $1,000,000 Per Occurrence AUTO LIABILITY (including) 1. Owned 2. Hired and Non-Owned 3. Rented/Leased $1,000,000 Combined Single Limit WORKERS’ COMPENSATION EMPLOYER’S LIABILITY Statutory $500,000 /$500,000 /$500,000 LIQUOR LIABILITY When liquor is being sold or served. $1,000,000 Per Occurrence PERSONAL PROPERTY INSURANCE (if applicable) Lessee, at their own expense, shall be responsible for insuring all owned, leased or rented personal property. C. In the event of accidents of any kind related to this agreement, Lessee must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Lessee must obtain workers’ compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers’ compensation coverage provided must be in an amount sufficient to assure that all workers’ compensation obligations incurred by the Lessee will be promptly met. B. Lessee shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lessee'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. Lessee shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lessee shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Lessee agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 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, Lessee shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Lessee's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Lessee'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 Lessee to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lessee hereunder until Lessee demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Lessee may be held responsible for payments of damages to persons or property resulting from Lessee's or its subcontractor’s performance of the work covered under this agreement. H. It is agreed that Lessee'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. 2020 Insurance Requirements Ins. Req. Exhibit - Legal Lease Agreement – The Lexington Museum 11/04/2020 Risk Management – Legal Dept. AGENDA MEMORANDUM First Reading for the City Council Meeting of January 12, 2021 Second Reading for the City Council Meeting of January 26, 2021 DATE: December 8, 2020 TO: Peter Zanoni, City Manager FROM: Heather Hurlbert, Director of Finance and Business Analysis Heatherh3@cctexas.com (361) 826-3227 CAPTION: Ordinance authorizing the resale, by Nueces County as the City’s trustee, of 16 properties, which were foreclosed upon for failure to pay ad valorem taxes, for the total price of $89,225.00. The City accepts total proceeds of $29,379.07 from the sale of which $7,988.22 is allocated to the settlement of past due ad valorem taxes and $21,390.85 is allocated to the settlement of amounts due for City paving and demolition liens. SUMMARY: Nueces County, as trustee for each of the taxing entities, has received offers to purchase properties that have been foreclosed upon for failure to pay ad valorem taxes. The governing body from each of the taxing entities (the City of Corpus Christi, Nueces County, Corpus Christi Independent School District, and Del Mar College) must approve the offers for resale. BACKGROUND AND FINDINGS: Properties within the City of Corpus Christi are periodically foreclosed due to non- payment of ad valorem taxes. The City and Nueces County entered into an Interlocal Agreement for the collection of delinquent ad valorem taxes. Nueces County has contracted with the law firm of Linebarger, Goggan, Blair, & Sampson, L.L.P. to pursue collections of delinquent ad valorem taxes. When all avenues for collections are exhausted, foreclosed properties with delinquent ad valorem taxes are offered for sale at a public auction by the Sheriff. The opening bid at the “Sheriff’s sale” is set by law and must be either the aggregate amount of taxes, municipal liens, and court costs due under the judgment or the adjudged value of the property, whichever is lower. (The adjudged value is the value stated on the face of the judgment and is the most recent Approval for the resale of 16 foreclosed properties tax appraisal value certified by the Nueces County Appraisal District.) If no one is willing to pay the opening bid amount for the property, then the Sheriff strikes it off (sells it) to the taxing entities. The taxing entities then get the property in lieu of their delinquent taxes. The law firm will then put the property on their tax resale list, will nail a “For Sale” sign on the property, and will solicit purchase offers from the public. When an offer or of fers are received, they then bring the highest offer forward for consideration and action by the governing bodies of the involved taxing entities. All the entities must approve the offer, or it is rejected. The law firm has proposed the resale of 16 properties at the bid prices listed in Exhibit B. Each of the 16 properties was reviewed by Engineering, Planning/Environmental and Strategic Initiatives (ESI), Grant Monitoring, Parks and Recreation, and the Homeless and Housing Division of the Human Resources Department for potential City use. No properties were identified to be pulled. The monies received from this sale are distributed pursuant to the property tax code. The net proceeds from the sale are first applied to pay off the outstanding court costs , which are $32,055.01. These court costs are for the costs associated with the underlying lawsuits. The remaining funds are then applied on a pro rata basis to each taxing jurisdiction. Approval of the ordinance will authorize the Nueces County Judge to execute a Resale Deed for the properties listed so they can be return ed to the property tax roll for the upcoming year. ALTERNATIVES: Not approving the ordinance to move forward with the sale of the properties. FISCAL IMPACT: The City will receive $7,988.22 for the sale of the properties and an additional $21,390.85 for demo liens, for a total of $29,379.07 in revenue. The net proceeds from the sale are first applied to pay off the outstanding court costs , which are $32,055.01. The proceeds of the sale will be deposited into the City’s General Fund. For the demo liens, depending on the source of the expense, the proceeds will either be deposited into the City’s General Fund or the CDBG grant fund associated with the expense. In addition, this sale will restore $259,243.00 in taxable property value to the tax rolls. RECOMMENDATION: Staff recommends approval of the ordinance. LIST OF SUPPORTING DOCUMENTS: Exhibit A – Tax Resale Property List Exhibit B – Breakdown of Tax Resale Property Lists Letter from Linebarger, Goggan, Blair & Sampson, LLP Ordinance Ordinance authorizing the resale, by Nueces County as the City’s trustee, of 16 properties, which were foreclosed upon for failure to pay ad valorem taxes, for the total price of $89,225.00. The City accepts total proceeds of $29,379.07 from the sale of which $7,988.22 is allocated to the settlement of past due ad valorem taxes and $21,390.85 is allocated to the settlement of amounts due for City paving and demolition liens. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: Section 1. Pursuant to Section 34.05 of the Tax Code, the governing body of the City of Corpus Christi authorizes the resale of 16 properties listed on the attached and incorporated Exhibit A for $89,225.00 which were foreclosed upon for failure to pay ad valorem taxes, of which the City shall receive $7,988.22 plus $21,390.85 for partial payment of City paving and demolition liens. Section 2. The Nueces County Judge is authorized to execute a resale deed for each property upon payment to the City of the City’s share of the tax resale proceeds. That the foregoing ordinance was read for the first time and passed to its second reading on this the _____ day of ___________, 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ That the foregoing ordinance was read for the second time and passed finally on this the _____ day of __________ 2021, by the following vote: Paulette M. Guajardo ________________ John Martinez ________________ Roland Barrera ________________ Ben Molina ________________ Gil Hernandez ________________ Mike Pusley ________________ Michael Hunter ________________ Greg Smith ________________ Billy Lerma ________________ PASSED AND APPROVED on this the ______ day of _________________, 2021. ATTEST: _________________________ ________________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Item #Suit Number Property Location Amount of Bid City’s Portion City's Portion of City Paving and Demo Liens 1 1737 03-1971-B 1520 Mestina $5,000.00 $0.00 $4,935.00 2 1993 2012DCV-5373-D 1539 17th St.3,000.00 $80.71 $163.92 3 2159 2011DCV-2133-F 720 Francesca St.800.00 $0.00 $0.00 4 2163 2014DCV-3326-C 3333 Washington 2,000.00 $16.40 $579.43 5 2196 2014DCV-6241-A 3026 Sabinas 3,500.00 $118.26 $1,441.55 6 2201 2014DCV-4365-G 2215 Coleman Ave.2,575.00 $10.60 $434.94 7 2235 2014DCV-2782-F 812 Francesca St.850.00 $0.00 $419.49 8 2255 2015DCV-5601-H 3009 Carver 4,000.00 $168.07 $1,348.50 9 2267 2014DCV-5082-A 2805 Nogales 4,000.00 $273.94 $781.24 10 2296 10-1805-E 430 Judie Ct.7,500.00 $607.17 $1,805.53 11 2304 2014DCV-1269-H 4520 Sharpsburg Rd.8,000.00 $1,072.28 $305.40 12 2311 2012DCV-3703-E 4550 Jose Dr.15,000.00 $2,227.41 $1,245.59 13 2323 2014DCV-5757-C 4337 Angela Dr.8,000.00 $532.61 $3,169.39 14 2358 2012DCV-5376-G 2006 Crestmont St.5,000.00 $465.62 $574.32 15 2361 2017DCV-5794-B 3769 Wilson Dr.5,000.00 $332.46 $1,974.94 16 2365 10-02145-00-0-E 1445 Buenos Aires St.15,000.00 $2,082.69 $2,211.61 Total 89,225.00$ 7,988.22$ 21,390.85$ EXHIBIT B TAX RESALE PROPERTY LIST DATE: December 30, 2020 TO: Peter Zanoni, City Manager FROM: Iain Vasey, President/CEO ivasey@ccredc.com (361) 882-7448 OUTSIDE PRESENTER(S): Name Title/Position Organization 1. Iain Vasey President/CEO CCREDC BACKGROUND: The Corpus Christi Regional Economic Development Corporation (CCREDC) provides quarterly updates to City Council. In accordance with this practice, the CCREDC will update the Council on its activities and the status of the local economy for the third and fourth quarters of calendar year 2020. The last presentation was on August 18, 2020. The Metropolitan Statistical Area (MSA) economy is struggling. We have lost 1,800 jobs since August, and 14,300 jobs since this time last year. We have seen the unemployment rate come down from a high of 15.7% in April to 10.1% in June and 8.4% in August before going back up to 10.1% in September and now at 10.0% in November (the last month available). The CCREDC is working on 20 major projects that are valued at $21.1 billion in capital investment that could possibly create 2,820 quality primary jobs. The CCREDC is looking for other industries to attract to our region. We have begun a targeted industry survey to look at industries that we can target are also looking at re-shoring opportunities. W e are coordinating with partners to push a “sense of place” initiative. Your CCREDC is delivering value to the City and the region. LIST OF SUPPORTING DOCUMENTS: CCREDC City Council Third and Fourth Quarterly Updates for 2020 Corpus Christi Regional Economic Development Corporation (CCREDC) Quarterly Update to City Council (Third and Fourth Quarters of 2020) AGENDA MEMORANDUM City Council Meeting of January 12, 2021 Iain Vasey CEcD President/CEO City Council Q3/Q4 Report January 12, 2021 Sep. 2019 Oct. 2019 Nov. 2019 Dec. 2019 Jan. 2020 Feb. 2020 Mar. 2020 Apr. 2020 May 2020 Jun. 2020 Jul. 2020 Aug. 2020 Sep. 2020 Nov. 2020 Corpus Christi 4.2 4.0 4.1 4.3 4.8 4.4 6.2 15.7 14.7 10.1 10.0 8.4 10.1 10.0 Texas 3.4 3.3 3.4 3.3 3.8 3.6 5.1 13.1 12.7 8.9 8.2 7.0 8.3 8.0 U.S.3.3 3.3 3.3 3.4 4.0 3.8 4.5 14.4 13.0 11.2 10.5 8.5 7.7 6.4 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 18.0 Unemployment Rates Industry Yearly Change Monthly Change Nov. 2020 Oct. 2020 Nov. 2019 Nov. 2018 Nov. 2017 Nov. 2016 Total Nonfarm -15,300 700 180,800 180,100 196,100 194,600 192,200 194,300 Mining, Logging and Construction -4,400 100 19,600 19,500 24,000 24,800 26,700 26,500 Manufacturing -400 0 8,100 8,100 8,500 8,400 8,100 8,400 Trade, Transportation, and Utilities 200 400 33,700 33,300 33,500 33,800 33,800 34,500 Information -100 0 1,500 1,500 1,600 1,700 1,800 1,800 Financial Activities 200 0 8,600 8,600 8,400 8,200 7,800 7,600 Professional and Business Services -2,100 100 17,800 17,700 19,900 19,100 17,700 16,500 Education and Health Services -1,300 0 31,200 31,200 32,500 32,200 30,800 31,600 Leisure and Hospitality -4,800 0 20,800 20,800 25,600 24,800 24,000 25,200 Other Services -600 0 5,700 5,700 6,300 6,300 6,200 6,700 Government -2,000 100 33,800 33,700 35,800 35,300 35,300 35,500 Unemploment Rate November 2020 Employment by Sector for Corpus Christi MSA C.C. MSA 10.0% Texas 8.0% U.S. 6.4% CCREDC Covid-19 Response The CCREDC along with Dr. Jim Lee from Texas A&M Corpus Christi launched a series of COVID 19 business related surveys over the course of several months. Survey I – March, 2020 generated 388 responses Survey II - April, 2020 generated 927 responses Survey III - June, 2020 generated 518 responses Survey IV – August, 2020 generated 807 responses On November 10th we hosted the Senior Executive Breakfast at Nueces Brewing Co. and hosted 40 investors. We also provided an interactive Zoom meeting for those who were unable to attend, which had 50+ attendees. We practiced social distancing and followed Nueces County Health guidelines. Those attending were happy to be out for the first time since the shutdown. CCREDC Covid-19 Response September 24, CCREDC participated in the TxOGA State of Energy online briefing along with U.S. Senator Ted Cruz, Land Commissioner George P. Bush, Sergio Contreras (RGV Partnership). September 28th CCREDC presented virtually to the South Texas Commercial Association of Realtors. Two site visits followed from member with the clients. Business Retention & Business Attraction September 29th & 30th CCREDC hosted the White House Opportunity and Revitalization Council Executive Director Scott Turner and his delegation on a visit to Corpus Christi, toured Opportunity Zone sites/projects and discussed new Federal programs with regional leadership. Wednesday, Oct. 21st CCREDC hosted the TxEDC Regional Business Summit Corpus Christi featuring Robert Allen, Adriana Cruz, Chris Hamilton, and Chris Smith from Cheniere There are 17 active attraction projects for a total of 1,700 jobs and $9.1B CapEx. Business Retention & Business Attraction CCREDC also launched a new website www.ourcoastalbend.com in October 2020 asking those who live in the Coastal Bend Region : What do you love about living in our region? What you don’t love? What can we do to improve the Quality of Place? Thank you! Iain Vasey CEcD President/CEO Questions?