Loading...
HomeMy WebLinkAboutAgenda Packet City Council - 04/20/2021City Council City of Corpus Christi Meeting Agenda - Final-revised 1201 Leopard Street Corpus Christi, TX 78401 cctexas.com Council Chambers11:30 AMTuesday, April 20, 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 Deacon Michael Mantz, Corpus Christi Cathedral. C.Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by America Briones, Mary Carroll High School. D.City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. E.Proclamations / Commendations Page 1 City of Corpus Christi Printed on 4/19/2021 April 20, 2021City Council Meeting Agenda - Final-revised F.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. G.CITY MANAGER’S COMMENTS / UPDATE ON CITY OPERATIONS: a.Update on North Beach Development and City Funded Infrastructure Improvements H.BOARD & COMMITTEE APPOINTMENTS: 1.21-0468 Corpus Christi Convention & Visitors Bureau (1 vacancy) I.EXPLANATION OF COUNCIL ACTION: J.CONSENT AGENDA: (ITEMS 2 - 18) 2.21-0476 Approval of the Minutes of the Regular Meeting of April 13, 2021. Consent - Second Reading Ordinances 3.21-0354 Ordinance authorizing acceptance of a grant from the Executive Office of the President, Office of National Drug Control Policy, in an amount of $89,480.00 for overtime for four sworn officers and lease payments on four vehicles for the FY 2021 High Intensity Drug Trafficking Area Initiative; and appropriating $89,480.00 in the Police Grants Fund. Page 2 City of Corpus Christi Printed on 4/19/2021 April 20, 2021City Council Meeting Agenda - Final-revised Sponsors:Police Department 4.21-0373 Ordinance authorizing acceptance of a grant from the State of Texas, Department of Transportation for the FY 2021 Click It or Ticket Program for the Corpus Christi Police Department in an amount of $8,950.00 with a City cash match of $2,416.80 for overtime and fringe benefits with funding available from the General Fund; and appropriating $8,950.00 in the Police Grants Fund. Sponsors:Police Department 5.21-0330 Ordinance authorizing an amendment to the Wastewater Lift Station Construction and Reimbursement Agreement with Peterson Properties, Ltd. to construct the Wastewater Lift Station for the Greenwood Service Area 5 and according to the Wastewater Master Plan approved on July 6, 2020 and located at the intersection of Westpoint Rd and S Padre Island Drive (Highway 358 FWY); and appropriating $44,057.00 from the Wastewater Trunk System Trust Fund to reimburse developer. (District 3) Sponsors:Development Services 6.21-0332 Ordinance abandoning and vacating a 15-foot wide by approximately 483 feet in length (7,239.7 sq. ft.) existing utility easement out of Lot 3, Block 1, South Texas Bone and Joint Medical Plaza Unit 1, located South of Holly Road and West of Cross-Town Expressway (TX 286). (District 3) Sponsors:Development Services Consent - Contracts and Procurement 7.21-0402 Resolution authorizing the purchase of a refurbished, replacement robot vehicle for the Corpus Christi Police Department's Bomb Squad, with Remotec Inc., Subsidiary of Northrop Grumman of Clinton, Tennessee, for a total amount of $115,000.00 funding available through the Fire Grants Fund. Sponsors:Police Department, Fire Department and Contracts and Procurement 8.21-0398 Motion authorizing a three-year service agreement with Hub City Overhead Door Company, Inc., of Corpus Christi, Texas, for a total amount not to exceed $255,600.00 for overhead door repair and maintenance for the Corpus Christi Fire Department (CCFD), effective upon issuance of a notice to proceed, with FY 2021 funding in an amount of $46,008.00 available through the General Fund. Sponsors:Fire Department and Contracts and Procurement 9.21-0201 Motion authorizing a five-year supply agreement in the amount not to exceed $1,750,000 with Baker & Taylor, LLC., Charlotte, North Carolina for library books, audio and visual recordings, downloadable digital content, and processing services, with FY 2021 funding in the amount of $145,830.00 available from the General fund. Sponsors:Libraries and Contracts and Procurement Page 3 City of Corpus Christi Printed on 4/19/2021 April 20, 2021City Council Meeting Agenda - Final-revised 10.21-0348 Motion authorizing the lease-purchase, via JP Morgan, of one additional Mack LR64 Refuse Truck from Grande Ford Truck Sales, Inc, dba Grande Truck Center, of San Antonio, Texas for a total amount of $348,568.25 to be used by Solid Waste in support of the department’s new inspection and education program to address contamination in recycling waste, effective upon issuance of the letter of acceptance with FY 2021 funding in the amount of $29,047.35 available through the General Fund. Sponsors:Solid Waste Operations and Contracts and Procurement 11.21-0360 Motion authorizing a five-year service agreement for on-call emergency spill response and remediation services for an estimated amount of $140,650.00 with Miller Environmental Services, LLC, of Corpus Christi, Texas. Sponsors:Planning & Environmental Services and Contracts and Procurement 12.21-0416 Motion authorizing a one-year service agreement with Great South Texas Corp, dba Computer Solutions of San Antonio, Texas, in an amount of $74,940.49 for the maintenance renewal for CISCO SmartNet for the Information Technology Department, effective upon issuance of a notice to proceed with FY 2021 funding available in the Information Technology Fund. Sponsors:Information Technology Services and Contracts and Procurement 13.21-0365 Motion authorizing the replacement purchase of one 2020 Gradall XL3100 wheeled excavator from Waukesha-Pearce Industries, Inc. of Corpus Christi, Texas for a total amount of $364,233.05, which will be used in the maintenance and repairs of City streets by the Department of Public Works, with FY 2021 funding available and included in the Vehicle and Equipment Replacement Fund. Sponsors:Public Works/Street Department and Contracts and Procurement Consent - Capital Projects 14.21-0322 Motion awarding a Master Services Agreement to Garver, LLC, Corpus Christi, Texas, for planning, architectural, and professional engineering services for the Corpus Christi International Airport, in an amount not to exceed $7,500,000.00 for a five-year term, with FY 2021 funding available from grant funding and the Aviation Capital Fund. Sponsors:Engineering Services, Aviation Department and Contracts and Procurement General Consent Items 15.21-0353 Resolution authorizing the submission of six grant applications to the Public Safety Office - Homeland Security Grants Division for the Homeland Page 4 City of Corpus Christi Printed on 4/19/2021 April 20, 2021City Council Meeting Agenda - Final-revised Security Grant Program to prevent terrorism and other catastrophic events for various functions of public safety, such as bomb squad detection, SWAT team improvement, firefighter protection, and hazmat response enhancements, in an amount of $698,797.42. Sponsors:Fire Department 16.21-0372 Motion to authorize a one-year service agreement for Broker of Record Services for Insurance for $100,000.00 per year, with Acrisure LLC dba Carlisle Insurance of Corpus Christi, Texas, with a right to renew for up to four additional years totaling up to $500,000.00, effective upon issuance of a notice to proceed, with FY 2021 funding up to $33,500.00 available through the Liability/Employee Benefits & Workers’ Compensation Fund. Sponsors:Legal Department and Contracts and Procurement 17.21-0400 Resolution authorizing renewal of property insurance, including All Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance, through Carlisle Insurance Agency, Broker of Record, for upcoming policy year (May 5, 2021 - May 4, 2022) in exchange for annual premium of $3,526,444. Sponsors:Legal Department 18.21-0408 Resolution authorizing outside city limits water contract with Ruben Perez and Belinda Perez to provide public water to their property located outside the city limits described as Lots 1 and 2, Block 1, El Caballo Subdivision, also commonly known by its street addresses as 7241 Old Brownsville Rd (FM 665) and 7273 Old Brownsville Rd (FM 665), located nearest City Council District 3, under Corpus Christi Code Section 55-113. Sponsors:Development Services K.LEGISLATIVE UPDATE: L.RECESS FOR LUNCH M.PUBLIC HEARINGS: (ITEM 19) 19.21-0498 Second Public Hearing to discuss the annexation of London Pirate Road (formerly County Road 33), being approximately 3.733 acres of land from FM 43 (Weber Road) to the North approximately 1.027 miles, with the City of Corpus Christi currently having an area of 489 sq. miles. Sponsors:Planning & Environmental Services N.INDIVIDUAL CONSIDERATION ITEMS: (ITEMS 20 - 22) 20.21-0362 Resolution authorizing a six-year service agreement with Infor US, Inc., of New York, New York in an amount of $5,962,498.33 for Infor license subscriptions and $1,041,616.27 for one time implementation cost for a total of $7,004,114.60, effective upon issuance of a notice to proceed, with Page 5 City of Corpus Christi Printed on 4/19/2021 April 20, 2021City Council Meeting Agenda - Final-revised FY 2021 funding in an amount of $178,821.92 for prorated Infor license subscriptions and $1,041,616.27 for one time implementation costs available through the Information Technology Fund. Sponsors:Information Technology Services and Contracts and Procurement 21.21-0212 Motion awarding a construction contract to JE Construction Services, Corpus Christi, Texas, for the Residential Street Rebuild Program: Re-Bid Base Bid A in an amount of $6,144,164.90, for 15 streets located in Council Districts 1, 3, and 4, with FY 2021 funding available from the Residential Street Reconstruction, Storm Water, Wastewater, Water and Gas Capital Funds. Sponsors:Engineering Services, Public Works/Street Department and Contracts and Procurement 22.21-0145 Resolution authorizing park improvement agreement for Rancho Vista Subdivision with Yorktown Oso Joint Venture and Braselton Development Company, Ltd. to develop and gift 1.268 acres of parkland to the City and authorize an agreement with the Rancho Vista Owner's Association to allow for the owner's association to maintain the new parks. Sponsors:Parks and Recreation Department and Development Services O.FIRST READING ORDINANCES: (ITEMS 23 - 26) 23.21-0363 Ordinance accepting $22,816.97 from the State of Texas - Law Enforcement Officer Standards and Education Account; and appropriating $22,816.97 for FY 2021 in the Police Grants Fund for training of sworn and civilian personnel. Sponsors:Police Department 24.21-0361 Ordinance rejecting the apparent low bid of WLE, LLC. due to refusal to perform on a previous mowing contract providing similar services and authorizing a three-year service agreement for mowing and grounds maintenance of Stormwater Mowing Group 5B for an estimated amount of $73,740.00 with Juan Antonio Galnarez, dba Tony’s Lawn Service of Rockport, Texas for the Department of Public Works, with FY 2021 funding in an amount not to exceed $10,242.00 available through the Stormwater Fund. Sponsors:Public Works/Street Department and Contracts and Procurement 25.21-0421 Ordinance amending the Code of Ordinances, Chapter 49, to promote better management of the public rights-of-way for Bond and other infrastructure projects, adding Article VIII - Management of Rights-of-Way to clarify responsibilities for all types of utilities within a public right-of-way, and establishing a penalty. Sponsors:Engineering Services and Public Works/Street Department 26.21-0469 Ordinance amending Section 55-100 of the Corpus Christi Code of Ordinances to continue using the 2020 Winter Quarter Average (calculated Page 6 City of Corpus Christi Printed on 4/19/2021 April 20, 2021City Council Meeting Agenda - Final-revised from December 2019 - February 2020) for wastewater charges from May 2021 through April 2022. Sponsors:Water Utilities Department P.BRIEFINGS: (ITEM 27) 27.21-0482 Update on Amended City Council Policy 28: Award Guidelines for Arterial and Collector Streets with Concrete or Asphalt Pavement Sponsors:Public Works/Street Department Q.EXECUTIVE SESSION: R.ADJOURNMENT Page 7 City of Corpus Christi Printed on 4/19/2021 Duties Composition Member size Term Length Term limit 24 2 years 6 years Name District Term Appt date End date Appointing Authority Position Status Category John F Longoria District 4 Partial 9/30/2020 10/1/2021 City Council Resigned Community At-Large Melody Nixon-Bice District 5 3 2/10/2015 10/1/2021 City Council Active Lodging Industry Fred F Soward III District 4 2 5/9/2017 10/1/2021 City Council Active Restaurant Industry Johnny Philipello District 4 2 1/10/2017 10/1/2021 City Council Active Attraction Industry Kendra L Kinnison District 4 2 10/10/2017 10/1/2021 City Council Active Lodging Industry Blanche Candelaria- Morris Other / Non- Resident Partial 9/29/2020 10/1/2021 City Council Active Lodging Industry CORPUS CHRISTI CONVENTION & VISITORS BUREAU One (1) vacancy with term to 10-1-21, representing the following category: 1 - Community At-Large. (The CCCVB is recommending Ramon Pineda (At Large) or Lance Hancock (At Large) for Council consideration.) The Corpus Christi Convention & Visitors Bureau solicits various organizations and associations to conduct meetings/conventions/tradeshows within Corpus Christi year- round; to promote the City as a year-round destination; to design and implement an advertising campaign with state, national and international coverage to feature the Corpus Christi area as an attractive region in which to vacation or have conventions or group meetings; to provide support services to conventions in Corpus Christi; to operate visitor information centers; to provide information and advice to businesses interested in tourism and convention-related business in the Corpus Christi area; and to advise the City on projected growth of tourism and convention-related businesses to assist City planning efforts. CCCVB shall be governed by a board of directors (BOARD), which must be composed of twenty-four (24) members. Thirteen (13) will be selected directly by the City Council. The members shall include persons from all areas of the City in order to assure diverse geographic representation on the Board. The members shall be representatives of the following groups: 3 - lodging industry; 3 - attraction industry; 2 - restaurant industry; and 5 - community at-large. The following persons or entities, or their designees or representatives, shall serve as additional voting members of the Board by virtue of position held: The Mayor or designee, City Manager or designee General Manager of the Corpus Hooks and Director of Corpus Christi International Airport. The following persons or entities, or their designee or representatives, shall serve as additional non-voting members of the Board by virtue of position held: State Representative from district 32 or designee, State Representative 34 or designee, Director of Regional Transportation Authority, President & CEO of Port of Corpus Christi or designee, President & CEO of Corpus Christi Regional Economic Development Corporation, General Manager of American Bank Center and Athletic Director of Texas A&M University Corpus Christi or designee. Appointments will be for two-year staggered terms. No person may serve as a voting member of the Board for a period longer than six years consecutively, unless such service is required by virtue of the person's position or title or to complete an unexpired term. The CCCVB always shall nominate one (1) more individual than the number of positions available in each category. The City Council will provide serious consideration to the Board's recommendations, but it is not restricted to select members submitted by the CCCVB or any other group. 4-20-2021 Name District Term Appt date End date Appointing Authority Position Status Category Alex Harris Other / Non- Resident 1 9/29/2020 10/1/2022 City Council Active Community At-Large Daniel R Suckley District 4 2 9/11/2018 10/1/2022 City Council Vice-Chair Active Community At-Large Sam Canavati District 5 2 9/11/2018 10/1/2022 City Council Active Community At-Large Ed Cantu District 5 3 2/9/2016 10/1/2022 City Council Chair Active Community At-Large Jennifer J Vela Other / Non- Resident 1 9/29/2020 10/1/2022 City Council Active Attraction Industry Richard Lomax District 4 1 9/29/2020 10/1/2022 City Council Active Restaurant Industry Mitchell Davis Kalogridis District 4 1 9/29/2020 10/1/2022 City Council Active Attraction Industry Matt Blasy 1 N/A N/A America Bank Center Ex-Officio, Non- voting Active American Bank Center General Manager Abel Herrero 1 N/A N/A State Representative District 34 Ex-Officio, Non- voting Active State Representative District 34 or designee Todd Hunter 1 N/A N/A State Representative District 32 Ex-Officio, Non- voting Active State Representative District 32 or designee Jon Palumbo District 4 1 N/A N/A Texas A&M University- Corpus Christi Ex-Officio, Non- voting Active Texas A&M Athletic Director or designee Iain D Vasey District 5 1 N/A N/A CCREDC Ex-Officio, Non- voting Active Corpus Christi Regional Economic Development Corporation Fred Segundo N/A N/A N/A City Council Ex-Officio, Voting Active C.C. International Airport Brady Ballard 1 N/A N/A Corpus Christi Hooks Ex-Officio, Voting Active Corpus Christi Hooks General Manager Michael T. Hunter 1 8/14/2019 N/A Ex-Officio, Voting Active Mayor Joe McComb's Rep. Lisa Hinojosa District 4 1 N/A N/A City Council Ex-Officio, Non- voting Active Port of C.C. Authority Peter Zanoni 1 N/A N/A Ex-Officio, Voting Active City Manager or designee Jorge Cruz-Aedo N/A N/A N/A City Council Ex-Officio, Non- voting Active Regional Transportation Authority 4-20-2021 Name District Status Category Christopher O Ardueser District 5 Applied At-Large Ulysses Arrigoitia District 1 Applied At-Large Steve Banta District 5 Applied At-Large Attraction Industry Laura M. Commons District 2 Applied At-Large Brandon Crowson District 4 Applied At-Large Hotel Industry Restaurant Industry *Lance N Hancock Other / Non- Resident Applied At-Large Attraction Industry Mourad Hasbaoui District 3 Applied At-Large Paul E Hatridge District 5 Applied At-Large Restaurant Industry Linda Lindsey District 4 Applied At-Large Hotel Industry Sara Sells Morgan District 4 Applied At-large Attraction Industry Ramon J. Pineda District 4 Applied At-Large Carol Rehtmeyer District 4 Applied At-Large Attraction Industry *Non-Residents allowed CORPUS CHRISTI CONVENTION & VISITORS BUREAU Applicants 1201 Leopard Street Corpus Christi, TX 78401 cctexas.com City of Corpus Christi Meeting Minutes City Council 11:30 AM Council ChambersTuesday, April 13, 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. Mayor Paulette M. Guajardo to call the meeting to order.A. Mayor Guajardo called the meeting to order at 11:35 a.m. Invocation to be given by Father James Stembler, Diocese of Corpus Christi.B. Father James Stembler, Diocese of Corpus Christi, gave the invocation. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Nicholas Tapia, Richard King High School. C. Mayor's Chief of Staff Arlene Medrano 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. Page 1City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Mayor Paulette M. Guajardo,Council Member Roland Barrera,Council Member Gil Hernandez,Council Member Michael Hunter,Council Member Billy A. Lerma,Council Member John Martinez,Council Member Ben Molina,Council Member Mike Pusley, and Council Member Greg Smith Present:9 - Proclamations / CommendationsE. Mayor Guajardo announced three proclamations that were presented: 1) National Library Week. 2) Sexual Assault Awareness and Prevention Month. 3) Fair Housing Month. PUBLIC COMMENT:F. Mayor Guajardo referred to comments from the public. The following citizen called in regarding utilities bill/wasterwater issue: Richard Cedor, 1329 10th St. The following citizens called in regarding Item 26: Amanda Gallegos, 7621 Cedar Brook Dr.; and Robert Muir, 6230 Bourbonais Dr. The following citizens submitted written public comments which are attached to the Minutes: Amanda Gallegos, 7621 Cedar Brook Dr.; Susan Mitchell, 40 Rock Creek Dr.; and Brittni Young. CITY MANAGER’S COMMENTS / UPDATE ON CITY OPERATIONS:G. Director of Public Health Annette Rodriguez gave a brief update on the Johnson & Johnson vaccine. Council Members and Health Director Rodriguez discussed the following topics: currently only women have been affected by the Johnson & Johnson vaccine; and La Palmera Mall COVID-19 vaccination clinic will offer first and second dose Moderna and Pfizer vaccines. City Manager Zanoni gave an update on the financial report. The Audit Report was exceptional for FY 2020. Mayor Guajardo commended City Manager Zanoni for bringing a stronger financial outlook to Corpus Christi. Corpus Christi Hooks - COVID19 Safety Protocola. City Manager Peter Zanoni introduced Corpus Christi Hooks General Manager Brady Ballard. General Manager Ballard presented information on the following topics: summary of details; certification of compliance; and policies and operations. A Council Member and General Manager Ballard discussed the following topics: improvements have been made to Whataburger Field; and Whataburger Field is a new COVID-19 vaccine site. Page 2City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Grow Local Farmer's Marketb. Grow Local Farmer’s Market is held every Wednesday from 5 p.m. to 7 p.m. at the Art Center of Corpus Christi. Birdiest Festival in Americac. The Birdiest Festival in America will be held at The Botanical Gardens from April 21st-25th. Safe Fun-Fit with Mayor Paulette M. Guajardod. Safe-Fun Fit with Mayor Guajardo will be held on Saturday, April 17th from 7 a.m. to 11 a.m. BOARD & COMMITTEE APPOINTMENTS:H. 1.Airport Board (3 vacancies) Corpus Christi Commission on Children & Youth (10 vacancies) Sister City Committee (4 vacancies) Transportation Advisory Commission (5 vacancies) Mayor Guajardo referred to Item 1. Airport Board Council Member Lerma made a motion to reappoint Paul Cameron, Jr., seconded by Mayor Guajardo and passed unanimously. Council Member Pusley nominated Blake Farenthold and Gordon Lester. Council Member Hernandez nominated James Bliss. Council Member Smith nominated Hans Schumann. Council Member Molina nominated Cristian Radaneata. Council Member Hunter nominated John LaRue. Hans Schumann and John LaRue were appointed. After the appointments, a Council Member asked about 1) adding visit Corpus Christi CEO Brett Oetting as an ex-officio member; and 2) if a Council Member can serve on the Airport Board. City Secretary Huerta said she'd look into it. Corpus Christi Commission on Children & Youth Council Member Molina made a motion to reappoint Liesl Cressman (At-Large), seconded by Council Member Lerma and passed unanimously. Council Member Molina made a motion to appoint Joshua Salinas (Education), seconded by Council Member Hernandez and passed unanimously. Council Member Hernandez made a motion to appoint Kaylin Berger (High School student from a Charter School) and Tiana Ramos (High School student from CCISD), seconded by Council Member Lerma and passed unanimously. Council Member Lerma nominated Jose Plaza (At-Large). Council Member Martinez nominated Jessie Carlson (At-Large). Council Member Molina nominated Robert Hyatt (At-Large). Jessie Carlson was appointed. After the appointments, a Council Member asked if student representatives could be appointed from each CCISD high school. City Secretary Huerta said she'd look into it. Sister City Committee Page 3City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Council Member Molina made a motion to reappoint Almira Flores, seconded by Council Member Smith and passed unanimously. Council Member Pusley nominated Valeria Harbolovic. Council Member Barrera nominated Mirza Pearson. Council Member Molina nominated Emma Manda. Council Member Molina made a motion to appoint Valerie Harbolovic, Mirza Pearson and Emma Manda, seconded by Council Member Smith and passed unanimously. Transportation Advisory Committee Council Member Pusley made a motion to appoint Richard Diaz, Nicholas Fernandez, Douglas Salik, Michael San Miguel and T Frank Smith IV, seconded by Council Member Molina and passed unanimously. EXPLANATION OF COUNCIL ACTION:I. CONSENT AGENDA: (ITEMS 2 - 17)J. Approval of the Consent Agenda Mayor Guajardo referred to the Consent Agenda. Council Members requested that Item 11 be pulled for individual consideration. A motion was made by Council Member Pusley, seconded by Council Member Lerma to approve the Consent Agenda with the exception of Item 11. The motion carried by the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 2.Approval of the Minutes of the Regular Meeting of March 30, 2021 and Special Meeting of April 6, 2021. The Minutes were approved on the consent agenda. Consent - Second Reading Ordinances 3.Zoning Case No. 1220-01 Alty Enterprises, Inc.: (District 5). Ordinance rezoning property at or near 7005 Saratoga Boulevard (State Highway 357) from the “CG-2” General Commercial District and the “IL” Light Industrial District to the “ON” Neighborhood Office District. (Planning Commission and Staff recommend Approval) This Ordinance was passed on second reading on the consent agenda. Enactment No: 032402 4.Ordinance awarding a construction contract to EMR Elevator Inc, Corpus Christi, Texas, for the replacement and upgrade of the four City Hall elevators machinery and equipment, located in Council District 1, in an Page 4City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes amount not to exceed $1,047,740.00; amending the Capital Improvement Program (CIP) and Capital Budget, and appropriating $1,250,000.00 to the Facility Maintenance CIP Fund. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032403 5.Ordinance accepting and appropriating Federal Aviation Administration Grants No. 63 and No. 64 totaling $2,667,902 pursuant to the federal Coronavirus Response and Relief Supplemental Appropriations Act for economic relief to eligible U.S. airports affected by the prevention of, preparation for, and response to the COVID-19 pandemic; and amending the FY 2021 Operating Budget by increasing revenues and expenditures. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032404 6.Ordinance authorizing a special events agreement with the Buccaneer Commission, Inc. for Buc Days Festival 2021 and related activities to be held April 29, 2021 through May 9, 2021 to allow for the use of City property including Shoreline Boulevard between IH 37 and Resaca as well as the barge dock and circle drive adjacent to the American Bank Center with payment of City cost of services not to exceed $39,449. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032405 7.Ordinance amending the Code of Ordinances, Chapter 55, Utilities, Section 55-61 (a.)(1&2) regarding classification of customers and schedules of rates in order to mitigate the gas bills from February's extreme weather event for residential customers effective June 1, 2021. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032406 Consent - Contracts and Procurement 8.Resolution authorizing the purchase of one replacement Kut Kwick mower from KUT KWICK Corporation, of Brunswick, Georgia for a total amount of $124,602.00, which will be used to mow grass and tall brush at the Choke Canyon Dam by the Utilities Department, with FY 2021 funding available through the Equipment Replacement Fund. This Resolution was passed on the consent agenda. Enactment No: 032407 9.Motion authorizing the lease-purchase, via JPMorgan, of one vactor truck Page 5City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes from Houston Freightliner, Inc., of Houston, Texas, for a total amount of $463,115.06, in support of the approved FY 2021 Enhancement Package for a new Wastewater Treatment crew in the Utilities Department to improve wastewater treatment and lift station infrastructure maintenance, with first-year funding in the amount of $23,155.74 available from FY 2021 Wastewater Fund. This Motion was passed on the consent agenda. Enactment No: M2021-069 10.Motion authorizing a two-year service agreement with Herc Rentals Inc., of Corpus Christi, Texas, for a total amount not to exceed $607,000.00, for equipment rental as needed for the Utilities Department, with FY 2021 funding in the amount of $151,750.00 available in the FY 2021 Water and Wastewater Funds. This Motion was passed on the consent agenda. Enactment No: M2021-070 11.Motion awarding a Master Service Agreement for professional engineering services to HDR Engineering Inc., Corpus Christi, Texas for groundwater-related technical support to assist with general groundwater questions, regulatory guidance, permit applications review and other necessary groundwater hydrology concerns in an amount up to $60,000.00 for one year with a one-year renewal option to be administratively authorized for a total amount not to exceed $120,000.00, with FY 2021 funding available from the Water Capital Reserve Fund. Mayor Guajardo referred to Item 11. Council Members, City Manager Peter Zanoni, Water Resource Manager Esteban Ramos and Director of Engineering Jeff Edmonds discussed the following topics: the State of Texas is the only aquifer storage and recovery Groundwater Conservation District; the water district was established in 2007; this service would assist with technical support for general groundwater questions, regulatory guidance, and permit applications; and a Council Member's request to include the presentation in the agenda packet. Council Member Smith made a motion to approve the motion, seconded by Council Member Molina. This Motion was passed and approved with the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 Enactment No: M2021-071 Page 6City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes 12.Motion authorizing a three-year service agreement with SHI Government Solutions, Inc. in an amount of $73,581.00 for ManageEngine Software Licenses, effective upon issuance of a notice to proceed, with FY 2021 funding in the amount of $73,581.00 available in the Information Technology Fund. This Motion was passed on the consent agenda. Enactment No: M2021-072 13.Motion authorizing a one-year service agreement with Carahsoft Technology Corporation of Reston, Virginia in the amount of $80,689.70 for DocuSign licenses and support for City Departments, effective upon issuance of a notice to proceed with FY 2021 funding in the amount of $80,689.70 available in various funds. This Motion was passed on the consent agenda. Enactment No: M2021-073 14.Motion authorizing a three-year service agreement for wrecker services for City-owned light vehicles and equipment with, DRR & RS Inc., dba Apollo Towing Service, for an amount not to exceed $84 ,505.50, to be used for towing services, effective upon issuance of notice to proceed, with funding in an amount of $11,736.88 available in the FY 2021 Maintenance Fund. This Motion was passed on the consent agenda. Enactment No: M2021-074 15.Motion authorizing the purchase of one replacement Mobile Lube truck from Houston Freightliner, Inc., of Houston, Texas, for a total amount of $203,016.00 to be used for preventative maintenance and to service off road and stationary equipment by Asset Management Fleet Maintenance Division staff, with FY 2021 funding available through the Vehicle and Equipment Replacement Fund. This Motion was passed on the consent agenda. Enactment No: M2021-075 16.Motion authorizing a three-year service agreement for mowing and grounds maintenance of Stormwater Group 3 [Kostoryz, Carrol, Weber, Staples, Airline from Alameda to SPID] in an amount up to $57,000 with Dorame General Repair and Lawn, LLC of Corpus Christi, Texas for the Department of Public Works, with FY 2021 funding in an amount not to exceed $7,917.00 available through the Stormwater Fund. This Motion was passed on the consent agenda. Enactment No: M2021-076 Page 7City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Consent - Capital Projects 17.Motion awarding a Master Services Agreement to LJA Engineering, Inc., Hanson Professional Services, Inc., and Lockwood, Andrews & Newnam, Inc., all firms from Corpus Christi, Texas, for preliminary engineering for future Utility Capital Improvement Program (CIP) projects for the preparation of engineering reports and costs estimates for water, wastewater and stormwater related projects for a two-year term each in an amount up to $150,000 for a total not to exceed amount of $450,000.00, located Citywide, and with FY 2021 funding available from the Utility Capital Program. This Motion was passed on the consent agenda. Enactment No: M2021-077 LEGISLATIVE UPDATE:K. Mayor Guajardo referred to the Legislative Update. Director of Intergovernmental Relations Tammy Embrey gave a brief update on actions that have taken place at the State Capitol. Council Members and Director Embrey discussed the following topics: Senator Lucio filed Senate Bill 474 (animal tethering); and the Port Bill 2186 is currently not set for a hearing and has not been introduced in the House. RECESS FOR LUNCHL. Executive Session Items 27 and 28 were held during the lunch recess. PUBLIC HEARINGS: (ITEM 18)M. 18.First Public Hearing to discuss the annexation of London Pirate Road (formerly County Road 33), being approximately 3.733 acres of land from FM 43 (Weber Road) to the North approximately 1.027 miles, with the City of Corpus Christi currently having an area of 489 sq. miles. Mayor Guajardo referred to Item 18. Director of Planning Daniel McGinn presented information on the following topics: background; aerial overview of annexation tract; annexation tract; and annexation schedule. Council Members, City Manager Peter Zanoni, Director McGinn and Director of Public Works Richard Martinez discussed the following topics: City Manager Zanoni commended Director McGinn and Commissioner Brent Chesney for their work and efforts on this annexation; the city is taking over the right-of-way that the county had; and the road will be widened and will remain rural. Page 8City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Mayor Guajardo opened the public hearing. No written public comments were submitted. Mayor Guajardo closed the public hearing. No action was required. INDIVIDUAL CONSIDERATION ITEMS: (ITEMS 19 - 21)N. 19.Motion authorizing a five-year lease-purchase agreement via JPMorgan with HEAT Safety Equipment, LLC of Von Ormy, Texas for the replacement of 140 self-contained breathing apparatuses for the Corpus Christi Fire Department for a total amount of $1,098,453.40, effective upon issuance of letter of acceptance, with FY 2021 funding in the amount of $91,537.80 available through the General Fund. Mayor Guajardo referred to Item 19. There were no comments from the Council. Council Member Hunter made a motion to approve the motion, seconded by Mayor Guajardo. This Motion was passed and approved with the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 Enactment No: M2021-078 20.Motion authorizing the purchase of two additional 2022 Peterbilt chassis with Spray Patchers from Rush Truck Center of Robstown, Texas for a total amount of $472,124.00, which will be used for pothole repairs by the Department of Public Works, with FY 2021 funding available through the Vehicle & Equipment Replacement Fund. Mayor Guajardo referred to Item 20. Council Members and Director of Public Works Richard Martinez discussed the following topics: the old asphalt reclaimer is being used in replacement of one spray patcher; the Public Works Department is going to take care of about 120,000 potholes this year; and there is no back-log to date with crews working weekends. Council Member Hunter made a motion to approve the motion, seconded by Mayor Guajardo. This Motion was passed and approved with the following vote: Page 9City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 Enactment No: M2021-079 21.Motion awarding a professional services contract to Lockwood, Andrews & Newnam, Inc., Corpus Christi, Texas, for engineering design, bid, and construction phase services for the Bay Water Quality Improvements project that will identify and design solutions for the removal of trash and other floatable items in the storm water system before it is discharged in the Corpus Christi Bay, in an amount of $165,784.00, with FY 2021 funding available from the Storm Water Capital Fund. Mayor Guajardo referred to Item 21. There were no comments from the Council. Council Member Hunter made a motion to approve the motion, seconded by Mayor Guajardo. This Motion was passed and approved with the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 Enactment No: M2021-080 FIRST READING ORDINANCES: (ITEMS 22 - 25)O. 22.Ordinance authorizing acceptance of a grant from the Executive Office of the President, Office of National Drug Control Policy, in an amount of $89,480.00 for overtime for four sworn officers and lease payments on four vehicles for the FY 2021 High Intensity Drug Trafficking Area Initiative; and appropriating $89,480.00 in the Police Grants Fund. Mayor Guajardo referred to Item 22. Police Chief Mike Markle presented information on the following topics: the purpose of this grant is for the High Intensity Drug Trafficking Area Initiative in the amount of $89,480.00 in the Police Grants Fund. There were no comments from the Council. Council Member Pusley made a motion to approve the ordinance, seconded by Council Member Hernandez. This Ordinance was passed on first reading and approved with the following vote: Page 10City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 23.Ordinance authorizing acceptance of a grant from the State of Texas, Department of Transportation for the FY 2021 Click It or Ticket Program for the Corpus Christi Police Department in an amount of $8,950.00 with a City cash match of $2,416.80 for overtime and fringe benefits with funding available from the General Fund; and appropriating $8,950.00 in the Police Grants Fund. Mayor Guajardo referred to Item 23. Police Chief Mike Markle presented information on the following topics: this ordinance authorizes the acceptance of a grant and appropriation of funds from the Click It or Ticket Program for the Corpus Christi Police Department in an amount of $8,950.00. There were no comments from the Council. Council Member Hunter made a motion to approve the ordinance, seconded by Council Member Molina. This Ordinance was passed on first reading and approved with the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 24.Ordinance authorizing an amendment to the Wastewater Lift Station Construction and Reimbursement Agreement with Peterson Properties, Ltd. to construct the Wastewater Lift Station for the Greenwood Service Area 5 and according to the Wastewater Master Plan approved on July 6, 2020 and located at the intersection of Westpoint Rd and S Padre Island Drive (Highway 358 FWY); and appropriating $44,057.00 from the Wastewater Trunk System Trust Fund to reimburse developer. (District 3) Mayor Guajardo referred to Item 24. Director of Development Services Al Raymond presented information on the following topics: parcel vicinity map; proposed lift station location; and staff recommends approval. A Council Member and Director Raymond discussed the following topic: the remaining trust fund balance will be $1,556,469.08 after the $44,057.00 is taken out. Council Member Hunter made a motion to approve the ordinance, seconded by Page 11City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes Council Member Pusley. This Ordinance was passed on first reading and approved with the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 25.Ordinance abandoning and vacating a 15-foot wide by approximately 483 feet in length (7,239.7 sq. ft.) existing utility easement out of Lot 3, Block 1, South Texas Bone and Joint Medical Plaza Unit 1, located South of Holly Road and West of Cross-Town Expressway (TX 286). (District 3) Mayor Guajardo referred to Item 25. Director of Development Services Al Raymond presented information on the following topics: vicinity map; aerial overview; and staff recommends approval. There were no comments from the Council. Council Member Barrera made a motion to approve the ordinance, seconded by Council Member Molina. This Ordinance was passed on first reading and approved with the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 BRIEFINGS: (ITEM 26)P. 26.Affordable Housing Update and Review of City Infill Housing Incentive Program Guidelines Mayor Guajardo referred to Item 26. Homeless Services and Workforce Housing Manager Jennifer Buxton presented information on the following topics: homeownership affordability; considerations for an affordable home policy in the City; what tools do we have; infill housing incentive program; Thanksgiving homes; where do we need to go with policy; and where do we need to go with IHIP. Council Members, Housing Manager Buxton, City Manager Peter Zanoni, Director of Development Services Al Raymond and representative of Thanksgiving Homes Dan Brown discussed the following topics: the infill housing incentive program is not income restricted; in order for low income tax credits to score points, the majority of the units need to be at or below 60% area median income; the 80% area median income is the federal statute that the City has to follow; lots are not set aside for affordable housing; 95% of the median purchase in Corpus Christi for new construction is $238,000 which does Page 12City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes not include taxes; renovation on older homes need to be at least 50% in code compliance; the housing department's goal is to bring back the infill development incentive program and a comprehensive affordable housing strategy and policy; Thanksgiving Homes is a non-profit program that was created through the housing authority to increase rental housing; the map provided in the agenda is set by HUD standards; low income buyers often want to buy in low income areas; Thanksgiving Homes is an affiliate of the Corpus Christi Housing Authority; the average price point for these houses, including insurance, is about $1,188 per month; and the purpose of this item is to provide an update of the infill housing incentive program and develop the affordable housing policy. EXECUTIVE SESSION: (ITEMS 27 - 28)Q. Mayor Guajardo referred to Executive Session Items 27 and 28. The Council went into Executive Session at 1:34 p.m. The Council returned from Executive Session at 2:52 p.m. 27.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 Texas Public Information Act, Texas Open Meetings Act, City Council Policies, Robert’s Rules of Procedure, Texas Government Code Chapters 441, 551, 552 and other related provisions and pending legislation. This E-Session Item was discussed in executive session. 28.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 City Auditor and Texas Government Code § 551.074 (Personnel Matters) to deliberate the employment, evaluation, reassignment, duties, discipline, or dismissal of a public officer or employee (including, but not limited to, the City Auditor) This E-Session Item was passed after executive session. The Council considered the following motion: Motion to extend time for completion of the Interim City Auditor certification to September 30, 2021. Council Member Hernandez made a motion to approve the motion, seconded by Council Member Pusley. This Motion was passed and approved with the following vote: Aye:Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith 9 - Abstained:0 Enactment No: M2021-081 Page 13City of Corpus Christi Printed on 4/15/2021 April 13, 2021City Council Meeting Minutes ADJOURNMENTR. There being no further business, Mayor Guajardo adjourned the meeting at 3:40 p.m. Page 14City of Corpus Christi Printed on 4/15/2021 DATE: April 13, 2021 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema@cctexas.com (361) 886-2603 CAPTION: Ordinance authorizing acceptance of a grant from the Executive Office of the President, Office of National Drug Control Policy, in an amount of $89,480.00 for overtime for four sworn officers and lease payments on four vehicles for the FY 2021 High Intensity Drug Trafficking Area Initiative; and appropriating $89,480.00 in the Police Grants Fund. SUMMARY: This ordinance authorizes the acceptance of a grant and appropriation of funds from the Office of National Drug Control Policy to be used for overtime for four sworn officers and lease payments on four vehicles. BACKGROUND AND FINDINGS: The Corpus Christi Police Department (CCPD) is in its 25th year as a participant in the Texas Coastal Corridor High Intensity Drug Trafficking Area Initiative created by the Executive Office of the President, Office of National Drug Control Policy. The grant funds provide for overtime for four Corpus Christi Police Officers and four lease vehicles. The initiative focuses on the identification and disruption of narcotics trafficking organizations operating in Aransas, San Patricio, Refugio, Nueces, Kleberg, Kennedy, Jim Wells, Brooks, and Victoria counties. This specific geographical area serves as a conduit for narcotics into Corpus Christi and other metropolitan cities. Money launderers also conduct illegitimate business in the Corridor, creating a consumer base that affects the local population with residual crime. Other agencies participating in the program are the Nueces County Sheriff, Texas Department of Public Safety, Drug Enforcement Administration, Internal Revenue Service, U. S. Customs, and the Bureau of Alcohol, Tobacco, and Firearms. With the available funding, CCPD anticipates that shipments of narcotics through this area will be intercepted and narcotics traffickers will be apprehended. The data gathered during this initiative will be uploaded and shared with other Drug Trafficking Initiatives across the country in an effort to further suppress criminal activity. This grant award is for activities conducted during January 01, 2021 – December 31, 2022. The Accepting and Appropriating the FY 2021 HIDTA Grant Award for the Police Department AGENDA MEMORANDUM First Reading Ordinance for the City Council Meeting of April 13, 2021 Second Reading Ordinance for the City Council Meeting of April 20, 2021 City is not required to match funding. The previous year’s award was the same amount of $89,480.00. ALTERNATIVES: The alternative is to not accept the grant, which would result in less punitive measures for narcotics traffickers and money launderers. FINANCIAL IMPACT: The financial impact in FY 2021 is the acceptance of grant funds in an amount of $89,480.00 and appropriating $89,480.00 to the Police Grants Fund. There is no required match funding. Funding Detail: Fund: 1061 Police Grants Fund Organization/Activity: 820526F Project: N/A Account: 510200 Overtime 530160 Rentals Amount: $89,480 RECOMMENDATION: Staff recommends accepting the grant and appropriating the funds. LIST OF SUPPORTING DOCUMENTS: Ordinance Grant Award – available upon request Ordinance authorizing acceptance of a grant from the Executive Office of the President, Office of National Drug Control Policy, in an amount of $89,480.00 for overtime for four sworn officers and lease payments on four vehicles for the FY 2021 High Intensity Drug Trafficking Area Initiative; and appropriating $89,480.00 in the Police Grants Fund. 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 all documents necessary to accept a grant in the amount of $89,480 from the Office of the President, Office of National Drug Control Policy to support the Police Department’s role in the Texas Coastal Corridor Initiative in the FY 2021 Houston High Intensity Drug Trafficking Area (HIDTA) for overtime for four Corpus Christi Police Officers and four lease vehicles. SECTION 2. That $89,480 is appropriated in the No. 1061 Police Grants Fund from the Officer of the President, Officer of National Drug Control Policy for fundin g the Police Department’s role in the Texas Coastal Corridor Initiative in the FY 2021 HIDTA for overtime for four Corpus Christi Police Officers and four lease vehicles. 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 Ordinance for the City Council Meeting of April 13, 2021 Second Reading Ordinance for the City Council Meeting of April 20, 2021 DATE: April 13, 2021 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema@cctexas.com (361) 886-2603 CAPTION: Ordinance authorizing acceptance of a grant from the State of Texas, Department of Transportation for the FY 2021 Click It or Ticket Program for the Corpus Christi Police Department in an amount of $8,950.00 with a City cash match of $2,416.80 for overtime and fringe benefits with funding available from the General Fund; and appropriating $8,950.00 in the Police Grants Fund. SUMMARY: This ordinance authorizes the acceptance of a grant and appropriation of funds from the State of Texas, Department of Transportation to be used for overtime for sworn officers. The City must apply for these funds each year. BACKGROUND AND FINDINGS: The Corpus Christi Police Department (CCPD) has been awarded funding from the State of Texas, Department of Transportation for the Click It or Ticket (CIOT) program. The CIOT grant funds allow CCPD to conduct overtime occupant protection (seat belts and child safety seats) enforcement efforts during the Memorial Day holiday, from May 24 – June 6, 2021. The program’s purpose is to increase seat belt and child safety seat use in all passenger vehicles by providing a public information and education effort and conducting intense occupant protection enforcement, during the Memorial Day holiday. During the holiday, officers will work on an overtime basis enforcing occupant protection laws across the City. The City of Corpus Christi has received CIOT grants since 2002. TXDOT notifies the Police Department of available funds and the City must apply. TXDOT determines how much money agencies get based on their crash data derived from crash statistics. It varies each year. The last CIOT grant was the Thanksgiving Day holiday 2020 in an amount of $15,000.00 with a City cash match of $4,266.85. For this grant, the State provides $8,950.00 for overtime and the City provides a cash match of $2,416.80 for fringe benefits. ALTERNATIVES: Accepting and Appropriating the FY2021 Click It or Ticket Grant Award for the Police Department The alternative is to not accept the grant; however, the Police Department will have less funding available for officers to work overtime to provide enforcement of occupant protection. FISCAL IMPACT: The fiscal impact for FY 2021 is accepting and appropriating an amount of $8,950.00 to the Police Grants Fund. Additionally, the City will provide a cash match of $2,416.80 for sworn officers’ benefits on overtime with funding available from the General Fund. Funding Detail: Fund: 1020 General Fund / 1061 Police Grants Fund Organization/Activity: Uniform Division 11740 / 821422F Project # (CIP Only): N/A Account: 510200 Overtime 511000 Retirement Amount: $11,366.80 RECOMMENDATION: Staff recommends accepting and appropriating the item. LIST OF SUPPORTING DOCUMENTS: Ordinance Ordinance authorizing acceptance of a grant from the State of Texas, Department of Transportation for the FY2021 Click It or Ticket program for the Police Department in an amount of $8,950.00 with a City Cash match of $2,416.80 for overtime and fringe benefits with funding available from the General Fund; and appropriating $8,950.00 in 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, Department of Transportation for the FY2021 Click It or Ticket program for the Police Department in an amount of $8,950.00 with a City Cash match of $2,416.80 for overtime and fringe benefits with funding available from the General Fund. SECTION 2. That $8,950.00 from the State of Texas, Department of Transportation is appropriated in the No. 1061 Police Grants Fund for the FY2021 Click it or Ticket Program. 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: March 1, 2021 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director, Development Services AlRaymond@cctexas.com (361) 826 - 3276 CAPTION: Ordinance authorizing an amendment to the Wastewater Lift Station Construction and Reimbursement Agreement with Peterson Properties, Ltd. to construct the Wastewater Lift Station for the Greenwood Service Area 5 and according to the Wastewater Master Plan approved on July 6, 2020 and located at the intersection of Westpoint Rd and S Padre Island Drive (Highway 358 FWY); and appropriating $44,057.00 from the Wastewater Trunk System Trust Fund to reimburse developer. (District 3) SUMMARY: Peterson Properties, Ltd entered into a wastewater lift station construction and reimbursement agreement to provide wastewater service for Westpoint Crossing Unit 2, Block 2, Lot 1 . The developer has requested an amendment to the reimbursement agreement to request reimbursement for additional costs associated with the project. BACKGROUND AND FINDINGS: Peterson Properties, Ltd requested, and was approved for the Wastewater Lift Station Construction and Reimbursement Agreement for the construction wastewater lift station. The approved reimbursement amount for the agreement is $712,412.82 under Ordinance 0322665 dated November 10, 2020. Peterson Properties, Ltd plans to install a lift station, 75 linear feet of 8-inch force main line, and 110 linear feet of 10-inch collection line in order to provide wastewater service to a planned commercial subdivision that will be constructed within City limits along Westpoint Road and Highway 358. The planned subdivision property encompasses approximately 6.91 acres with a proposed VA Community Based Outpatient Clinic to be constructed on the property. The proposed lift station will extend wastewater service to approximately 483 acres of property in the surrounding area, is in accordance with the wastewater master plan, and is in the Greenwood Wastewater Service Area 5. The property in this service area is predominately Zoned IL and CG- Amend Wastewater Lift Station Construction and Reimbursement Agreement with Peterson Properties, Ltd. to increase the total reimbursement amount in the agreement by $44,057.00 AGENDA MEMORANDUM First Reading Ordinance for April 13, 2021 Second Reading Ordinance for April 20, 2021 2 and nearly all the land is undeveloped. The developer submitted an amendment request to the Wastewater Lift Station System Trust Fund for the construction and reimbursement agreement for the additional expense due to increased costs to construction for this project. The applicant has submitted a request for an additional $44,057.00 for this project. Staff requested a copy of the bid tabulation from all three bidders to confirm the estimated cost and actual low bid cost difference was $44,057.00. ALTERNATIVES: Deny the request and have the developer pay for the cost difference. The applicant submitted their estimated costs based on the current material cost at the time of the estimated cost for construction due to COVID -19 certain material cost have gone up due to the pandemic. FISCAL IMPACT: If approved, the additional funds requested would be added to the reimbursement associated with the agreement and would be a debt against the Wastewater Trunk System Trust Fund. The encumbered funds for this project would increase by $44,057.00 and would raise the total reimbursable amount in the agreement to $756,469.82. $712,412.82 is encumbered in the Wastewater Trunk System Trust Fund for this agreement. Currently there are enough funds in the Wastewater Trunk System Trust Fund to cover this additional funding request. Funding Detail: Fund: 4220 Wastewater Trunk System Trust Fund Organization/Activity: 21800 Wastewater Trunk System Trust Fund Mission Element: 777 Project # (CIP Only): N/A Account: 540450 Reimbursement to Developers RECOMMENDATION: Staff recommends approval of the amendment request for this reimbursement agreement. These additional costs are reimbursable under UDC Section 8.5.2 Wastewater Trust Fund and Wastewater Master Plan. LIST OF SUPPORTING DOCUMENTS: Ordinance (with exhibit) Presentation Bid Tabulation Location Map Ordinance authorizing an amendment to the Wastewater Lift Station Construction and Reimbursement Agreement with Peterson Properties, Ltd. to construct the Wastewater Lift Station for the Greenwood Service Area 5 and according to the Wastewater Master Plan approved on July 6, 2020 and located at the intersection of Westpoint Rd and S Padre Island Drive (Highway 358 FWY); and appropriating $44,057.00 from the Wastewater Trunk System Trust Fund to reimburse developer. 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 an amendment to the Wastewater Lift Station Construction and Reimbursement Agreement (“Amendment”) attached hereto, with Peterson Properties, Ltd., to increase reimbursement amount to reflect actual bid cost. SECTION 2. Funding in the amount of $44,057.00 is appropriated from the No. 4220-21800-777 Wastewater Trunk System Trust Fund to reimburse the Developer. Page 1 of 2 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 the day of 2021: ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary City Secretary Paulette M. Guajardo Mayor Page 2 of 2 H W Y 358 F W Y WE S T PO I N T R D S PA D RE ISLAN D D R ROCKFORD DRDARCEY DRARCHDALE DRCLIFF MAUS DRGLENFIELD DRFRIENDSHIP STBUSH STH W Y 358 F W Y S PADRE ISLAN D DR HWY 286PORTFM 763AIRPORTAYERS STF M 6 6 5 BEAR LN HWY 358 MCARDLE RDOLD BROWNSVILLE RDJOE MIREUR RDGREENWOOD RDBALDWIN BLVD HORNE RD HWY 358 HWY 286µ 0 250 500 750125Feet LOCATION MAP Date Created: 3/13/2020Prepared By: ReyRDepartment of Development Services SUBJECTPROPERTY Westpoint Crossing Unit 2Block 2, Lot 1 Map Scale: 1:5,000 Amendment to Wastewater Lift Station Construction and Reimbursement Agreement with Peterson Properties, Ltd. Peterson Properties Agreement April 13, 2021 2 Parcel Vicinity Map 3 Proposed Lift Station Location N PROPOSED LIFT STATION PARCEL PERIMETER South Padre Island Drive 4 Recommendation Approval The request is in accordance with UDC Section 8.5.2.E.4 Wastewater Trunk System Trust Fund 5 Trust Fund Balance as of February 28, 2021 Wastewater Trunk System Trust Fund’s Balance is $1,142,952.36 6 Wastewater Collection System Master Plan LIFT STATION LOCATION 7 Plat DATE: March 4,2021 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director Development Services alraymond@cctexas.com (361) 826-3276 CAPTION: Ordinance abandoning and vacating a 15-foot wide by approximately 483 feet in length (7,239.7 sq. ft.) existing utility easement out of Lot 3, Block 1, South Texas Bone and Joint Medical Plaza Unit 1, located South of Holly Road and West of Crosstown Expressway (TX 286). SUMMARY: The purpose of this ordinance is to close, abandon and vacate a 15-foot-wide by approximately 483 feet in length (7,239.7 sq. ft.) existing utility easement . The applicant has changed the design and location of buildings on the property, and relocation of public utilities is necessary to accommodate the current design. A new easement will be applied for and recorded to accommodate public utilities on the property. BACKGROUND AND FINDINGS: 2413 Memorial Parkway, LLC (Owner) is requesting the closure of a 15-foot wide by approximately 483 feet in length (7,239.7 sq. ft.) existing utility easement on property located South of Holly Road and West of Crosstown Expressway (TX 286). This easement closure request is submitted to facilitate the construction of a medical clinic and associated site improvements. The referenced easement is a portion of a larger easement dedicated by plat for the property. Changes in the layout and design of the site place a portion of the easement under the footprint of a proposed building. The portion of the easement to be vacated will be replaced by a new easement to accommodate public utilities on the site. The new easement location is away from proposed structures and adjacent to another existing Easement Closure for South Texas Bone and Joint Medical Plaza AGENDA MEMORANDUM First Reading Ordinance for April 13, 2021 Second Reading Ordinance for April 20, 2021 utility easement on the property. There are no public or franchised utilities located in the portion of the easement to be vacated, and the proposed ordinance is conditional on the new easement being recorded. After contacting all public and franchised utilities, there are no objections to the easement closure and no zoning variances have been requested. The applicant requesting the utility easement closure has paid the required $530.00 application fee and the easement closure request has been processed in accordance with Section 49-13 of the City Code of Ordinances. ALTERNATIVES: Deny the applicant’s request and have the applicant revert to the original site plan. This action may impact the design and size of the planned medical facility and the efficient use of the site. FINANCIAL IMPACT: There are no financial impacts associated with the closing of the easement. The easement has no fair market value associated with its closure. FUNDING DETAIL: N/A Fund: Organization/Activity: Mission Element: Project # (CIP Only): Account: RECOMMENDATION: Staff supports the applicant’s request for the easement closure. The closure of the easement will support a future local business and provide residents with expanded access to medical services. LIST OF SUPPORTING DOCUMENTS: Ordinance with Exhibits Location Map Presentation Ordinance abandoning and vacating a 15-foot wide by approximately 483 feet in length (7,239.7 sq. ft.) existing utility easement out of Lot 3, Block 1, South Texas Bone and Joint Medical Plaza Unit 1, located South of Holly Road and West of Crosstown Expressway (TX 286). WHEREAS, 2413 Memorial Parkway, LLC (Owner) is requesting the closure, abandonment, and vacating of the 15-Foot-wide by approximately 483-feet in length (7,239.7 sq. ft.) of an existing utility easement located South of Holly Road and West of Crosst own Expressway (TX 286). WHEREAS, it has been determined that it is advantageous to the City of Corpus Christi to abandon and vacate the 15-feet utility easement, subject to compliance by the Owner with the conditions specified in the ordinance. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. Pursuant to the request of 2413 Memorial Parkway, LLC (Owner), an existing 15-foot-wide by approximately 483-feet in length (7,239.7 sq. ft.) utility easement out of Lot 3, Block 1, South Texas Bone and Joint Medical Plaza Unit 1, located South of Holly Road and West of Cross-Town Expressway (TX 286), as recorded in volume 69, page 397, of the Map Records of Nueces County, Texas, is abandoned and vacated by the City of Corpus Christi ("City"), subject to the Owners' compliance with the conditions specified in Section 2 of this ordinance. Exhibit "A," which is a metes and bounds description and field notes, "Exhibit B," which is the graphical representation of the legal description, are attached to and incorporated in this ordinance by reference as if it was fully set out herein in their entireties. The maintenance responsibilities for the vacated easement reverts to the owner of the property. SECTION 2. The closing , abandonment and vacating of the utility easement described in Section 1 of this ordinance is expressly conditioned upon the Owner's compliance with the following requirements: a.Upon approval by the City Council and issuance of the ordinance, all grants of easement closure and specified conditions must be recorded at the Owner's expense in the Official Deed and Map Records of Nueces County, Texas, in which the affected property is located, with a copy of the recording provided to the City. b.Owner will dedicate to the City of Corpus Christi a new public utility easement to accommodate public improvements on said property and record such easment at the Owner's expense in the Official Deed and Map Records of Nueces County, Texas. c.Failure to comply with all the conditions outlined in this Ordinance within 180 days will hereby make the Ordinance null and void. 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 City Secretary _____________________________ Paulette M. Guajardo Mayor S:\Surveying\4916\B903-Final\OFFICE\METES AND BOUNDS\FN_4916B903_0.1662Ac_20201123.Docx Page 1 of 1 OFFICE: (361)854-3101 2725 SWANTNER DR. ● CORPUS CHRISTI, TEXAS 78404 FAX (361)854-6001 www.urbaneng.com TBPE Firm # 145 ● TBPLS Firm # 10032400 Job No. 4916.B9.03 November 23, 2020 Exhibit A 0.1662 Acre Utility Easement Closure STATE OF TEXAS COUNTY OF NUECES Fieldnotes for a 0.1662 Acre, Utility Easement Closure, being a portion of an existing Utility Easement, over and across Lots 2-3, Block 1, as shown on the plat of South Texas Bone and Joint Medical Plaza Unit 1, a map of which is recorded in Volume 69, Pages 397-399, Map Records of Nueces County, Texas; said 0.1662 Acre, Utility Easement Closure being more fully described by metes and bounds as follows: Commencing, at a 5/8 Inch Iron Rod with red plastic cap stamped “URBAN ENGR CCTX” Found, on the Southwest boundary line of Lot 3, Block 2, Cabaniss Acres, a map of which is recorded in Volume 10, Page 20, of the said Map Records, for a common corner of Lots 1-2, of the said Block 1; Thence, South 31°30'27" West, over and across the said Lot 2, 169.76 Feet, to the Point of Beginning at the inner ell corner of the said existing Utility Easement, for the East corner of this Tract; Thence, South 28°07'50" West, over and across the said existing Utility Easement, 15.00 Feet, to the South corner of this Tract; Thence, with the said existing Utility Easement, over and across the said Lots 2-3, with the boundary of this Tract as follows; North 61°52'10" West, at 444.05 Feet pass the common boundary line of the said Lots 2-3, in all 490.15 Feet, to the West corner of this Tract, from Whence a 5/8 Inch Iron Rod with red plastic cap stamped “URBAN ENGR CCTX” Found, for a common corner of the said Lots 2-3, bears South 10°18'36" West, 150.61 Feet; North 73°07'50" East, over and across the said existing Utility Easement, 21.21 Feet, to the North corner of this Tract, from Whence a 5/8 Inch Iron Rod with red plastic cap stamped “URBAN ENGR CCTX” Found, on the Southwest boundary line of Lot 7, of the said Block 2, for a common corner of the said Lots 2-3, bears North 38°31'38" East, 172.29 Feet; Thence, South 61°52'10" East, with the said existing Utility Easement, at 31.09 Feet pass the said common boundary line, in all 475.15 Feet, to the Point of Beginning and containing 0.1662 Acres (7,239 Sq. Ft.) of Land, more or less. Grid Bearings and Distances shown hereon are referenced to the Texas Coordinate System of 1983, Texas South Zone 4205, and are based on the North American Datum of 1983(2011) Epoch 2010.00. Unless this fieldnotes description, including preamble, seal and signature, appears in its entirety, in its original form, surveyor assumes no responsibility for its accuracy. Also reference accompanying sketch of tract described herein. URBAN ENGINEERING James D. Carr, R.P.L.S. License No. 6458 CROSSTOWNHOLL Y AYERSHWY 286HWY 286 ACCESSFRIO EL M O N T E SARAHMOD E S T OGREENWOOD MARTINALLEN C R E S T SEA JOYC E LAND S BEVE C R E S T SEAF A R E R GENT L E B R E E Z E ETRI N GVENTURAHACALA TROP I C A L PARA D I S E PERS I M M O N SARA T O G A CARO L Y N SEA O A TARBOLEDA HOLLY TO HWY 286CAM A R G O MISS I O N FRED E R I C K LA JO Y A PALO VERDEDORA D OPALO BLANCOHOLLY FROM HWY 286TRIPLE CROWNPAMONAACAPULCOCRES T E R R A C E CLIPPERCINDIALARKSPURGOLD NUGGETBARONSHWY 286CARO L Y N JOYC E HWY 286 ACCESSFRED E R I C K SARA T O G A B L V DHWY 286MCA R D L E R DPORTSH 3 5 8 HWY 3 5 8 OLD BROWNSVILLE RDWEBER RDHOLL Y R DKOSTORYZ RDGOLL I H A R R D KOSTORYZ RDGREENWOOD RDSARA T O G A B L V DHWY 286HWY 3 5 8 µ 0 1,500750Feet LOCATION MAP Date Created: 3/5/2021Prepared By: ReyRDepartment of Development Services SUBJECTPROPERTY South Texas Bone and Joint Medical Plaza Unit 1 Utility Easement Closure Vacated Utility Easement Proposed Utility Easement Current Utility Easements Map Scale: 1:10,000 Proposed Building LOCATION MAP SOUTH TEXAS BONE AND JOINT MEDICAL PLAZA City Council Presentation April 13, 2021 Easement Closure For South Texas Bone and Joint Medical Plaza (Lot 3, Block 1, South Texas Bone and Joint Medical Plaza Unit 1) Vicinity Map Aerial Overview 15’ x 483’ Utility Easement to be closed Proposed Building Location Proposed New Utility Easement Proposed New Utility Easement Existing Utility Easements Staff Recommendation Approval The applicant requesting the utility easement closure has paid the required $530.00 application fee and the easement closure request has been processed in accordance with Section 49-13 of the City Code of Ordinances. Plat DATE: April 20, 2021 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police MikeMa@cctexas.com (361) 826-1941 Robert Rocha, Fire Chief RRocha@cctexas.com (361) 826-1941 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Resolution authorizing the purchase of a refurbished, replacement robot vehicle for the Corpus Christi Police Department’s Bomb Squad, with Remotec Inc., a Subsidiary of Northrop Grumman of Clinton, Tennessee, for a total amount of $115,000.00 with funds available from the Fire Grants Fund. SUMMARY: Purchase of a refurbished robot vehicle that will provide the bomb squad with a bomb disposal robot to be used on all calls by all members of the Bomb Squad. BACKGROUND AND FINDINGS: The proposed robot vehicle will provide the Bomb Squad with a bomb disposal robot to be used on all calls by all members of the bomb squad. The proposed robot vehicle is a smaller, lighter weight unit that can be transported in a normal vehicle, providing for faster response times. The current model is larger and requires being towed behind a large Freightliner truck response vehicle. Current policing trends are moving toward the need for a faster, more portable set of tools, to include the robot vehicle. The funds to purchase the replace robot vehicle were awarded by the State of Texas, Department of Homeland Security, in response to a request for grants in 2020. Although this purchase is for the Corpus Christi Police Department, the Corpus Christi Fire Department coordinates the grant application process that will fund the proposed purchase of the refurbished robot vehicle. Purchase of Refurbished Robot Vehicle for Police Department AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 PROCUREMENT DETAIL: This is a sole source procurement. Remotec, Inc., a Subsidiary of Northrop Grumman, is the sole manufacturer and distributor of the explosive device disposal robot vehicle. The current robot also was purchased from Remotec, Inc. for $220,000. ALTERNATIVES: The alternative is to not purchase the refurbished robot vehicle and continuing using the current robot vehicle, increasing response times and repair costs. FISCAL IMPACT: The fiscal impact for FY 2021 is in the amount of $115,000 from the Fire Grants Fund. Although this purchase is for the Corpus Christi Police Department, the Corpus Christi Fire Department coordinates the grant application process that will fund the proposed purchase of the refurbished robot vehicle. FUNDING DETAIL: Fund: 1062 – Fire Grant Fund Organization/Activity: 821261F Mission Element: 095 Project # (CIP Only): N/A Account: 55020 Vehicles & Machinery Amount: $115,000.00 RECOMMENDATION: Staff recommends approval for the purchase of a refurbished robot vehicle for the Police Department Bomb Squad from Remotec Inc., with funds from the Fire Grants Fund. LIST OF SUPPORTING DOCUMENTS: Price Sheet Resolution Page 1 of 2 Resolution authorizing the purchase of a refurbished, replacement robot vehicle for the Corpus Christi Police Department (CCPD), with Remotec Inc., Subsidiary of Northrop Grumman of Clinton, Tennessee, for a total amount of $115,000.00 effective upon issuance of letter of acceptance with FY 2021 funding through the Fire Grant Fund. WHEREAS, Remotec, Inc. Subsidiary of Northrop Grumman will provide a refurbished Robot Vehicle for the Corpus Christi Police Department (CCPD); 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 preserve or protect the public health and safety of the City’s residents; WHEREAS, there is 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; and WHEREAS, there is also a statutory exception for this procurement in Local Government Code, Section 252.022(a) (7) (D), as this purchase is available from only one source due to captive replacement parts or components for equipment. 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 the purchase for a Refurbished Robot Vehicle from Remotec, Inc. Subsidiary of Northrop Grumman from Clinton, Tennessee, for an amount not to exceed $115,000.00. A copy of the agreement will be on file in the Office of the City Secretary. 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 City of Corpus Christi Price Sheet Contracts and Procurement Refurbished F6B System- Robot Vehicle Buyer: Desirree Ortiz Sole Source ITEM DESCRIPTION QTY.UNIT UNIT PRICE EXTENDED PRICE 1 Refurbished F6B System 1 EA $63,032.00 $63,032.00 2 Laser Filter 1 EA $835.00 $835.00 3 Sighting Camera 1 EA $850.00 $850.00 4 X-Ray Assembly (fits Golden X-Ray Systems)Works with drum & "bread-maker" style film 1 EA $1,600.00 $1,600.00 5 Hybrid Radio Assembly 1 EA $47,932.00 $47,932.00 6 Spare 24 VDC Vehicle Battery 1 EA $751.00 $751.00 Purchase Cost:$115,000.00 Remotec, Inc. Subsidiary of Northrop Grumman Clinton, TN DATE: April 20, 2021 TO: Peter Zanoni, City Manager FROM: Robert Rocha, Fire Chief RRocha@cctexas.com (361) 826-1941 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 Company, Inc., of Corpus Christi, Texas, for a total amount not to exceed $255,600.00 for overhead door repair and maintenance for the Corpus Christi Fire Department (CCFD), effective upon issuance of a notice to proceed, with FY 2021 funding in an amount of $46,008.00 available through the General Fund. SUMMARY: This motion authorizes the purchase of overhead door repair services for the City of Corpus Christi Fire Department for the repair of the overhead doors at each of the City’s 18 Fire Stations. A properly functioning overhead door is crucial in the Fire Department’s ability to respond to emergency calls in a timely manner. Additionally, they are important in the protection of all fire stations throughout the City. BACKGROUND AND FINDINGS: The City of Corpus Christi Fire Department (CCFD) has a total of 18 Fire Stations located throughout the City. The Stations provide emergency medical services and fire protection to the citizens of Corpus Christi. These Stations are occupied 24 hours a day, 7 days a week, for 365 days a year. It is extremely important to secure all fire stations during extended emergency operations as well as to have properly functioning overhead doors in order to respond to emergency calls in a timely manner. The fire stations have expensive fire, rescue, and EMS equipment. The stations also stock medical supplies, lawn equipment, and many items ordinarily found in a normal household. The fire stations must be secured to prevent theft or unauthorized entry in order to protect property. Across the City’s 18 fire stations, there are approximately 74 overhead doors. As an example, Station #1 has a total of nine overhead doors. Overhead door components such as cables, springs, rollers, hinges, and motors undergo tremendous stresses. Overhead door parts break often due to such frequent use. Overhead Door Repair & Maintenance for Corpus Christi Fire Department AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 When an overhead door malfunctions, or fails completely, it has to be raised or lowered manually. Proper operation is necessary to allow for the immediate deployment of Fire or EMS emergency vehicles. A contract, with an overhead door repair company, ensures that prompt repair services can be provided when issues arise. Without a contract, repairs to these crucial systems could be delayed, compromising the Fire Department’s ability to respond to emergencies in a timely manner. It is for these reasons, that a contract with a reliable, local repair company is required. The current contract also is with Hub City Overhead Doors Company, Inc. and is for a one-year term with an option to extend two additional years. The lifetime value of this contract is not to exceed $168,975.00. The two optional years were agreed to by both the City and the vendor, and after the full three years the contract expired on March 31, 2021; however, a three-month extension to the agreement was executed to allow time for negotiations for the new, proposed three-year agreement with Hub City Overhead Door Company, Inc. for services to repair overhead doors for the City of Corpus Christi Fire Department. PROCUREMENT DETAIL: Contracts and Procurement conducted a competitive Request for Bids process to obtain bids. The City received two bids. Staff is recommending award to Hub City Overhead Door Company, Inc. as the responsive, responsible bidder. True Source, LLC. was eliminated as the lowest bidder based on additional trip fees and holiday charges. ALTERNATIVES: The alternative would be to not award the contract, making fire stations vulnerable to theft and slower response while City staff work to fix repairs. FISCAL IMPACT: The purchase of overhead door repair services is a three-year service agreement with Hub City Overhead Door Company, Inc. of Corpus Christi, TX. The total cost of the three-year agreement totals $255,600. The fiscal impact for CCFD in FY 2021 for this service agreement is $46,008. The remaining cost of $209,592 will be budgeted through the annual budget process. FUNDING DETAIL: Fund: 1020 General Fund Organization/Activity: 12010 Fire Stations Mission Element: 093 Emergency Response Calls Project # (CIP Only): N/A Account: 530210 Building Maintenance & Service Cost: $46,008.00 RECOMMENDATION: Staff recommends approval of this motion authorizing the purchase of a three-year service agreement with Hub City Overhead Door Company, Inc. for services to repair overhead doors for the City of Corpus Christi Fire Department. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Service Agreement Item Description Unit Qty 3 Year Unit Price Total Price Unit Price Total Price 1 Technician Normal Hrs (M-F 8:00am- 5:00pm)HR 750 $ 148.00 $ 111,000.00 $ 135.00 $ 101,250.00 2 Technician After Hrs (M-F 5:01pm- 7:59am to include weekends and City Holidays)HR 300 $ 222.00 $ 66,600.00 $202.50 $60,750.00 Item Description Unit Cost %Markup Cost+ Markup %Markup Cost+ Markup 3 Parts EA $60,000.00 30.00%$78,000.00 25.00%$75,000.00 $ 255,600.00 $ 237,000.00 On Call Services Total * Estimated 227 service calls for the last three years for CCFD after additional trip charges were calculated, the lowest bidder changed. True Source total bid price with additional trip charges would increase to $267,645.00. True Source, LLC is no longer the lowest bid. Hub City Overhead Door Co. Inc.TrueSource, LLC Corpus Christi, Tx Islanda, New York CITY OF CORPUS CHRISTI PURCHASING DIVISION BUYER: DESIRREE ORTIZ BID TABULATION RFB 3452 - Overhead Door Repair & Maintenance for CCFD Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 12, 2021 SERVICE AGREEMENT NO. RFB 3452 Overhead Door Repair and Maintenance for CCFD THIS Overhead Door Repair and Maintenance for CCFD 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 and Maintenance for CCFD in response to Request for Bid/Proposal No. 123 (“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 and Maintenance for CCFD (“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 Division, or the performance date listed in the notice to proceed, whichever is later. 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 in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $255,600.00, 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 must be mailed to the following address with a copy provided to the Contract Administrator: DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form March 12, 2021 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: Captain Gerardo Garcia Fire Department Phone: 361-826-8427 Email: GerardoG@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: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form March 12, 2021 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: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 12, 2021 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Captain Gerardo Garcia Fire Captain 2406 Leopard St., Suite 300, Corpus Christi, Texas 78408 Phone: 361-826-8427 Fax: 361-826-4515 IF TO CONTRACTOR: Hub City Overhead Door Co., Inc. Attn: Rusty Garrett Vice President 1402 Cathead, Corpus Christi, Texas 78409 Phone: 361-289-7083 Fax: 361-299-2291 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, DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 12, 2021 WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor’s failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner’s manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 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. DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 12, 2021 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. 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: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 12, 2021 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. RFB 3452 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Rusty Garrett 3/17/2021 Vice Garrett 3/17/2021 Revised 11.30.20 Page 1 of 3 4.1 General Requirements/Background Information The Contractor shall provide Overhead Door Repair and Maintnenance for Corpus Christi Fire Department. 4.2 Scope of Work A.Service Requirement 1.The Contractor shall be able to perform specified services 24 hours a day, 365 days per year on an as needed basis. The City will use prudent judgment when calling after regular hours for specific services. 2.The Contractors main office shall be located no more than one hour away from the Corpus Christi City Limits (60 miles). 3.The Contractor shall have a sufficient number of commercial crews to fulfill work demands. 4.The Contractor shall receive work order requests and return phone requests within 30 minutes of a call being placed by the Fire Department or within a reasonable time frame of the call being placed. 5.The Contractor shall be on site within two hours or within agreeable time frame determined by the Fire Department and the Contractor of receipt of work order receipts. 6.The Contractor shall stock inventory to complete repairs same day. B.Service Requests are to be accepted by the following authorized personnel: 1.Assistant Chief of Support Services 2.Captain assigned to Facility Maintenance C.The Contractor shall repair the overhead door deficiencies within eight hours of the arrival on site or have communicated with the Contract Administrator of any conditions that may delay work being completed within eight hours. D.At time of completion, report back to requestor. E.Repairs shall include all mechanical and electrical components. F.The Contractor shall lubricate and adjust the doors being repaired during maintenance service call. ATTACHMENT A: SCOPE OF WORK DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Revised 11.30.20 Page 2 of 3 G.The Contractor shall provide an estimate based on the price schedule for major repairs, defined as exceeding $1,000.00. Estimates shall include labor, parts, travel and any other costs associated with the work performance. H.The Contractor shall check in and check out with the Captain on duty, or a member of the Fire Department. The start time and time of completion should be listed on the Vendor Check-In/Out Form provided at the station. If station personnel are unavailable, the Contractor will contact the Contract Administrator to check-in/out via phone. Invoice charges for labor shall reflect the times listed on this form. I.All repairs shall be completely documented by the Contractor. A copy of each work order or repair slip will be provided to the personnel on site at time of completion and shall provide the following information: 1.Site location of the equipment repair 2.Name, model number and serial number of the equipment repaired 3.Name and model number of any replacement parts J.If any overhead doors are deemed non-repairable, the Contractor shall immediately notify the Contract Administrator via email or personal cell number if available. K.Anticipated Repairs include but are not limited to the following: 1.Electrical a. Capacitor b.Motor c.Pneumatic Safety Edge d.Receivers e.Relay f.Remote Controls g.Transformer h.All Switches i.Loop Sensor j.Combination Key Pad System 2.Mechanical a.Belts b.Cables c.Hinges DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Revised 11.30.20 Page 3 of 3 d.Rollers/Rails e. Springs f.Replacement of Door Section 3.Lubrication a.Rollers, Hinges and tracks b.Drive Chain c.Spring and Bearings 4.3 Work Site and Conditions The work shall be performed at the following Fire Stations: Station # Business Phone # Address 1 361.826.8054 514 Belden (78401) 2 361.826.1245 13421 Leopard St. (78410) 3 361.826.1250 1401 Morgan Ave. (78404) 4 361.826.1247 2338 Rodd Field Rd. (78414) 5 361.826.4648 3105 Leopard St. (78408) 6 361.826.8071 6713 Weber Rd. (78413) 7 361.826.8075 3722 S. Staples St. (78411) 8 361.826.8077 4645 Kostoryz Rd. (78415) 9 361.826.1255 501 Navigation Blvd. (78408) 10 361.826.1258 1550 Horne Rd. (78416) 11 361.826.8073 910 Airline Rd. (78412) 12 361.826.8120 2120 Rand Morgan Rd. (78410) 13 361.826.8080 1802 Waldron Rd. (78418) 14 361.826.8150 5901 S. Staples St. (78413) 15 361.949.9934 14202 Commodores Dr. (78418) 16 361.826.4183 8185 State Hwy 361 (78418) 17 361.826.8050 6869 Yorktown Blvd. (78414) 18 361.826.8061 6226 Ayers St. (78415) Warehouse 361.826.3934 1501 Holly Rd. (78417) Old Station 5 3312 Leopard St. (78408) EMS Central 209 S. Carancahua (78401) 4.4 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. DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Page 1 of 1 DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Revised 11.30.20 Page 1of 4 ATTACHMENT C: INSURANCE REQUIREMENTS A. CONTRACTOR’S LIABILITY INSURANCE 1.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. 2.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 DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Revised 11.30.20 Page 2 of 4 WORKERS’ COMPENSATION EMPLOYER’S LIABILITY Statutory $500,000 /$500,000 /$500,000 3.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. B.ADDITIONAL REQUIREMENTS 1.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. 2.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. 3.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 4.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 DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Revised 11.30.20 Page 3 of 4 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. 5.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. 6.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. 7.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. DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Revised 11.30.20 Page 4 of 4 8.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. 9.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: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA Revised 11.30.20 Page 1 of 1 A.Warranty on repairs shall be 90 days or better for all labor and materials. B.Warranty on new installation shall be one year or better for all labor and materials. C.All parts shall be Original Equipment Manufacturer (OEM), new and unused. ATTACHMENT D: WARRANTY REQUIREMENTS DocuSign Envelope ID: 5FE77EA7-F0B5-4ED5-A6DE-F9BC694693DA DATE: April 20, 2021 TO: Peter Zanoni, City Manager FROM: Laura Garcia, Director of Libraries LauraGa@cctexas.com (361) 826-7070 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing a five-year supply agreement in the amount not to exceed $1,750,000 with Baker & Taylor, LLC., Charlotte, North Carolina for library books, audio and visual recordings, downloadable digital content, and processing services, with FY 2021 funding in the amount of $145,830.00 available from the General fund. SUMMARY: This five-year supply agreement with Baker & Taylor LLC., through Texas Smart Buy (TXMAS), will provide for the purchase of library books, audio and visual recordings, downloadable digital content, and processing services that includes book jackets, spine labels, barcodes and MARC (cataloging) records. BACKGROUND AND FINDINGS: Library patrons borrow over 800,000 items per year. Material purchased through this supply agreement will consist of over 10,000 books in print and over 1,500 downloadable digital content (eBooks\eAudio), audio, and visual recordings (spoken word audio, DVD, Blu-Ray). Full and partial processing services will also be provided through this agreement for book jackets, spine and barcode labels, security strips, and brief or full MARC (cataloging) records. Partially processing items entails placing book jackets and mylar covers on books, adding barcodes and other labeling, inserting theft detection security strips, and adding MARC records (cataloging) to the library catalog. These processing tasks are time-consuming and must be performed before an item is ready for check-out. Through this agreement, Baker & Taylor LLC. will provide most of these tasks which will reduce processing time and allow for more readily available library items. Baker & Taylor LLC. will provide some full processing services, which means that items will be received ready for placement on the shelves for check-out; however, full processing is more costly, so it will only be used for high-demand items, such as bestsellers. Library Books, Audio and Visual Recordings and Downloadable Digital Content AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 Both partial and full processing services are essential to the operation of the department as only one staff member is available to handle processing and cataloging, with other public service staff assisting when there is a backlog. The current supply agreement with Baker & Taylor LLC., in the amount of $330,000 per year, was for a 24-month term with the option to extend for up to two additional 12-month periods, which were both executed, and the agreement expires May 25, 2021. Baker & Taylor LLC., currently is the only vendor that provides the full range of products being requested through the proposed agreement. Other existing vendors that cater to public libraries do not supply audio and visual recordings (spoken word audio, DVD, Blu-Ray) or digital content (eBooks/eAudio). Consolidating these products and services into one agreement for a five-year term will bring more efficiency and availability to City libraries and staff as well as increase the level of digital content, making our libraries more in-line with contemporary practices and patrons’ needs. PROCUREMENT DETAIL: This procurement is through the Texas Smart Buy (TXMAS) Cooperative Contract No. 715-M2. Contracts awarded through the TXMAS Cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. ALTERNATIVES: The alternative would be to have multiple vendors for the different products being requested. Consolidating these products and services into one agreement for a five-year term will bring more efficiency and availability to City libraries and staff as well as increase the level of digital content, making our libraries more in-line with contemporary practices and patrons’ needs. FISCAL IMPACT: The fiscal impact for the Library Department in FY 2021 is an estimated amount of $145,830.00 for this five-year supply agreement. The remaining estimated $1,604,170 will be budgeted in future years through the annual budget process. FUNDING DETAIL: Fund: General Fund 1020 Organization/Activity: 12800 Mission Element: 111 Project # (CIP Only): N/A Account: 520060 Amount: $145,830.00 RECOMMENDATION: Staff recommends approval of the motion authorizing a five-year supply agreement with Baker & Taylor, LLC, as presented. LIST OF SUPPORTING DOCUMENTS: Supply Agreement Price Sheet Supply Agreement Standard Form Page 1 of 7 Approved as to Legal Form December 15, 2020 SUPPLY AGREEMENT NO. 3491 LIBRARY BOOKS, AUDIO AND VISUAL RECORDINGS THIS Library Books, Audio and Visual Recordings Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”) and Baker & Taylor, LLC (“Contractor"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). WHEREAS, Contractor has bid to provide Library Books, Audio and Visual Recordings in response to Request for Bid No. TXMAS - 715-M2 /3491 (“RFB”), which RFB includes the required scope of work and all specifications and which RFB and the Contractor’s bid response 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 Library Books, Audio and Visual Recordings 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. “Goods,” “products”, and “supplies”, as used in this Agreement, refer to and have the same meaning. 2. Term. This Agreement is for five years. The parties may mutually extend the term of this Agreement for up to zero additional zero-month 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 $1,750,000.00, subject to approved extensions and changes. Payment will be made for goods delivered 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: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form December 15, 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: Gabby Sanchez Department: Library Phone: 361-826-7015 Email: Gabbys@cctexas.com 5. Insurance. 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. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of products 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 products will remain with the Contractor until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item’s bid price, must be paid by the Contractor within 30 days of receipt of City’s invoice. DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Supply Agreement Standard Form Page 3 of 7 Approved as to Legal Form December 15, 2020 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. 9. Quality/Quantity Adjustments. Any 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 products in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In providing the Goods, Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Supply Agreement Standard Form Page 4 of 7 Approved as to Legal Form December 15, 2020 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: Gabby Sanchez Title: Senior Management Assistant Address: 805 Comanche St., Corpus Christi, TX 78401 Phone: 361-826-7015 Fax: 361-826-7046 IF TO CONTRACTOR: Baker & Taylor, LLC Attn: Stefanie Kremer Title: Director, Pricing Services Address: 2550 West Tyvola Rd., Ste. 300, Charlotte, NC 28217 Phone: 704-998-3135 Fax: 704-998-3260 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 DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form December 15, 2020 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. 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. DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form December 15, 2020 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. 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. (SIGNATURE PAGE FOLLOWS) DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form December 15, 2020 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 Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB No. TXMAS - 715-M2 /3491 Exhibit 2: Contractor’s Bid Response DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 3/18/2021 Stefanie Kremer Director, Pricing Services ATTACHMENT A: SCOPE OF WORK 1. General Requirements Supplier shall supply the Corpus Christi Public Library with new editions of library books, digital downloadable content, audio and visual recordings. 2. Scope of Work A. The database must also include information about title changes, availability dates of titles, and allow the library staff to review pending shipments and invoices. B. Shipping and handling costs will be included with the cost. C. Contractor will not require a minimum order or attach any penalty to orders below a certain size. D. When requested, contractor shall deliver books, audio and visual recordings pre-processed and ready for issuance to library patrons. DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 DISCOUNT TERMS AND CONDITIONS OF SALE Baker & Taylor, LLC Discount Terms and Conditions of Sale (FIRM ORDER BOOK/SPOKEN WORD AUDIO) State of Texas – Public Libraries and State Agencies Baker & Taylor, LLC is pleased to offer the discount terms a nd conditions listed below. The pricing grid below provides discounts for each product category offered by Baker & Taylor. Product Category Category Definition (a) Price Indicator Discount I. Adult Trade Hardcover Editions (Popular Fiction & Non-Fiction, and may include some spoken word audio) 0 - (zero) (Hardcover Trade Editions) C - (Hardcover Computer Books) 46.5% II. Juvenile Trade Hardcover Editions (Popular Fiction & Non-Fiction) J 46.5% III. Adult Quality Paperback Editions (Popular Fiction & Non-Fiction) B - (Paperback Trade Editions) C - (Paperback Computer Books) 40.5% IV. Juvenile Quality Paperback Editions (Popular Fiction & Non-Fiction) G 40.5% V. Mass Market Paperback Editions P 40.0% VI. Single Edition Reinforced (Juvenile) R 21.5% VII. Publisher's Library Edition (Juvenile) Z 21.5% VIII. University Press Trade Editions (may be of any binding and include some spoken word audio) A 8.0% IX. Text, Technical, Reference, Professional Medical, Small Press, some University Press titles (excluding University Press Trade Editions) and/or Titles of Limited Demand (may be of any binding and include some spoken word audio) S/X/N - (Text, Technical, or Reference Editions) L - (Hardcover Editions from Small Press and Hardcover Titles of Limited Demand—primarily Adult) 7 - (Hardcover Titles of Limited Demand—primarily Juvenile) M - (Paperback Editions from Small Press and Paperback Titles of Limited Demand—primarily Adult) 1 - (Paperback Titles of Limited Demand—primarily Juvenile) T/U/V/W/4/Letter O - (Specialty Textbooks) 5/6/8 - (Professional Medical Titles) S = 8.0% X = 8.0% N = 8.0% (b) L = 8.0% (c)(d) 7 = 21.5% (d) M = 8.0% (c)(d) 1 = 8.0% (d) T = 8.0% U = 8.0% V = 8.0% W = 8.0% 4 = 8.0% Letter O = 8.0% 5 = 8.0% 6 = 8.0% 8 = 8.0% X. Imported English and Non-English Language Editions F/K/3 F = 0.0% K = 8.0% 3 = 8.0% XI. Enhanced Service Program Y / Q Q = 8.0% Y = 0.0% + $4.95 (e) XII. Spoken Word Audio H 45.5% XIII. Board Books I 40.5% XIV. Novelty Items/Activity Books I 40.5% XV. Special Programs, such as: -Paw Prints and FollettBound Editions -Turtleback Editions -Playaway Audio Editions D E All Playaway Audio editions D = 10.0% E = 10.0% 20.0% (a) Please see Baker & Taylor’s Category Definitions for full category definitions, which are attached hereto and incorporated herein by reference. Materials produced for TextStream print-on-demand services may fall into any category. (b) Titles which receive minimal publisher discount will be invoiced at publisher’s list price. (c) Represents publishers with limited sales volume, based upon a semi-annual review. These titles may be of any binding type or publisher of origin. (d) Represents individual titles which do not qualify for preferred stock status (based upon a quarterly review) and individual titles which qualify for preferred stock status, but have limited demand (calculated over a rolling 12 month period). These titles may be of any binding type or publisher of origin. (e)Titles where Baker & Taylor receives no discount from the publisher or prepayment is required by the publisher or publishers whose titles have limited demand and/or non-commercial publishers will be invoiced at list price plus $4.95/unit service charge. 1 of 4 (Continued on the following page) ATTACHMENT B - BID/PRICING SCHEDULEDocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Processing Services Premium Processing – Shelf-Ready Base Price Description Mylar Jacket (or Laminate Cover), Label Protectors, Spine Label, Barcode, and Standard MARC Record 1.48 ‐ 2.88 Option 1. Mylar, label protectors, spine label, barcode and standard MARC Record = $1.48; Option 2. Poly laminate cover, label protectors, spine label, barcode and standard MARC Record = $2.08; Option 3. Traditional laminate cover, label protectors, spine label, barcode, and standard MARC Record = $2.88 Mylar Jacket (or Laminate Cover), Label Protectors, Spine Label, Barcode, RFID Tag (programmed and applied), and Standard MARC Record 2.17 – 3.57 Option 1. Mylar, label protectors, spine label, barcode, RFID tag (linked and affixed) and standard MARC Record = $2.17; Option 2.Poly laminate cover, label protectors, spine label, barcode, RFID tag(linked and affixed) and standard MARC Record = $2.77; Option 3.Traditional laminate cover, label protectors, spine label, barcode, RFID tag (linked and affixed) and standard MARC Record = $3.57 Processing Services Base Price Description Brief MARC Record No Charge If Vendor Offers MARC records, a Brief MARC Record Shall Be Free of Charge, Per the Terms of this RFP Full MARC Record .30 Price per unit, Standard (unedited) MARC Record Mylar Jacket .69 Price per unit, includes loose, glued, or taped Barcode Label .20 Price per unit, Baker & Taylor supplied Barcode Label, Application of Customer Supplied Barcode is $0.25/unit Label (per application – Customer supplied) .25 Price per unit, Customer Supplied Label Label (per application – Vendor supplied) .25 Price per unit, Baker & Taylor Supplied Label Genre Label .25 Price per unit, Baker & Taylor Supplied Label Spine Label .29 Price per unit, Baker & Taylor Supplied Label Label Protector .00 Free of Charge Pocket (paper) .35 Price per unit Property Stamp (per impression) .20 $0.20 for first location, $0.10 each additional location Spine Tape (inside) 1.50 Price per unit Spine Tape (outside) 1.50 Price per unit Laminated Paperback Covers Base Price Description Polypropylene Laminate; Various Thicknesses 1.29 Price per unit, Clear Poly Laminate (7 mil thickness) Vinyl Laminate; Various Thicknesses 2.09 Price per unit, Traditional Laminate (10 mil thickness) RFID/Theft Deterrents Base Price Description Pre-programmed RFID/Barcode Set (1 Barcode); Applied to book .39 Price per unit for application of the Pre-programmed RFID/Barcode Set, which would need to be Customer Supplied RFID (“universal” tag programmed and applied) .69 Link & Affix Baker & Taylor Supplied Universal RFID Tag CD/DVD Overlay RFID Tag 1.50 Link & Affix Baker & Taylor Supplied Overlay RFID Tag Theft Deterrent Tape/Strip .59 Baker & Taylor Supplied 3M or Checkpoint Theft Detection Audio Visual Processing and Accessories Base Price Description Digital Processing for Media 5.79 Spoken Word Audio or Music/DVD Digital Media Processing Services. Includes Digital Media Processing with artwork, standard case, and fixed data labels. Additional variable labels available for $.15 per label Hub Label .99 Price per unit for hub labels, regardless of number of discs Shrink Wrap Removal .60 Price per unit DVD/CD Case, Holds Single Disc (Plastic) .40 Standard Cases Used to Repackage Single/Doubles (Polyline) DVD/CD Case, Holds Multiple Discs 1.35 Standard Cases Used to Repackage Multiple Discs as a Set (VERSA/VORTEX Cases) DVD/CD Case, Locking 1.00 Secure ii Locking Cases (Single & Double (Clear or Black) Spoken Audio CD Case; Various Capacities 3.79 Standard black Spoken Word Audio Cases, Upgraded cases available for $4.69/unit 2 of 4 (Continued on the following page) DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Baker & Taylor, LLC Music/DVD/Blu-Ray Terms and Conditions of Sale for State of Texas – All Participating Members Price Indicator Definition Discount 2 Music Compact Disc 25.0% 9 DVD/Blu-ray 28.5% List prices used for calculating discounts are manufacturers' current, suggested list prices, where available. Where no list price is supplied by the manufacturer, a list price will be assigned by Baker & Taylor. *AV titles with minimal discount or supplier restrictions or titles from small, specialty vendors will be invoiced at Manufacturers Suggested Retail Price. NOTE REGARDING DISNEY/BUENA VISTA HOME ENTERTAINMENT TITLES For many years Baker & Taylor has been a distributor of video entertainment products of Buena Vista Home Entertainment, a/k/a Walt Disney Studios Home Entertainment (“BVHE”). Recently, for reasons beyond Baker & Taylor’s control, our relationship as a direct distributor of this produ ct line has changed. We have been working to resolve the interruption of the supply chain, but have not yet reached an agreement that would do so and are currently unable to supply BVHE video entertainment product to our public library customers. While we believe this interruption to be a temporary inconvenience, we cannot currently estimate when this interruption will be resolved. During this interim period, we will be transitioning BVHE video entertainment product to “Not Available from Baker & Taylor” status in Title Source 360 and cancelling existing back orders. We remain committed to re-establishing our supply chain for BVHE video entertainment product and will keep you updated on our progress. If you have additional questions, please reach out to your Baker & Taylor sales consultant. 3 of 4 (Continued on the following page) DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Baker & Taylor, LLC Discount Terms and Conditions of Sale Also, please note that: • Publisher’s list price is subject to change without notice. • Except where otherwise noted, book discounts are applied to current publisher's list price at the time of shipment. • Baker & Taylor reserves the sole right to be the final determinant of product categories, category definitions and price indicators. The discounts vary based on this determination. • Titles are categorized by Baker & Taylor for pricing purposes by considering the binding, general marketing categories, demand for certain titles, preferred stock status, cost of acquisition, cost of distribution, and the size or type of publisher, as well as factors related to relationships with publishers such as shipping terms, payment terms, publisher’s discount, returnability to publishers and other factors. • Product categories, category definitions and price indicators are subject to change at Baker & Taylor’s sole discretion, without notice, based upon the above-described factors for categorizing titles. • For domestic titles where no publisher list price is assigned by the publisher, Baker & Taylor will assign such titles a price in its electronic catalog which is based upon Baker & Taylor’s estimate of market conditions. • For imported titles where no publisher list price is assigned by the publisher for the U.S. market, Baker & Taylor will assign such titles a U.S. dollar price in its electronic catalog which is based upon Baker & Taylor’s estimate of market conditions. • For Paw Prints and Follett Bound editions, Baker & Taylor will assign such titles a price in its electronic catalog which is based upon Baker & Taylor’s estimate of market conditions. • Titles of limited demand or from small or specialty publishers generally are included in Product Category IX or Product Category XI. • The discount terms and conditions listed do not apply to Continuations or Approval Programs. • Baker & Taylor provides an invoice that identifies the publisher’s current list price, the discount offered, and the exact price charged for each title ordered. 4 of 4 DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 CATEGORY DEFINITIONS I. Adult Trade Hardcover Editions (0, C) (may include some spoken word audio materials) High demand materials from widely distributed publishers designed for the general consumer, usually dealing with a subject matter having broad mass appeal. These titles are typically released in hardback and can be either fiction or current non-fiction. Publisher promotional/media expenditures and print runs are customarily higher for these titles than for most others. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a trade edition would be: 14th Deadly Sin by James Patterson, ISBN: 9780316404021. II. Juvenile Trade Hardcover Editions (J) High demand, juvenile materials from widely distributed publishers designed for the general consumer, usually dealing with a subject matter having broad mass appeal. These titles are typically released in hardback and can be either fiction or current non-fiction. Publisher promotional/media expenditures and print runs are customarily higher for these titles than for most others. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a trade edition would be: Are You Ready to Play Outside by Mo Willems, ISBN: 9781423113478. III. Adult Quality Paperback Editions (B, C) High demand paperback materials from widely distributed publishers, other than the standard rack size paperback, typically fo und in bookstores and other retail outlets. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a quality paperback would be: The Boys in the Boat by Daniel Brown, ISBN 9780143125471. IV. Juvenile Quality Paperback Editions (G) High demand, juvenile paperback materials from widely distributed publishers, other than the standard rack size paperback, typically found in bookstores and other retail outlets. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a quality paperback would be: Tuck Everlasting by Natalie Babbitt, ISBN: 9780312369811. V. Mass Market Paperback Editions (P) A standard rack size paperback typically found in bookstores or other retail outlets. An example of a mass ma rket paperback would be: The City of Ember by Jeanne Duprau, ISBN: 9780375822742. VI. Single Edition Reinforced (R) A high quality binding designed to provide a long shelf life in a heavy use environment. Although the binding is fanned and glued it may not be sewn, which is typically found in the publisher library edition. Subject content can include both fictional and non-fiction works appealing to juveniles as well as adults. These bindings are identified by the publisher to Baker & Taylor. An example of a single edition reinforced binding would be: Because of Winn Dixie by Kate DiCamillo, ISBN 9780763650070. VII. Publisher Library Editions (Z) Fiction as well as non-fiction materials appealing to both juveniles and adults, designed with the rugged durability required of the environment typically found in a library setting. Publisher Library Editions are traditionally of the highest quality, usually fanned, sewn and glued to provide the greatest possible shelf life of any binding. These bindings are identified by the publisher to Baker & Taylor. An example of a publisher library edition would be: Curious George Visits the Library by Margaret Rey, ISBN: 9781599614199. VIII. University Press Trade Editions (A) (may include some spoken word audio materials) This category would include any University Press Trade Editions, both adult and juvenile, and are subject to publisher reclassification. An example of a university press trade edition would be: Alexander McQueen: Savage Beauty by Andrew Bolton, ISBN: 9780300169782. IX. Text, Technical, Reference, Small Press, and/or Titles of Limited Demand (S, X, N, L, M, V, T, U, W, Letter O, 1, 4, 5, 6, 7, 8) Category of materials includes, but is not limited to, text, technical, reference, professional medical, small press, and some university press titles (excluding University Press Trade Editions). It includes titles purchased from publishers on a non-returnable basis, those publishers that extend little discount to Baker & Taylor, and publishers whose titles have limited sales volume based upon a semi-annual review. It includes individual titles which do not qualify for preferred stock status (based upon a quarterly review) and individual titles which qualify for preferred stock status, but have limited demand (calculated over a rolling 12 month period). Additionally, any publisher which is not in compliance with some of Baker & Taylor's purchasing requirements could be in this category. Materials in this category are both adult and juvenile, may be of any binding and may include some spoken word audio materials. Examples within this category would be: The Merck Index, ISBN: 9781849736701, Strategies That Work, ISBN: 9781571104816, Beauty and the East ISBN: 9781566563871, Generals of the Bulge: Leadership in the U.S. Army’s Greatest Battle ISBN 9780811711999, Frankie Works the Night Shift, ISBN 9780060090951, and Floods, ISBN 9781624030031 X. Imported English and Non-English Language Editions (F, K, 3) Titles produced and distributed outside of the domestic US. These titles may be of any binding type and represent various publishers. An example would be El Angel Caido by Nalini Singh, ISBN 9788490625224. XI. Enhanced Service Program Titles (Y/Q) This category includes materials where Baker & Taylor receives no discount from the publisher, or prepayment is required by the publisher, or publishers which have restrictions on returns, or books of small or non-commercial publishers with limited sales volume based upon a semi- annual review. Any publisher which is not in compliance with Baker & Taylor's purchasing requirements would be in this category. Ma terials in this category may be of any binding. These titles will receive no discount and are subject to a service charge. An example within this category would be: Business Income Coverage Guide, ISBN: 9781941627532. XII. Spoken Word Audio (H) Materials designed for the general consumer, usually dealing with a subject matter having broad mass appeal. These titles can be either fiction or current non-fiction. An example of a spoken word audio edition would be: The Complete Sherlock Holmes by Sir Arthur Conan Doyle ISBN: 9781491542286. XIII. Board Books (I) Durable materials from widely distributed domestic publishers designed for young children; pages are manufactured of heavy gauge cardboard to prevent tearing. These editions typically feature few pages, simple themes and colorful illustrations or photographs. An example of a board book would be: Runaway Bunny by Margaret Wise Brown, ISBN: 9780061074295. XIV. Novelty Items/Activity Books (I) Specially packaged gift set or novelty item related to a book product or attached as an accessory to a book product. These items would include a book with toy, rag books, washable cloth books, books with accessories or kits, electronic sound books, sticker books, tracing books or coloring books. This category also includes any non-book merchandise such as model kits, hobby kits, flash cards or jigsaw puzzles. An example of an item in this category would be: Very Hungry Caterpillar Cookbook & Cookie Cutters Kit by Lara Starr, ISBN 9781452125527. XV. Special Programs (D and E as indicated in the Discount Terms and Conditions of Sale) Programs, formats, or editions offered only by Baker & Taylor or not included in any other category. These programs include but may not be limited to Paw Prints, FollettBound and Turtleback editions. Examples of items in this category would be: Clifford’s Valentines Day by Norman Bridwell, ISBN 9781435201736 (PawPrints prebound edition) and Junie B. Jones is Captain Field Day by Barbara Park, ISBN 9780613337670 (Turtleback prebound edition) DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 ENHANCED SERVICES PROGRAM Baker & Taylor is pleased to offer a service that will save your li brary time and money when procuring titles from small and hard to find publishers. By utilizing B&T’s vast publisher and title database, the library can purchase a wide variety of low demand and small print run titles from associations and limited edition , prepayment, and non-returnable publishers. Baker & Taylor’s Enhanced Services Program provides the library with access to millions of active book titles representing over 66,000 imprints. This breadth of coverage is greater than that of any other book industry wholesaler. The “ESP” program builds on B&T’s already outstanding publisher relations by: ➢ Expanding our vendor relations team responsible for the follow-up of all publisher orders, improving the speed of delivery of all titles to the library; ➢ Widening our publisher base to include hundreds of small non-commercial publishers formerly considered apply direct by the book industry; and ➢ Increasing our reporting capabilities by providing order status reports for 100% of all titles not yet published and by supplying anticipated publication release dates for all out of stock items. This category includes material where Baker & Taylor receives no discount from the publisher or prepayment is required by the publisher or books of small, limited in demand and/or non-commercial publishers. Any publisher which is not in compliance with Baker & Taylor's purchasing requirements would be in this category. Materials in this category may be of any binding. These titles will be invoiced at list price plus $4.95/unit service charge. For libraries concerned about purchasing these types of titles, B&T’s TitleSource 360™ can assist the librarian in researching a particular item’s category and format. Surcharge titles will appear with a Y in the discount code field. Additionally, you may contact your Customer Service representative or Information Services via phone, fax, or email (btinfo@baker-taylor.com) to determine surcharge titles before placing an order. As a convenience to the library, B&T can exclude these titles from all orders by adjusting your account profile setup. Please contact your Customer Service Representative for additional information. DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 RETURNS POLICIES INSTITUTIONAL RETURNS (Revised July 2015) The following guidelines are required to ensure prompt handling of your return. All product returns (excluding Book Leasing programs) require prior authorization from a Customer Service Representative. You may contact your appropriate representative via the toll-free number listed on your packing list. How to Obtain Return Authorization Please use the Return Authorization Form from your shipment's packing list to make all returns. Contact your Customer Service Representative for return authorization. All claims must be made within 45 days from the date of invoice. 1. When calling for return authorization, please have the following information available: A. Return Authorization Form B. Your account number and ATS# from the shipment's packing list (located mid -page under the Return Authorization Form explanation) C. Reason for the claim/return D. Action being requested - 1. Replacement of product 2. Credit to your account; no replacement product necessary 2. Your Customer Service Representative will assign your return an authorization number (RTA#). To expedite the process, please clearly mark the RTA# on the Return Authorization Form and on the outside of the carton in the upper right corner from the shipping label. 3. Make your return via an insured and traceable carrier; Baker & Taylor is not liable for returns lost in transit. 4. Products incorrectly shipped by Baker & Taylor may be returned with authorization within 45 days of the product's date of invoice. Product(s) meeting the definition of Publisher defective may be returned with prior authorization within six months of the product's date of invoice. Products purchased with value -added processing services which have been shipped as ordered are considered non-returnable. DAMAGED SHIPMENTS: If you receive a damaged carton(s) which resulted in damaged product(s), please hold the product(s) and save the carton for Carrier inspection. If the damage is visible at the time of delivery, bring it to the Carrier's attention and note it on the Bill of Lading. Then, contact your Baker & Taylor Customer Service Representative via the toll-free number listed on the packing list. CLAIMING SHORTAGES: Please check your packing list or invoice before claiming shortages. All claims must be made within 45 days from the product's invoice date. Please ensure you have received all cartons of a shipment prior to signing for receipt from the Carrier. Cartons you have signed for as received from the Carrier are not claimable as shortages from Baker & Taylor. INTERNATIONAL CUSTOMERS ONLY: For information on making returns of damaged, defective, or incorrect products, please contact your local International Sales Office or our International Customer Service Department (internationallibrarycustomerservice@baker -taylor.com). You may also refer to the website http://www.btol.com/international_libraries_details.cfm. All returns should be sent to: Baker & Taylor Returns Center Department R 251 Mt. Olive Church Road Commerce, GA 30599 DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 AV RETURNS Library & Education Account Audio/Video Product Returns Policy (Revised June 2016) The following guidelines are required to ensure the prompt handling of your Audio / Video (AV) returns; Music CD, DVD, Blu-ray and 4k disc product. Note; Vinyl product is not returnable, per manufacturer’s policies, and is a “one way” sale. All Music CD, DVD, Blu ray and 4K disc AV product returns (excluding DVD/BD lease return product - please contact AV Customer Service for separate return procedures for your DVD/BD Lease program product) require prior return authorization from an AV Customer Service Representative. Please contact your AV Customer Service Rep at 800-775- 1200. How to Obtain Return Authorization Contact your AV Customer Service Representative for return authorization numbers. All claims must be made within 45 days of invoice date. 1. When calling for return authorization, please have the following information available: A. Your account number and invoice #s B. Reason for the claim/return C. Action being requested - 1. Replacement of product (defective return will receive a replacement of the same title) 2. Credit to your account; no replacement product necessary for incorrectly shipped items 3. Overstock return credit requires Customer Service Manager and Sales Manager approval 2. Your AV Customer Service Representative will assign your return an authorization number (RA#). To expedite the process, please clearly mark the RA# on the outside of the carton in the upper right corner from the shipping label and on inserted documents. 3. Ship your return via an insured and traceable carrier; Baker & Taylor is not liable for returns lost in transit. 4. Products incorrectly shipped by Baker & Taylor requires an authorization to be returned. Product should be returned within seven days of invoice date; must be returned within 45 days of the product's invoice date. Product(s) meeting the definition of a Manufacturer’s defective may be returned with a prior authorization. Products purchased with value-added processing services which have been shipped as ordered are considered non-returnable, unless disc is defective. In which case a replacement of same title will be sent (multi disc sets require all discs to be returned). DAMAGED SHIPMENTS: If you receive a damaged carton(s) which resulted in damaged Audio/Video product(s), please hold the product(s) and save the carton for Carrier inspection. If the damage is visible at the time of delivery, bring it to the Carrier's attention and note it on the Bill of Lading. Then, contact your Baker & Taylor AV Customer Service Rep via the toll-free number above. CLAIMING SHORTAGES: Please check your packing list or invoice before claiming shortages. All claims must be made within 15 days from the product's invoice date. Please ensure you have received all cartons of a shipment prior to signing for receipt from the Carrier. Cartons you have signed for as received from the Carrier are not claimable as shortages from Baker & Taylor. All returns with RA# should be sent promptly to: Baker & Taylor Returns Center Dept. R 251 Mt. Olive Church Road Commerce, GA 30599 Questions? Contact your B&T AV Customer Service Rep (800-775-1200) Email via AVInfo@Baker-Taylor.com or LibraryA/Vcustomerservice@baker-taylor.com Baker & Taylor A/V Sales 800.775-2600 x2050 DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Contract Item List Contract No. 715M2 Publications, Audiovisual Materials, Books, Textbooks, and Ancillary Services Category 1 Digital pre‐loaded; all‐in‐one audio books N/A 20% 20% 20% Category 2 Digital pre‐loaded; all‐in‐one audio book pack kits N/A N/A N/A N/A Category 3 Digital pre‐loaded N/A N/A N/A N/A Category 4 Audiovisual Pre‐loaded; Device included N/A N/A N/A N/A Category 5 Adult trade; fiction/non‐fiction hardbound N/A 46.5% 40% 46.5% Category 6 Adult trade; fiction/non‐fiction paperback N/A 40.5% 20% 40.5% Category 7 Juvenile trade; fiction/non‐fiction hardbound N/A 46.5% 40% 46.5% Category 8 Juvenile trade; fiction/non‐fiction paperback N/A 40.5% 20% 40.5% Category 9Mass market paperback; rack N/A 40.5% 20% 40.5% Category 10 Non‐trade publication; hardbound N/A 8.0% 20% 8.0% Category 11 Non‐trade publications; paperback N/A 8.0% 20% 8.0% Category 12 University press N/A 8.0% 20% 8.0% Category 13 Adult library bound; fiction/non‐fiction N/A 21.5% 20% 21.5% Category 14 Juvenile library bound; fiction/non‐fiction N/A 21.5% 20% 21.5% Category 15 Pre‐bound hardbound N/A 10.0% 0% 10.0% Category 16 Pre‐bound paperback N/A 10.0% 0% 10.0% Category 17 Music/Audio Compacts Disc; Pre‐recorded N/A N/A N/A N/A Category 18 Music/Audio Record Disc, Vinyl; Pre‐recorded N/A N/A N/A N/A Category 19 Audiovisual DVD/Blue‐ray pre‐recorded; feature/non‐ feature films N/A 28.5% 28.5% 28.5% Category 20 Spoken word/audio compact disc pre‐recorded; abridged N/A 45.5% 34% 45.5% Category 21 Spoken word/audio compact disc pre‐recorded; un‐ abridged N/A 45.5% 34% 45.5% Category 22 Spoken word/audio MP3 format pre‐recorded; un‐abridged N/A 45.5% 34% 45.5% *N/A = not awarded Electronic and Digital Materials Print Materials Nonstandard Formats  Academic  Institutions  Category State Agencies and Co‐Op Member Category K‐12 School Libraries  Category Public Libraries  (City, Regional, etc.) Category  Baker & Taylor, LLC DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Contract Item List Contract No. 715M2 Publications, Audiovisual Materials, Books, Textbooks, and Ancillary Services Premium Processing ‐ Shelf‐Ready Base Price Description Mylar Jacket (or Laminate Cover), Label Protectors, Spine  Label, Barcode, and Standard MARC Record 1.48 ‐ 2.88 Option 1. Mylar, label protectors, spine label, barcode and standard  MARC Record = $1.48; Option 2. Poly laminate cover, label  protectors, spine label, barcode and standard MARC Record = $2.08;  Option 3. Traditional laminate cover, label protectors, spine label,  barcode, and standard MARC Record = $2.88 Mylar Jacket (or Laminate Cover), Label Protectors, Spine  Label, Barcode, RFID Tag (programmed and applied), and  Standard MARC Record 2.17 ‐ 3.57 Option 1. Mylar, label protectors, spine label, barcode, RFID tag  (linked and affixed) and standard MARC Record = $2.17; Option 2.  Poly laminate cover, label protectors, spine label, barcode, RFID tag  (linked and affixed) and standard MARC Record = $2.77; Option 3.  Traditional laminate cover, label protectors, spine label, barcode,  RFID tag (linked and affixed) and standard MARC Record = $3.57 Processing Services Base Price Description Brief MARC Record No Charge If Vendor Offers MARC records, a Brief MARC Record Shall Be Free  of Charge, Per the Terms of This RFP Full MARC Record .30 Price per unit, Standard (unedited) MARC Record Mylar Jacket .69 Price per unit, Includes loose, glued or taped Barcode Label .20 Price per unit, Baker & Taylor supplied Barcode Label, Application of  Customer Supplied Barcodes is $ .25/unit Label (per application‐Customer supplied) .25 Price per unit, Customer Supplied Label Label (per application‐Vendor supplied) .25 Price per unit, Baker & Taylor Supplied Label Genre Label .25 Price per unit, Baker & Taylor Supplied Label Spine Label .29 Price per unit, Baker & Taylor Supplied Label Label Protector .00 Free of Charge Pocket (paper) .35 Price per unit Pocket (vinyl) N/A N/A Property Stamp (per impression) .20 $ .20 for first location, $ .10/each additional location Spine Tape (inside) 1.50 Price per unit Spine Tape (Outside) 1.50 Price per unit Audio Visual Processing and Accessories Base Price Description Digital Processing for Media 5.79 Spoken Word Audio or Music/DVD Digital Media Processing  Services.  Includes Digital Media Processing with artwork, standard  case and fixed data labels.  Additional variable labels available for $  .15 per label. Format Conversion Service N/A N/A Hub Label (per application) .99 Price per unit for hub labels, regardless of number of discs Shrink Wrap Removal .60 Price per unit DVD/CD Case, Holds Single Disc (Paper) N/A N/A DVD/CD Case, Holds Single Disc (Plastic) .40 Standard Cases Used to Repackage Singles/Doubles (Polyline) DVD/CD Case, Holds Multiple Discs 1.35 Standard Cases Used to Repackage Multiple Discs as a Set  (VERSA/VORTEX CASES)  DVD/CD Case, Locking 1.00 SECURE ii LOCKING CASES, SINGLE & DOUBLE (CLEAR OR BLACK) Spoken Audio CD Case; Various Capacities 3.79 Standard black Spoken Word Audio Cases, Upgraded cases available  for $4.69/unit Baker & Taylor, LLC DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Laminated Paperback Covers Base Price Description Polypropylene Laminate; Various Thicknesses 1.29 Price per unit, Clear Poly Laminate (7 mil thickness) Vinyl Laminate; Various Thicknesses 2.09 Price per unit, Traditional Laminate (10 mil thickness) RFID/Theft Deterrents Base Price Description Pre‐programmed RFID/Barcode Set (1 Barcode); Applied to  book .39 Price per unit for application of the Pre‐programmed RFID/Barcode  Set, which would need to be Customer Supplied RFID ("universal" tag programmed and applied) .69 Link & Affix Baker & Taylor Supplied Universal RFID Tag CD/DVD Overlay RFID Tag 1.50 Link & Affix Baker & Taylor Supplied Overlay RFID Tag Theft Deterrent Tape/Strip .59 Baker & Taylor Supplied 3M or Checkpoint Theft Detection Additional Processing Components Additional Processing Components/Services Available: Baker & Taylor Universal RFID Tag: $ .25/unit Application of B&T Supplied RFID Tag: $ .19/unit Additional Cataloging & Processing Services, as well as Customized Cataloging and Processing Services through Customized Library Services  (CLS), are available.  Please contact your Customer Service Representative or Sales Representative to learn more. DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 ATTACHMENT C – INSURANCE AND BOND REQUIREMENTS Insurance and Bond Requirements No insurance or bonds are required therefore, Supply Agreement 3491, Section 5 Insurance; Bonds subsection 5 (A) and 5(B) are hereby void. DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 Attachment D – Warranty Warranty No warranty is required therefore, Supply Agreement 3491, Section 8, Warranty Requirements subsections 8(A) and (B) are hereby void. Page 1 of 1 DocuSign Envelope ID: FF7BD3CA-BDD8-4F82-B40F-89C7A1F537E2 CITY OF CORPUS CHRISTI PRICE SHEET CONTRACTS AND PROCUREMENT DEPARTMENT LIBRARY BOOKS, AUDIO AND VISUAL RECORDINGS SENIOR BUYER: TRACY GARZA LIBRARY DEPARTMENTS TEXAS SMART BUY (TXMAS) QUOTE CONTRACT NO. 715-M2 ITEM DESCRIPTION QTY UNIT ANNUAL UNIT PRICE EXTENDED TOTAL $1,750,000.00GRAND TOTAL BAKER & TAYLOR, LLC CHARLOTTE, NC 1 $1,350,000.00$270,000.005YEARS Physical Materials 2 Digital Downloadable Content using Axis360 Platform 5 YEARS $80,000.00 $400,000.00 DATE: April 20, 2021 TO: Peter Zanoni, City Manager FROM: David S. Lehfeldt, Director of Solid Waste 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, via JP Morgan, of one additional Mack LR64 Refuse Truck from Grande Ford Truck Sales, Inc, dba Grande Truck Center , of San Antonio, Texas for a total amount of $348,568.25 to be used by Solid Waste in support of the department’s new inspection and education program to address contamination in recycling waste, effective upon issuance of the letter of acceptance with FY 2021 funding in the amount of $29,047.35 available through the General Fund. SUMMARY: The motion is to authorize the lease -purchase of an additional side-loading automated refuse collection truck to support the department’s new recycling inspection and education program. The program is scheduled to begin in the fourth quarter of FY 2021. When the program initiates, the truck will collect non-recyclable materials that residents have set out for collection in recycling carts. Funding for the lease purchase was budgeted in the Solid Waste Services’ Code Compliance FY 21 operating budget. BACKGROUND AND FINDINGS: Solid Waste Services is introducing a recycling education and inspection program in FY 2021 . The program is designed to decrease the volume of non-recyclable materials collected through the City’s recycling program. Solid Waste Services determined that one (1) Mack LR64 Chassis with a New W ay Automated Side Loader body refuse truck is ideally suited to support the recycling Lease-Purchase of One Mack LR64 Refuse Truck AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 education and inspection program. The truck will accompany the recycling education and inspection team as they inspect recycling containers for unauthorized materials set out for collection in recycling carts. The truck specifications are overall consistent with the Solid Waste Department’s collection fleet and may be readily interchanged with other trucks to support operations as needed. The cost of the recycling education and inspection program will be partially offset by the decrease in non-recyclable materials and associated processing fees delivered to the recycling processor. PROCUREMENT DETAIL: This procurement is through the HGAC-Buy Cooperative. Contracts awarded through the HGAC- Buy Cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. The percentage of savings on the HGAC COOP is 12% less than MSRP. In view of these savings through the HGAC COOP, it is the recommended method of purchase for the City. ALTERNATIVES: An alternative is to not purchase this vehicle, thus not collecting the contamination and potentially diminish the recycling education and inspection program’s effectiveness. FISCAL IMPACT: The fiscal impact for FY 2021 is estimated at $29,047.35 available through the General Fund. Financing for the lease-purchase of the Mack LR64 Refuse Truck is based on a sixty-month term with an estimated interest rate of 2.00% for an annual estimated payment of $69,713.64. The total estimated cost over the five-year period, including principal of $331,444.00 and interest of $17,124.25 is $348,568.25. Total Lease-Purchase Price: $331,444.00 Total estimated allowable interest for Lease: $ 17,124.25 Grand Total: $348,568.25 FUNDING DETAIL: Fund: 1020 General Fund Organization/Activity: 12514 Compliance Mission Element: 032 Recycling Project # (CIP Only): Account: 530190 Lease-Purchase RECOMMENDATION: Staff recommends approval of this motion authorizing the lease -purchase of one Mack LR64 Refuse Truck for Solid Waste Operations with Grande Ford Truck Sales, Inc, dba Grande T ruck Center, as presented. LIST OF SUPPORTING DOCUMENTS: Price Sheet City of Corpus Christi Contracts & Procurement Buyer: Tracy Garza ITEM DESCRIPTION QUANTITY UNIT EXTENDED TOTAL 1 2022 Mack LR64 Chassis with a Neway ASL body Refuse Truck 1 $331,444.00 $331,444.00 $331,444.00 TOTAL PURCHASE PRICE Price Sheet Lease-Purchase of One Mack LR64 Refuse Truck Solid Waste Department HGACBuy Contract HT06-20 GRANDE FORD TRUCK SALES, INC., dba GRANDE TRUCK CENTER SAN ANTONIO, TX Mack Side LoadingGarbage Truck DATE: March 27, 2021 TO: Peter Zanoni, City Manager FROM: Daniel McGinn, Director of Planning and Environmental & Strategic Initiatives DanielMc@cctexas.com (361) 826-7011 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing a five-year service agreement for on-call emergency spill response and remediation services for an estimated amount of $140,650.00 with Miller Environmental Services, LLC, of Corpus Christi, Texas. SUMMARY: This service agreement will provide initial emergency response to environmental incidents in which the City is the responsible party, or the responsible party is unknown. BACKGROUND AND FINDINGS: City Environmental Services oversees environmental impacts caused by and to City facilities and projects, including those which cause or discover impacted soil, air, groundwater as well as waters of the state. Mitigation and remediation actions require imm ediate response as well as notification to proper state environmental agencies. In the past, Environmental Services has had to have an emergency declaration to respond appropriately. Past responses include the discovery of impacted soils and groundwater during public road construction, hydraulic fuel leaks from city vehicles, and the discovery of illegally dumped chemical drums, all are examples of situations where the city had to respond swiftly to address the public health concern. Emergency Spill Response and Remediation Services AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 PROCUREMENT DETAIL: Contracts and Procurement conducted a competitive Request for Bid process to obtain bids for new long-term contract. The City received two bids and is recommending award to the lowest responsive, responsible bidder, Miller Environmental Services, LLC. ALTERNATIVES: An Alternative is to declare an emergency for procurement for each incident . The recommended action provides immediate response since bid process has been completed and vendor is in place when needed. FISCAL IMPACT: Environmental Services has historically maintained an emergency professional services balance to address these unexpected spill and remediation response needs. FUNDING DETAIL: Fund: 4010 Water Fund Organization/Activity: 30030 Environmental & Strategic Initiatives Mission Element: 074 Project # (CIP Only): N/A Account: 530000 Professional Services RECOMMENDATION: Staff recommends approval of this five-year agreement with Miller Environmental Services, LLC as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tab Service Agreement Certification of Funds City of Corpus Christi Bid Tabulation Contracts and Procurement Department RFB No. 3480 Senior Buyer: Tracy Garza ITEM DESCRIPTION UNIT 5 YEAR QTY UNIT PRICE EXTENDED PRICE UNIT PRICE EXTENDED PRICE LABOR 1 Normal Service Hours, (M-F 8:00 am – 5:00 pm)Hours 875 $65.00 $56,875.00 $475.00 $415,625.00 2 Service After Hours (5:01 pm – 7:59 am)Hours 250 $97.50 $24,375.00 $555.00 $138,750.00 ALLOWANCE MARK-UP %EXTENDED PRICE MARK-UP %EXTENDED PRICE 3 $7,500 20 $9,000.000 15%$8,625.00 4 $27,000 20 $32,400.00 15%$31,050.00 5 $15,000 20 $18,000.00 15%$17,250.00 $140,650.00 $611,300.00 Emergency Spill Response and Remediation Services *Gainco, Inc. provided all required forms but did not possess the required licensing, therefore they are deemed Non-Responsible MILLER ENVIRONMENTAL SERVICES, LLC CORPUS CHRISTI, TX *GAINCO, INC. PORTLAND, TX MATERIALS Subcontractor Allowance GRAND TOTAL Materials Equipment Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form December 15, 2020 SERVICE AGREEMENT NO. .3480 EMERGENCY SPILL RESPONSE AND REMEDIATION SERVICES THIS Emergency Spill Response and Remediation Services Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation (“City”) and Miller Environmental Services, LLC (“Contractor"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). WHEREAS, Contractor has bid to provide Emergency Spill Response and Remediation Services in response to Request for Bid/Proposal No. 3480 (“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 Emergency Spill Response and Remediation Services (“Services”) in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for five years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Department, or the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the term of this Agreement for up to zero additional zero-month 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 $140,650.00, 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. DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form December 15, 2020 Invoices will be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City’s Contract Administrator for this Agreement is as follows: Sharon Murphy Environmental Strategic Initiatives 361-826-4066 SharonL@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 DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form December 15, 2020 purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item’s bid/proposal price, must be paid by the Contractor within 30 days of receipt of City’s invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City’s actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City’s product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 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. DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form December 15, 2020 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Sharon Murphy Title: Environmental Affairs Manager Address: 1201 Leopard St., Corpus Christi, TX 78401 361-826-4066 IF TO CONTRACTOR: Miller Environmental Services, LLC Attn: Mike Kocian Title: Unit Manager Address: 401 Navigation, Corpus Christi, TX 78401 Phone: 361-289-9800 Fax: 361-289-6363 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 DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form December 15, 2020 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. 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 DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form December 15, 2020 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. 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: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form December 15, 2020 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. 3480 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 3/18/2021 General Manager Mike Kocian PAGE 1 OF 4 Attachment A: Scope of Work General Requirement The contractor shall provide emergency spill response, remediation services for the Environmental Department and the removal of contaminated absorbent from the within jurisdiction of the City of Corpus Christi as outline in the Scope of Work. Scope of Work The Contractor shall provide all supervision, labor, transportation, tools, materials, and equipment necessary for the completion of project services. A. Service Requirements 1. Contractor shall provide specified services twenty-four (24) hours daily, three hundred sixty-five (365) days yearly on as needed basis. 2. Contractor shall respond within thirty (30) minutes of receiving a work order request/notification form the Environmental Department. 3. Contractor must be on site within two (2) hours of receipt of work order request/notification for services. 4. Contractor shall begin spill response and/or remediation within (2) hours of arrival on site unless otherwise approved by the Environmental Department. 5. Contractor must have sufficient certified/trained personnel to fulfill work demands. 6. Contractor shall have the capacity and capability to respond to on-site highway, in water or shoreline incidents. 7. Contractor shall have the resources and equipment to meet the response time dictated within this scope of work. 8. Contractor shall have the ability to mitigate spill incidents, for example, but not limited to gas, oil, non-hazardous chemicals, and other types of spills. 9. Contractor shall have vacuum trucks available for immediate response to eliminate and/or mitigate pollutant loading and/or contamination to the Municipal Separate Strom Sewer System (MS4) and/or waters of the State. 10. Contractor shall have the ability to perform hydro excavation, when required. 11. Contractor shall have the capability to perform services in confined spaces and have the safety equipment and training required for support. DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 PAGE 2 OF 4 12. Contractor must have the capability to collect analytical samples according to State Standards. Copies of all sample analysis taken shall sent to Sharon Murphy, Environmental Affairs Manager, or her designee. 13. Contractor shall have the capability and equipment to hydro-jet infrastructure lines blocked by a material or hazard. 14. Contractor is responsible for any and/or all decontamination of personnel and equipment. B. Spill Remediation includes any, and all affected areas. C. All items used for spill response and remediation shall be free from the threat of cross contamination. D. Contractor shall provide status updates to the requester throughout the duration of the response. E. Contractor shall report to the requestor the time of completion of services. F. All response and remediation services provided shall be documented by the Contractor. A copy of the work order and invoice shall be submitted to the City with the following information: • Work Order Number • Date • Site Location/Address • Description of response and/or remediation services provided • List of material(s) used • Quantity and Names of Crew Members • Log of timeline, from time of City request to departure from the scene • Signature of on-site City Work Coordinator G. Contractor shall provide follow up services in the event additional remediation is required. H. Clean up materials will be disposed of in accordance with federal, state and local environmental regulations. Invoicing All work will be invoiced and paid based upon contract pricing. All direct expenses incurred should be included and charged accordingly. The City will DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 PAGE 3 OF 4 pay for labor, material(s), and equipment used in the performance of the work as outlined on the contract pricing sheet. Labor will be paid at the blended rates shown for actual hours worked. Material and equipment will be paid at actual costs plus allowed markup. Receipts are required. Subcontractors used will also be allowed if approved in advance and will be compensated in the same manner as the Contractor. The following are NOT billable to the City: 1. Heat Stress 2. Vest-Fluorescent 3. Hand Tools 4. Lifeline Rope 5. Gas Monitor 6. Tripod 7. Cell Phone 8. Flashlight 9. Portable Lighting Tower 10. Per Diem 11. Other indirect costs to perform work Invoices submitted without the required information will not be processed for payment until the Contractor provides the required information as follows: 1. Service Agreement Number 2. P.O. Number and Work Order Number 3. Service Address 4. Description of Service Work 5. Itemized list of charges including labor rate, hours charged, etc. 6. Third Party Invoices, i.e., Equipment Rental, if applicable 7. Name of authorizing City representative (on-site Work Coordinator) Work Site and Conditions Work shall be performed at any location within the City of Corpus Christi’s jurisdictional boundary and/or any location deemed affected by incidents occurring within the City of Corpus Christi’s jurisdictional boundary, which shall include incidents occurring and/or threatening waterways and/or waters of the State for which the City has the responsibility to protect through state issued permits. The work may be required on land, roadways, infrastructure, ditches, waterways, structures, objects, and other items determined to be affected by the incident. DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 PAGE 4 OF 4 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. DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Attachment B: Bid/Price SheetDocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Attachment C: Insurance Requirements 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 the 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 Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of cancellation, non-renewal, material change or termination required on all certificates and policies. 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 $1,000,000 Aggregate AUTO LIABILITY (including) 1. Owned 2. Hired and Non-Owned 3. Rented/Leased $1,000,000 Combined Single Limit WORKERS’S COMPENSATION (All States Endorsement if Company is not domiciled in Texas) Employer’s Liability Statutory and complies with Part II of this Exhibit. $500,000/$500,000/$500,000 DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 PROFESSIONAL LIABILITY (Errors and Omissions) $1,000,000 Per Claim (Defense costs not included in face value of the policy) 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. POLLUTION LIABILITY (Including Cleanup and Remediation) $1,000,000 Per Incident Limit $1,000,000 Aggregate 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 DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 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. 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. 2021 Insurance Requirements Ins. Req. Exhibit Contracts for General Services - Services Performed Onsite - Pollution - Professional Liability 02/04/2021 Risk Management – Legal Dept. DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 Page 1of 1 ATTACHMENT D: WARRANTY REQUIREMENTS No warranty is required therefore, Service Agreement 3480, Section 8, Warranty Requirements subsections 8(A)and (B) are hereby void. DocuSign Envelope ID: 28831D3D-F72B-4F7A-A404-A32403FF7AC0 DATE: April 20, 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 one-year service agreement with Great South Texas Corp, dba Computer Solutions of San Antonio, Texas, in an amount of $74,940.49 for the maintenance renewal for Cisco SmartNet for the Information Technology Department, effective upon issuance of a notice to proceed with FY 2021 funding available in the Information Technology Fund. SUMMARY: This motion authorizes a service agreement with Great South Texas Corp dba Computer Solutions for the maintenance renewal of Cisco SmartNet. This maintenance renewal will provide the necessary support for the City’s critical network infrastructure. BACKGROUND AND FINDINGS: Cisco SmartNet maintenance is required for critical network infrastructure which includes support and security updates for hardware and software. Cisco SmartNet includes 24-hour access to network technical assistance center engineers, device management, online technical resources, software updates and hardware replacements. The Cisco SmartNet renewal will ensure that the City of Corpus Christi has support for the critical network infrastructure. CISCO SmartNet Maintenance Renewal AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 PROCUREMENT DETAIL: The IT Department reached out to Contracts and Procurement to issue a contract through the DIR Purchasing Cooperative. Contracts awarded through the DIR Purchase Cooperative have been competitively procured, in compliance with Texas local and state procurement requirements. ALTERNATIVES: There is no alternative. The critical network infrastructure is a highly secure system that must be maintained and supported by Cisco Smartnet. FISCAL IMPACT: The fiscal impact for Information Technology Department in FY 2021 is an amount not to exceed $74,940.49 for a one-year agreement. This represents a 12% savings from the FY 2020 service agreement of $85,146.87, and a 16% savings from the current list price for these services of $89,214.87. FUNDING DETAIL: Fund: 5210 Info Tech Organization/Activity: 40430 IT Network Services Mission Element: 241 Provide Support Technology Infrastructure Project # (CIP Only): n/a Account: 530230 Equipment Maintenance RECOMMENDATION: Staff recommends approval of this motion authorizing a one-year service agreement with Great South Texas Corp, dba Computer Solutions. LIST OF SUPPORTING DOCUMENTS: Price Sheet Service Agreement City of Corpus Christi Price Sheet Sr. Buyer: Minerva Alvarado CISCO SmartNet Renewal DIR-TSO-1467 Item Description Qty Cost Total 1 CCWR - CISCO SmartNet Renewal 1 $74,940.49 $74,940.49 $74,940.49 Great South Texas Corp, dba Computer Solutions San Antonio, Texas Total Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 12, 2021 SERVICE AGREEMENT NO. 100648 CISCO SmartNet Renewal THIS CISCO SmartNet Renewal 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”). WHEREAS, Contractor has bid to provide CISCO SmartNet Renewal in response to Request for Bid/Proposal No. 100648 (“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 CISCO SmartNet Renewal (“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 one year, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Division, or the performance date listed in the notice to proceed, whichever is later. 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 in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $74,940.49, 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 must be mailed to the following address with a copy provided to the Contract Administrator: DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form March 12, 2021 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: Alan Carlos IT Department Phone: 361-826-3782 alancarlos@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. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form March 12, 2021 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 30 th 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: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 12, 2021 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Alan Carlos Assistant Director of IT 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361-826-3782 Fax: n/a IF TO CONTRACTOR: Great South Texas Corp, dba Computer Solutions Attn: David Jones Inside Sales Representative 814 Arion Parkway, Suite 101, San Antonio, TX 78216 Phone: 210-369-0318 Fax: 210-369-0389 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 DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 12, 2021 WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor’s failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner’s manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 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. DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 12, 2021 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. 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: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 12, 2021 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. 100648 Exhibit 2: Contractor’s Bid/Proposal Response DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Inside Sales Associate 3/25/2021 David Jones Page 1 of 1 Attachment A: Scope of Work Project Name: Cisco SmartNet Renewal Project Address: City of Corpus Christi, City Hall, 1201 Leopard Street, 1st Floor, Corpus Christi, Texas, 78401 Scope of Work: 1.The Contractor shall resell Cisco Smartnet that will provide support for enterprise Cisco software and hardware devices. 2.The Contractor shall resell Smartnet that will include device management, device support, online technical resources, software updates, and advanced hardware replacement. 3.The Contractor shall reference equipment covered in the SmartNet agreement Exhibit #1, Final_CoCC_2021-Smartnet_1YR_3.18.21.xls. 1 Cisco Smartnet Renewal: CCWR Quote# 451208802 See Xls Reference Doc - Network Tab 2 Cisco Smartnet Renewal: CCWR Quote# 451208802 See Xls Reference Doc - UCS Tab 3 Cisco Smartnet Renewal: CCWR Quote# 451208802 See Xls Reference Doc - Video Tab 4 Cisco Smartnet Renewal: CCWR Quote# 291736761 See Xls Reference Doc - Network_2 Tab DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 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 Mar 15, 2021 07:40 PM CDT Expiration Date 04/30/2021 Modified Date Mar 18, 2021 08:28 AM CDT Quote (Open) Doc # 1029137 - rev 1 of 1 Description Cisco Smartnet Renew 2021 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: DISCIS4167 - CISCO DIR-TSO-4167 EXP 7/3/21 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 1 Cisco Smartnet Renewal: CCWR Quote# 451208802 See Xls Reference Doc - Network Tab CISCO-SMARTNET $45,419.71 1 $38,152.56 $38,152.56 Note: DIR-TSO-4167 Cisco 16% Discount (1YR State/Local GOV) 2 Cisco Smartnet Renewal: CCWR Quote# 451208802 See Xls Reference Doc - UCS Tab CISCO-SMARTNET $19,494.47 1 $16,375.35 $16,375.35 Note: DIR-TSO-4167 Cisco 16% Discount (1YR State/Local GOV) 3 Cisco Smartnet Renewal: CCWR Quote# 451208802 See Xls Reference Doc - Video Tab CISCO-SMARTNET $8,541.00 1 $7,174.44 $7,174.44 Note: DIR-TSO-4167 Cisco 16% Discount (1YR State/Local GOV) 4 Cisco Smartnet Renewal: CCWR Quote# 291736761 See Xls Reference Doc - Network_2 Tab CISCO-SMARTNET $15,759.69 1 $13,238.14 $13,238.14 Note: DIR-TSO-4167 Cisco 16% Discount (1YR State/Local GOV) Notes See Xls Reference Doc: Final_CoCC_2021_Smartnet_1YR_3.18.2021 Thank you for the opportunity to provide this quote. . Subtotal: $74,940.49 Tax (.0000%): $0.00 Shipping: $0.00 Total: $74,940.49 (List Price: $89,214.87) Attachment B: Bid/Pricing Schedule Page 1 of 1 DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Attachment C: Insurance Requirements A.CONTRACTOR’S LIABILITY INSURANCE 1.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. 2.Contractor must furnish to the City’s Risk Manager and Contract Administer 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 Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE ERRORS & OMMISSIONS $1,000,000 Per Occurrence $1,000,000 Aggregate 3.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. B.ADDITIONAL REQUIREMENTS 1.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. 2.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. 3.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: Page 1 of 3 DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4.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 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5.Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6.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. 7.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. Page 2 of 3 DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 8.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. 9.It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2020 Insurance Requirements Ins. Req. Exhibit 7-B IT Contracts - Software Support, Configuration, Implementation or Maintenance 06/08/2020 Risk Management – Legal Dept. Page 3 of 3 DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 Attachment D: Warranty Requirements Warranty is not required for this agreement; therefore, section 8 - Warranty, subsection 8 (A) and 8 (B) is null and void. Page 1 of 1 DocuSign Envelope ID: 262E50D8-DAA2-4CFD-95E1-36BCE038CBC0 DATE: April 20, 2021 TO: Peter Zanoni, City Manager FROM: Richard Martinez, Director of Public W orks RichardM5@cctexas.com (361) 826-3419 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion authorizing the purchase of one replacement 2020 Gradall XL3100 wheeled excavator from Waukesha-Pearce Industries, Inc. of Corpus Christi, Texas for a total amount of $364,233.05, to be used for pavement repairs of City streets by the Department of Public Works, with FY 2021 funding available and included in the Vehicle and Equipment Replacement Fund. SUMMARY: This motion authorizes the purchase of one-wheel excavator to be utilized to excavate base and pavement repairs and/or utility cut restoration repairs across the 2,919 lanes miles that comprise the City of Corpus Christi’s street inventory. This unit will replace the one unit currently in Public Works’ Street Maintenance inventory. BACKGROUND AND FINDINGS: The Department of Public Works has identified a need to replace the Gradall XL3100 wheel excavator. This current unit has exceeded its useful life expectancy of ten years and 8,400 logged service hours. The unit is 16 years old with 11,327 logged service hours. The current unit is no longer operational since the repairs will exceed the value of the machine and it is awaiting disposition in the auction yard. In the past three years, on average this unit was utilized to restore an average of 14,110 utility pavement cuts to pre-pavement cut quality (the quality of the pavement prior to Utilities cutting into the street and excavating the street’s structural base layer) and an average of 149 base and pavement repairs annually. Due to the loss of this unit, street maintenance crews have had to delay base and pavement repairs and utility cut restorations during the first half of FY 2021. W ork is currently being completed with assistance from the new asphalt milling machine and a smaller paving unit. While the crew’s production is slowly trending upward, they are not meeting monthly performance goals like they would with a functional wheeled excavator. This unit will also be used by the base and pavement crew/operations. This unit also could be used in scenarios in which Purchase of One 2020 Gradall XL3100 Wheeled Excavator for Public Works AGENDA MEMORANDUM Action Item for the City Council Meeting of April 20, 2021 emergency trenching or excavating is needed, for example stormwater pipe replacements, cave- ins, etc. The 2020 Gradall XL 3100 wheeled excavator purchase includes an extended five-year warranty and in-person on-site employee training for all employees planned to utilize the unit in their normal day-to-day job responsibilities. PROCUREMENT DETAIL: This procurement is being facilitated through the Sourcewell Cooperative. Contracts awarded through the Sourcewell Cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. The percentage of saving on the Sourcewell Cooperative is $14,177.56 less than list price of $378,410.61. In view of this savings, this is the best method of purchase for the City for this Gradall XL3100 wheeled excavator unit. ALTERNATIVES: The alternative to purchasing the wheel excavator is to rent one. However, this will not be cost effective for the long-term, and the equipment may not be readily available when needed, if rented. FISCAL IMPACT: The FY 2021 fiscal impact of this purchase totals $364,233.05 for one 2020 Gradall XL3100 wheeled excavator unit to be funded through the FY 2021 Vehicle & Equipment Replacement Fund. FUNDING DETAIL: Fund: 5111 Vehicle & Equipment Replacement Fund Organization/Activity: 12431 Streets Fund Fleet Mission Element: 201 Manage Fleet Inventories Project # (CIP Only): N/A Account: 550020 Vehicles and Machinery Amount: $364,233.05 RECOMMENDATION: Staff recommends approval of the capital equipment purchase from Waukesha-Pearce Industries, Inc. for one 2020 Gradall XL3100 wheeled excavator unit. LIST OF SUPPORTING DOCUMENTS: Price Sheet CITY OF CORPUS CHRISTI Price Sheet Contracts and Procurement Purchase of One 2020 Gradall Excavator for Public Works Senior Buyer: Cynthia Perez Sourcewell Contract 040319-GRD Unit Extended Price Price 1 2020 Gradall XL3100 Wheeled Excavator 4X2 V Hydraulic Excavator, Remote, Highway Speed 1 EA. $364,233.05 $364,233.05 TOTAL:$364,233.05 Waukesha- Pearce Industries, Inc Corpus Christi, TX ITEM DESCRIPTION QTY.UNIT Council Presentation April 20, 2021 Public Works Department FY 2021 Equipment Replacement & Purchases 1 •Average Annual Production •Utility Cuts: 14,011 restorations •B&P Repairs: 149 repairs 2 Wheeled Excavator (21-0365) •Replacement for the only wheeled excavator in the Public Works fleet. •Services the department’s Street Maintenance activities. •Assists with Utility Cut Restorations and base and pavement repairs. 3 Department of Public Works Questions? AGENDA MEMORANDUM Action Item for the City Council Meeting of April 20, 2021 DATE: April 20, 2021 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services jeffreye@cctexas.com (361) 826-3851 Kevin Smith, Director of Aviation kevins4@cctexas.com (361) 289-0171 ext. 1213 Heather Hurlbert, CPA, Director of Finance heatherh3@cctexas.com (361) 826-3227 CAPTION: Motion awarding a Master Services Agreement to Garver, LLC, Corpus Christi, Texas, for planning, architectural, and professional engineering services for the Corpus Christi International Airport, in an amount not to exceed $7,500,000.00 for a five-year term, with FY 2021 funding available from grant funding and the Aviation Capital Fund. SUMMARY: This motion awards a Master Services Agreement (MSA) to perform professional engineering services for planning, architectural and professional engineering services for the Corpus Christi International Airport. The MSA will address airport system master planning, air noise compatibility planning, environmental assessments and preliminary studies. This will also include architectural, civil, geotechnical, structural, mechanical, and electrical engineering services. BACKGROUND AND FINDINGS: The Corpus Christi International Airport (CCIA) is owned, operated, and maintained by the City of Corpus Christi. The airport is located within the City Limits of Corpus Christi, Nueces County. CCIA has direct regional access from State Highway 44 and is five miles west of the Corpus Christi Central Business District. CCIA is made up of over 2,400 acres; 1,100 acres being inside the Airport Operations Area and classified as a non-hub, commercial service airport in the National Plan of Integrated Airports Master Services Agreement Professional Engineering Services for CCIA System. Airside facilities generally include, but are not limited to, runways, taxiways, connecting taxiways, airfield lighting, and navigational aids. The existing runway configuration at CCIA includes two runways. Runway 13-31 is oriented to the northwest-southeast and serves as the primary runway. It is 7,510 feet long and 150 feet wide. Runway 18-36 serves as the crosswind runway and is 6,080 feet long and 150 feet wide. The airport enplanes more than 340,000 passengers annually and experiences over 100,000 annual aircraft operations each year. Currently Engineering Services does not have an MSA for airport. The previous MSA with Garver expired on February 15, 2021. The expired MSA with Garver was for $1,500,000.00 for one year with three one-year renewal option for a total not to exceed $6,000,000.00. The proposed MSA is for a five-year term in an amount not to exceed $7,500,000.00. The MSA will support the approved Capital Improvement Program, and Operations & Maintenance projects. These projects include, but are not limited to, Terminal Improvements, Runway/Taxiway Rehabilitation, Aircraft Rescue Fire Fighting Station Apron Improvements, Quick Turn-Around Facility Improvements, Public Cell Phone Lot, CCIA Airfield Pavement Assessment, Airport Master Plan, and International Drive projects. Individual task orders will be negotiated and approved administratively to meet the project requirements. COMPETITIVE SOLICITATION PROCESS Garver, LLC was selected for the Professional Engineering Services for Corpus Christi International Airport in February 2021 under RFQ 3279. Eleven firms submitted under the RFQ and three firms were short listed for interviews. Garver, LLC was selected for this project. The selection committee was comprised with representatives from the Aviation Department and Engineering Services. The final evaluation ranked Garver, LLC the highest and recommended the firm as most qualified based on three factors: 1) experience of the firm, 2) experience of the team and qualifications, and 3) understanding of the scope of services. Garver, LLC has previously held an MSA with the Department of Aviation to provide professional engineering services and has supported numerous projects on the airfield including Multi-Phase Terminal and General Aviation Apron Rehabilitation Project, Airport Operating Area Perimeter Fencing Project, Taxiway “K” Reconstruction, Terminal Assessment, and other numerous projects. ALTERNATIVES: Not awarding this MSA would require Engineering Services to advertise, solicit, and award multiple smaller contracts significantly impacting support for aviation. FISCAL IMPACT: The fiscal impact for FY2021 is an amount not to exceed $7,500,000.00 with funding available from grant funding and the Aviation Capital Fund. Specific funding details will be determined at the time a task order is issued. FUNDING DETAIL: Not applicable. Funding details will be available once task orders are issued for the required work. RECOMMENDATION: Staff recommends approval of this motion to award this MSA to Garver LLC. in an amount not to exceed $7,500,000.00. LIST OF SUPPORTING DOCUMENTS: MSA for Professional Services Location and Vicinity Map 37 37 181 N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES PROFFESIONAL ENGINEERING SERVICES FOR CORPUS CHRISTI INTERNATIONAL AIRPORT Project Number: RFQ 3279LOCATION MAP NOT TO SCALE CITYWIDE PROJECT N CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES Project Number: RFQ 3279VICINITY MAP NOT TO SCALE PROFFESIONAL ENGINEERING SERVICES FOR CORPUS CHRISTI INTERNATIONAL AIRPORT CCIA AIRPORT AGNES ST. Page 1 Rev. 21-3 SERVICE AGREEMENT NO. 3279 MASTER SERVICE AGREEMENT FOR PROFESSIONAL SERVICES Corpus Christi International Airport (CCIA) 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 Garver, LLC, 3755 S. Capital of Texas Highway, Suite 325, Austin, Texas 7874-8810 (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 – OPINIONS OF COST ....................................................................................................... 4 ARTICLE V – INSURANCE REQUIREMENTS ....................................................................................... 5 ARTICLE VI - INDEMNIFICATION .......................................................................................................... 5 ARTICLE VII – TERM; RENEWALS; TIMES FOR RENDERING SERVICE ............................................ 5 ARTICLE VIII - TERMINATION OF AGREEMENT .................................................................................. 5 ARTICLE IX – RIGHT OF REVIEW AND AUDIT ..................................................................................... 6 ARTICLE X – OWNER REMEDIES ........................................................................................................ 7 ARTICLE XI – CONSULTANT REMEDIES ............................................................................................. 8 ARTICLE XII – CLAIMS AND DISPUTE RESOLUTION .......................................................................... 8 ARTICLE XIII – MISCELLANEOUS PROVISIONS .................................................................................. 9 EXHIBITS Page 2 Rev. 21-3 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 Notwithstanding any provision to the contrary, aside from Consultant’s direct subconsultants, Consultant shall not at any time supervise, direct, control or have authority over any contractor’s work, nor shall Consultant have authority over or be responsible for the means, methods, techniques, sequences, or procedures of construction selected or used by any such contractor, or the safety precautions and programs incident thereto, for security or safety at the project site, nor for any failure of a contractor to comply with laws and regulations applicable to that contractor’s services. Consultant shall not be Page 3 Rev. 21-3 responsible for the acts or omissions of any contractor for whom it does not have a direct contract. Consultant neither guarantees the performance of any contractor nor assumes responsibility for any contractor’s failure to furnish and perform its work in accordance with the construction contract documents applicable to the contractor’s work, even when Consultant is performing construction phase services. 1.10 Mandatory Contract Provisions for Airport Projects. Consultant must comply with all mandatory federal contract provisions for Professional Services (A/E) Contracts, included as Exhibit G. Consultant agrees to include the contract provisions in Exhibit G in each subcontract and require each subconsultant to include these contract provisions in all subcontracts. Consultant agrees to incorporate applicable requirements of the contract provisions in Exhibit G by reference for work done under any purchase orders, rental agreements or other agreements for supplies or services. 1.11 For projects that require subsurface utility investigation: 1.11.1 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. 1.11.2 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. 1.12 For project with potential utility conflicts: 1.12.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts. 1.12.2 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 $7,500,000.00. 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. 2.4.1 Principals may only bill at the hourly rate of Principals when acting in that capacity. Principals Page 4 Rev. 21-3 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. 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. 2.6 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. 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 – OPINIONS OF COST 4.1 The Opinion of Probable Cost (OPC) is computed by the Consultant and includes the total cost for construction of the Project. 4.2 The OPC does not include the cost of the land, rights-of-way or other costs which are the responsibility of the City. 4.3 Since Consultant has no control over a construction contractor’s cost of labor, materials or equipment, or over the contractor’s methods of determining prices, or over competitive bidding or market conditions, Consultant’s opinions of probable Project Cost or Construction Cost provided herein are to be made on the basis of Consultant’s experience and qualifications and represent Consultant’s best judgment as a design professional familiar with the construction industry, but Consultant cannot and does not guarantee proposals, bids or the construction cost shall not vary from the OPC prepared by Consultant. Page 5 Rev. 21-3 ARTICLE V – INSURANCE REQUIREMENTS 5.1 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. 5.2 Insurance Requirements are shown in EXHIBIT D. ARTICLE VI - INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees 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 (except from intellectual property provided by City), 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. ARTICLE VII – TERM; RENEWALS; TIMES FOR RENDERING SERVICE 7.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 7.2 This Agreement shall be applicable to Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 7.3 The term of this Agreement shall be for a period of five years beginning on the Effective Date, unless extended by authority of the City Manager or designee. 7.4 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 VIII - TERMINATION OF AGREEMENT Page 6 Rev. 21-3 8.1 By Consultant: 8.1.1 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. 8.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 8.2 By City: 8.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 8.2.2 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. 8.3 Termination Procedure 8.3.1 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. 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. 8.3.2 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 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. 8.3.3 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 IX – RIGHT OF REVIEW AND AUDIT 9.1 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 Page 7 Rev. 21-3 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. Except to the extent allowed under applicable law, notwithstanding anything in this Agreement, records shall not be provided related to lump sum services, unit prices, fixed fees or rates agreed upon to the extent the information contains Consultant’s proprietary financial information. 9.2 “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. 9.3 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. 9.4 Consultant shall use commercially reasonable efforts to include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE X – OWNER REMEDIES 10.1 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: 10.1.1 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. 10.1.2 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. 10.1.3 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 documents. 10.2 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. 10.3 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: Page 8 Rev. 21-3 (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, as part of Consultant’s existing, authorized fees; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant’s response. 10.4 During the bid phase for construction, 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. 10.5 The City may withhold or nullify the whole or part of any payment as detailed in Article II. ARTICLE XI – CONSULTANT REMEDIES 11.1 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. 11.2 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XII – CLAIMS AND DISPUTE RESOLUTION 12.1 Filing of Claims 12.1.1 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. 12.1.2 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. 12.1.3 The responsibility to substantiate a claim rests with the party making the Claim. 12.1.4 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. 12.1.5 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. Page 9 Rev. 21-3 12.2 Alternative Dispute Resolution 12.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.2.2 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. 12.2.3 Mediation 12.2.3.1 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. 12.2.3.2 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. 12.2.3.3 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. 12.2.3.4 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. 12.3 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. 12.4 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. 12.5 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. ARTICLE XIII – MISCELLANEOUS PROVISIONS 13.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Page 10 Rev. 21-3 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. 13.2 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 pursuant to or as a result of this Agreement, including contract documents (plans and specifications), drawings and submittal data; provided however, any and all underlying intellectual property, if any (unless provided by City), shall remain the property of Consultant such that Consultant may continue to perform its business in the normal course. 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. 13.3 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. 13.4 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. 13.5 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. 13.6 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. 13.7 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. 13.8 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. 13.9 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. Page 11 Rev. 21-3 13.10 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 13.11 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. 13.12 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. 13.13 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. 13.14 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. 13.15 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. 13.16 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 GARVER, LLC ________________________________ ________________________________ Michael Rodriguez (Date) Josh Crawford, P.E. (Date) Chief of Staff Texas Aviation Director 3755 S. Capital of Texas Highway, Suite 325 Austin, Texas 7874-8810 (512) 485-0014 jbcrawford@garverusa.com APPROVED AS TO LEGAL FORM Assistant City Attorney (Date) for City Attorney ATTEST Rebecca Huerta, City Secretary Master Services Agreement EXHIBIT A SCOPE OF SERVICES This Master Services Agreement will meet the ongoing needs of the approved Airport Capital Improvement Program and Operational & Maintenance Projects. Task Orders will be issued for the types of services listed below: 13.16.1 Planning Services This category includes studies under the broad headings of airport system and master planning, airport noise compatibility planning and environmental assessments and related studies. These studies include, but are not limited to, the following activities: • Design Study to establish framework and detailed work program. • Data Collection and facility inventories • Aeronautical forecasts and Demand/Capacity Analysis. • Facility requirements determination. • Airfield modeling for capacity and delay. • Airport layout and terminal plan development • Airport noise studies under 14 CFR parts 150 and 161. • Compatible land-use planning in the vicinity of airports. • Airport site selection studies. • Airport development schedules and cost estimates. • Airport financial planning and benefit cost analysis. • Participate in public hearings relating to airport development projects. • Airport business plans • Specific airport landside or airside plans • Air service studies • Environmental planning to include categorical exclusions and/or Environmental Assessments. 13.16.2 Architectural/Engineering Services The Contractor/Consultant shall provide basic A/E services normally required for airport development projects. These services are generally of an architectural, civil, geotechnical, structural, mechanical, and electrical engineering nature. In addition, there may be some services outside those normally considered basic. The basic services are usually conducted in, but are not limited to, the four distinct and sequential phases summarized below: 1. Preliminary Phase Master Services Agreement • Conferring with the City of Corpus Christi on project requirements, finances, schedules, early phases of the project, and other pertinent matters and meeting with FAA and other concerned agencies and parties on matters affecting the projects. • Planning, procuring, and/or prepare surveys, FAA Overall Development Objectives Sheets, geotechnical, engineering investigations and engineering studies for preliminary design • Develop design schematics, sketches, environmental and aesthetic considerations, project recommendations and preliminary layouts and cost estimates. 2. Design Phase • Conducting and attending meetings and design conferences to obtain information and to coordinate or resolve design matters. • Collecting engineering data and undertaking field investigation; performing architectural, engineering and special environmental studies. • Preparing engineering reports and recommendations. • Preparing detailed plans, specifications, cost estimates, and design/construction schedules. • Preparing construction safety plans. • Printing and providing necessary copies of engineering drawings and contract specifications. 3. Bidding Phase • Participate in the pre-bid conference to discuss scope of work and to answer scope questions • Review all questions concerning the bid documents and prepare any revisions to the plans, specifications and bid forms that may be necessary. • Assist the City of Corpus Christi in analyzing bid results and preparing conformed drawings and conformed Contract Documents. 4. Construction Phase • Provide consultation, represent the City of Corpus Christi at preconstruction conferences, inspect work in progress, review and approve shop drawings, review, analyze and approve lab results, prepare and negotiate change orders and agreements, review performance tests required, determine amounts owed to contractors, assist in preparing payment requests, make final inspections and submit punch-list, confer on warranty issues and review operations and maintenance manuals, etc. 13.16.3 Other 13.16.3.1 Airspace studies. Master Services Agreement 13.16.3.2 Project Programming and scoping. 13.16.3.3 Cost estimating. 13.16.3.4 FAA grant and PFC application preparation. 13.16.3.5 Geotechnical Testing. 13.16.3.6 Construction Materials Testing. 13.16.3.7 Land Acquisition 13.16.3.8 Project documentation and permitting processes. 13.16.3.9 Environmental Assessments for Land Acquisition. 13.16.3.10 Public Parking Enhancements. 13.16.3.11 Any other work which may arise from a reprioritization of projects or immediate airport needs. In addition to working on specific projects, the successful Contractor/Consultant will be expected to act as a staff member of the Department of Aviation to provide advice and assistance on engineering, planning, and other aviation-related matters. Partial List of CCIA Projects The City of Corpus Christi may choose at its discretion to delete, add, or change any of the projects listed below as needs dictate. 1. Terminal Improvements – This project includes multiple facets of the Terminal, including improvements to Passenger Boarding Bridges, Roof, Windows, Baggage Systems, Restrooms, Public Areas, Escalators, Elevators, Energy Management System, Cooling Towers, Security Issues and Street Repairs. 2. Runway / Taxiway Rehabilitation, Holding Positions - Improvements will consist primarily of milling and overlaying the pavement within the holding position where previous thermoplastic markings were installed for each connector taxiway approaching the runways. Cold tar application and pavement markings. 3. Aircraft Rescue Fire Fighting Station Apron Improvements - The project will consist of extending the vehicle apron surrounding the Aircraft Rescue Fire Fighting (ARFF) station, replace portions of damaged concrete panels. The existing apron has shown signs of deterioration and base failures and needs replacement. The apron extension will allow adequate clearance for the ARFF trucks to maneuver around the station and pull- through the bays verse backing up into the bays. 4. Quick Turn-Around Facility Improvements - The Quick Turn Around Facility (QTA) consolidates the airports' rental car maintenance and storage operations. The design will consist of a total remodel of the current facility which will include replacement of the car wash 5- Touch Brush System, Rinse Arch- Fresh Water System, Reverse Osmosis Rinse unit and associated equipment. The improved Quick Turn Around Facility (QTA) will be a LEED Certified Building consolidating the rental car maintenance and storage operations. The Master Services Agreement facility will allow the fueling, wash and vacuum, light maintenance, and storage of fleet rental car vehicles that service the Airport. 5. Public Cell Phone Lot/ TNC Staging - A “cell-phone lot” is a parking lot where people can wait for arriving passengers. The Transportation Network Company (TNC) Staging lot is a staging area for these company vehicles to park while awaiting their customer’s arrival. The purpose of these lots is to reduce traffic and wear and tear of airport roads created by vehicles continuously circling on airport roadways and congestion at airport terminal by providing another location for vehicles to wait until their passenger(s) notify them, via their personal communication devices, of their arrival and location. They were created as a solution to security measures to prevent cars from parking curbside when picking up passengers. Many airports currently offer this option for alleviating traffic congestion and improving security and safety. 6. CCIA Airfield Pavement Assessment (last updated in 2016) - This project is for Airport Pavement Management Program/Assessment (PMP) which includes collecting, analyzing, maintaining and reporting pavement data at Corpus Christi International as described in FAA Order 5100.38, Airport Improvement Program Handbook for Federally Funded Airports. The PMP assists airports in finding optimum strategies for maintaining pavements in safe serviceable condition over a given period for the least cost. The scope of the assessment will be divided into two parts: Part A – Inspection, testing, and evaluation of airside pavements for development of Pavement Condition Index (PCI) and Pavement Classification Number (PCN) values. Part A will include a 5-year pavement maintenance plan. Part B – Development of a maintenance training manual. Part B will include staff training on performing routine maintenance and updating PAVER Database. 7. Airport Master Plan /ALP Update - Airport Master Plan is a comprehensive study of Corpus Christi International Airport and describes short-, medium-, and long-term development plans to meet future aviation demand. CCIA's Master Plan was last updated in 2007. Federal Aviation Administration encourages updating Master Plans approximately every 5 years to reflect changing conditions. Master Plan will include Airport Layout Plan (ALP) Update and Part150 Noise Compatibility Study. 8. International Drive - This project is multi-year and may include the following: landscaping, plant trees, etc., long-term cell phone lot installation, monument sign, Business Park signage and frontage, wayfinding, art, dog park and rental car return road. Exhibit B Page 1 of 2 Consultant Proposal / Rate Sheet Each Task Order will be negotiated over the 5 year period according to FAA requirements. As applicable, Consultant will provide rate sheets with each T&M Tasks Order or sub -tasks within Task Orders. For 2021, Garver’s current rates are shown below. These will be negotiated annually with each task order and are subject to change. Garver 2021 Rates Engineers / Architects E-1……………………………………………………………………….. $141.00 E-2……………………………………………………………………….. $167.00 E-3……………………………………………………………………….. $196.00 E-4……………………………………………………………………….. $231.00 E-5……………………………………………………………………….. $284.00 E-6……………………………………………………………………….. $351.00 E-7……………………………………………………………………….. $409.00 Planners / Environmental Specialist P-1……………………………………………………………………….. $171.00 P-2……………………………………………………………………….. $202.00 P-3……………………………………………………………………….. $248.00 Designers D-1……………………………………………………………………….. $127.00 D-2……………………………………………………………………….. $144.00 D-3……………………………………………………………………….. $171.00 D-4……………………………………………………………………….. $200.00 Technicians T-1……………………………………………………………………….. $109.00 T-2……………………………………………………………………….. $148.00 T-3……………………………………………………………………….. $160.00 Surveyors S-1……………………………………………………………………….. $68.00 S-2……………………………………………………………………….. $81.00 S-3……………………………………………………………………….. $112.00 S-4……………………………………………………………………….. $153.00 S-5……………………………………………………………………….. $202.00 S-6……………………………………………………………………….. $236.00 2-Man Crew (Survey)…………………………………………… $257.00 3-Man Crew (Survey)…………………………………………… $311.00 2-Man Crew (GPS Survey)……………………………………. ……… $304.00 3-Man Crew (GPS Survey)……………………………………. ……… $357.00 Construction Observation C-1……………………………………………………………………….. $120.00 C-2……………………………………………………………………….. $151.00 C-3……………………………………………………………………….. $182.00 Exhibit B Page 2 of 2 C-4……………………………………………………………………….. $236.00 Administration X-1……………………………………………………………………….. $82.00 X-2……………………………………………………………………….. $104.00 X-3……………………………………………………………………….. $167.00 X-4……………………………………………………………………….. $197.00 X-5……………………………………………………………………….. $207.00 X-6……………………………………………………………………….. $246.00 COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date 01/01/2017 Sample form for: Payment Request AE Contract Revised 02/01/17 Total Current Previous Total Remaining Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees: Basic Services Fees Additional Services Fees Total of Fees 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 C Page 1 of 1 $1,000.00 $0.00 $0.00 $1,000.00 $2,000.00 $1,000.00 $0.00 $3,000.00 $500.00 $0.00 $250.00 $750.00 $2,500.00 $0.00 $1,000.00 $3,500.00 $6,000.00 $1,000.00 $1,250.00 $8,250.00 $2,000.00 $0.00 $0.00 $2,000.00 $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $1,627.00 $1,627.00 TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD $2,000.00 $1,120.00 $1,627.00 $4,747.00 $6,000.00 $1,000.00 $1,250.00 $8,250.00 $2,000.00 $1,120.00 $1,627.00 $4,747.00 $8,000.00 $2,120.00 $2,877.00 $12,997.00 $0.00 $1,000.00 $1,000.00 $1,000.00 $500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,000.00 $1,500.00 $2,500.00 $500.00 $0.00 $500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TBD TBD TBD TBD TBD TBD TBD TBD TBD $500.00 $0.00 $500.00 $1,000.00 $1,500.00 $2,500.00 $500.00 $0.00 $500.00 $1,500.00 $1,500.00 $3,000.00 $0.00 100.0% $1,500.00 50.0% $750.00 0.0% $3,500.00 0.0% $5,750.00 30.3% $1,500.00 25.0% $1,120.00 0.0% $1,627.00 0.0% TBD TBD TBD TBD TBD TBD $4,247.00 10.5% $5,750.00 30.3% $4,247.00 10.5% $9,997.00 23.1% 1 Exhibit D Page 1 of 3 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 insurance commensurate to the applicable scope of work 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) 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. 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 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. 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 Worker’s Compensation, and the professional liability/Errors & Omissions policies; 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. Notwithstanding, notice may be provided by Consultant where carriers refuse to provide to City. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance 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 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. CITY OF CORPUS CHRISTIDISCLOSURE OF INTEREST RFQ No. 3279 Professional Engineering Services for Corpus Christi International Airport Corpus Christi Code § 2-349, 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 next page for Filing Requirements, Certification and Definitions. COMPANY NAME: P. O. BOX:STREET ADDRESS: CITY:STATE:ZIP:- FIRM IS:1.Corporation 2.Partnership 3.Sole Owner4.Association 5.Other ____________________________________ DISCLOSURE QUESTIONSIf 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 Christiwhoworked 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 Garver, LLC 3755 S Capital of Texas Highway, Ste. 325 Texas Limited liability company Austin N/A N/A 78704 8810 x N/A N/A N/A Exhibit E Page 1 of 2 FILING REQUIREMENTSIf 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: Signature of Certifying Person: Date: DEFINITIONS a.“Board member.”A member of any board, commission, or committee of the city, including the board of any corporation created by the city. 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, whether under civil service or not, including part-time employees and employees of any corporation created by the city. 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. Michael Griffin, PE Senior Vice President 12/23/2020 Exhibit E Page 2 of 2 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 2 Article 2 – Preliminary Matters ..................................................................................................................... 8 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................... 8 Article 4 – Commencement and Progress of the Work ................................................................................ 9 Article 5 – Availability of Lands; Subsurface, Physical and Hazardous Environmental Conditions .............. 9 Article 6 – Bonds and Insurance ................................................................................................................. 10 Article 7 – Contractor’s Responsibilities ..................................................................................................... 10 Article 8 – Other Work at the Site ............................................................................................................... 10 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 10 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 11 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 13 Article 12 – Change Management .............................................................................................................. 13 Article 13 – Claims ....................................................................................................................................... 14 Article 14 – Prevailing Wage Rate Requirements ....................................................................................... 16 Article 15 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 16 Article 16 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 16 Article 17 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 16 Article 18 – Suspension of Work and Termination ..................................................................................... 16 Article 19 – Project Management ............................................................................................................... 16 Article 20 – Project Coordination ................................................................................................................ 16 Article 21 – Quality Management ............................................................................................................... 17 Article 22 – Final Resolution of Disputes .................................................................................................... 17 Article 23 – Minority/MBE/DBE Participation Policy .................................................................................. 17 Article 24 – Document Management .......................................................................................................... 17 Article 25 – Shop Drawings ......................................................................................................................... 17 Article 26 – Record Data ............................................................................................................................. 20 Article 27 – Construction Progress Schedule .............................................................................................. 21 Article 28 – Video and Photographic documentation ................................................................................ 21 Article 29 – Execution and Closeout ........................................................................................................... 21 Article 30 – Miscellaneous .......................................................................................................................... 22 EXHIBIT F Page 1 of 22 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term’s singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; EXHIBIT F Page 2 of 22 b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; EXHIBIT F Page 3 of 22 b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 17.12 or 17.13. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. EXHIBIT F Page 4 of 22 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. EXHIBIT F Page 5 of 22 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, EXHIBIT F Page 6 of 22 steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. EXHIBIT F Page 7 of 22 3.Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4.Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” o r “provide.” F.Contract Documents are written in modified brief style: 1.Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2.Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3.Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G.Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H.Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I.Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent B.Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. 3.02 Reference Standards Comply with applicable construction industry standards, whether referenced or not. 1.Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. EXHIBIT F Page 8 of 22 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. 3.03 Reporting and Resolving Discrepancies 3.04 Interpretation of the Contract Documents Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands 5.02 Use of Site and Other Areas 5.03 Subsurface and Physical Conditions 5.04 Differing Subsurface or Physical Conditions OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT’s obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer’s findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. EXHIBIT F Page 9 of 22 5.05 Underground Facilities The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer’s findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. ARTICLE 6 – BONDS AND INSURANCE ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES ARTICLE 8 – OTHER WORK AT THE SITE ARTICLE 9 – OWNER’S AND OPT’S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner’s Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. EXHIBIT F Page 10 of 22 9.06 Insurance 9.07 Modifications 9.08 Inspections, Tests, and Approvals A.OPT’s responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT’s Responsibilities A.The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A.OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A.Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 – OAR’S AND DESIGNER’S STATUS DURING CONSTRUCTION 10.01 Owner’s Representative A. OAR is Owner’s representative. The duties and responsibilities and the limitations of authority of OAR as Owner’s representative are described in the Contract Documents. 10.02 Visits to Site A.Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer’s visits and observations are subject to the limitations on Designer’s authority and responsibility described in Paragraphs 9.09 and 10.07. B.OAR is to observe the Work to check the quality and quantity of Work, implement Owner’s quality assurance program, and administer the Contract as Owner’s representative as described in the Contract Documents. OAR’s visits and observations are subject to the limitations on OAR’s authority and responsibility described in Paragraphs 9.09 and 10.07. EXHIBIT F Page 11 of 22 10.03 Resident Project Representatives A.Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives’ authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A.OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. 10.05 Shop Drawings, Modifications and Payments A.Designer’s authority related to Shop Drawings and Samples are described in the Contract Documents. B.Designer’s authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C.OAR and Designer’s authority related to Modifications is described in Article 11. D.OAR’s authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B.Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 16.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C.OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D.Contractor may appeal Designer’s decision by submitting a Change Proposal if Contractor does not agree with the Designer’s decision. 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities A.OPT is not responsible for the acts or omissions of Contractor’s Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor’s Team. EXHIBIT F Page 12 of 22 ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK ARTICLE 12 – CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work EXHIBIT F Page 13 of 22 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. Designer will issue a Modification per Article 11 if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. ARTICLE 13 – CLAIMS 13.01 Claims 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Claims by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. EXHIBIT F Page 14 of 22 C. Claims by Contractor that are not received within the time period provided by section 13.02(B) are waived. Owner may choose to deny such Claims without a formal review. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. D. Claims by Owner must be submitted by written notice to Contractor. E. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor’s job cost report. Provide additional documentation as requested by OAR. 2. Claims seeking an adjustment of Contract Time must include native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. F. Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor’s knowledge and belief, the relief requested accurately reflects the full compensation to which Contractor is entitled. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12, shall be referred initially to Designer for consideration and recommendation to Owner. H. Designer may review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the claim shall be deemed denied. J. The Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after a recommendation is issued by the Designer. EXHIBIT F Page 15 of 22 ARTICLE 14 – PREVAILING WAGE RATE REQUIREMENTS ARTICLE 15 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK ARTICLE 16 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK ARTICLE 17 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD ARTICLE 18 – SUSPENSION OF WORK AND TERMINATION ARTICLE 19 – PROJECT MANAGEMENT ARTICLE 20 – PROJECT COORDINATION 20.01 Work Included 20.02 Document Submittal 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. 20.04 Requests for Information A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. EXHIBIT F Page 16 of 22 ARTICLE 21 – QUALITY MANAGEMENT ARTICLE 22 – FINAL RESOLUTION OF DISPUTES ARTICLE 23 – MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 24 – DOCUMENT MANAGEMENT ARTICLE 25 – SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. 25.02 Quality Assurance 25.03 Contractor’s Responsibilities 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. EXHIBIT F Page 17 of 22 25.05 Special Certifications and Reports 25.06 Warranties and Guarantees 25.07 Shop Drawing Submittal Procedures 25.08 Sample and Mockup Submittal Procedures 25.09 Requests for Deviation 25.10 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor’s markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. EXHIBIT F Page 18 of 22 c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is “Approved as Noted,” but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted” and “Resubmit with corrections made.” These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. EXHIBIT F Page 19 of 22 Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E.Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.10.B that indicates that the Shop Drawing process is closed. F.Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. ARTICLE 26 – RECORD DATA 26.01 Work Included 26.02 Quality Assurance 26.03 Contractor’s Responsibilities 26.04 Record Data Requirements 26.05 Special Certifications and Reports 26.06 Warranties and Guarantees 26.07 Record Data Submittal Procedures 26.08 Designer’s Responsibilities A.Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1.Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2.Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3.Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B.Designer may take the following action in processing Record Data: 1.File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of “Filed as Received” and no further action is required on that Record Data. 2.Reject the Record Data for one of the following reasons: a.The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop EXHIBIT F Page 20 of 22 Drawing. The Record Data will be marked “Rejected” and “Submit Shop Drawing.” No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. b.The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked “Rejected” and “Revise and Resubmit.” Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” When Record Data is filed, no further action is required and the Record Data process will be closed. c.The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked “Rejected” and “Cancel -Not Required.” No further action is required and the Record Data process will be closed. C.Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” ARTICLE 27 – CONSTRUCTION PROGRESS SCHEDULE ARTICLE 28 – VIDEO AND PHOTOGRAPHIC DOCUMENTATION ARTICLE 29 – EXECUTION AND CLOSEOUT 29.01 Substantial Completion A.Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B.OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C.Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1.Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2.Correct the noted deficiencies in the Work. 3.Notify the Designer when the items of Work in the Designer’s notice have been completed. 4.OPT will revisit the Site and repeat the process. 5.Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6.Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. EXHIBIT F Page 21 of 22 29.02 Final Inspections A.Notify the Designer when: 1.Work has been completed in compliance with the Contract Documents; 2.Equipment and systems have been tested per Contract Documents and are fully operational; 3.Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4.Specified spare parts and special tools have been provided; and 5.Work is complete and ready for final inspection. B.OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C.Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D.Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E.Submit the Request for Final Payment with the closeout documents described in Paragraph 29.06 if notified that the Project is complete and the Work is acceptable. ARTICLE 30 – MISCELLANEOUS END OF SECTION EXHIBIT F Page 22 of 22 EXHIBIT G: FEDERAL REQUIREMENTS FEDERAL REQUIREMENTS TABLE OF CONTENTS Section No. Title FR-A1 Access to Records and Reports FR-A2 Affirmative Action Requirement (Not Applicable to this Contract) FR-A3 Breach of Contract FR-A4 Buy American Preference (Not Applicable to this Contract) FR-A5 Civil Rights - General FR-A6 Civil Rights - Title VI Assurance FR-A7 Clean Air and Water Pollution Control FR-A8 Contract Workhours and Safety Standards Act Requirements (Not Applicable to this Contract) FR-A9 Copeland “Anti-Kickback” Act (Not Applicable to this Contract) FR-A10 Davis-Bacon Requirements (Not Applicable to this Contract) FR-A11 Debarment and Suspension FR-A12 Disadvantaged Business Enterprise FR-A13 Distracted Driving FR-A14 Energy Conservation Requirements FR-A15 Equal Employment Opportunity (Not Applicable to this Contract) Section No. Title FR-A16 Federal Fair Labor Standards Act (Federal Minimum Wage) FR-A17 Lobbying and Influencing Federal Employees FR-A18 Prohibition of Segregated Facilities (Not Applicable to this Contract) FR-A19 Occupational Safety and Health Act of 1970 FR-A20 Procurement of Recovered Materials (Not Applicable to this Contract) FR-A21 Right to Inventions (Not Applicable to this Contract) FR-A22 Seismic Safety (Not Applicable to this Contract) FR-A23 Termination of Contract FR-A24 Trade Restriction Certification FR-A25 Veteran’s Preference END OF TABLE OF CONTENTS FEDERAL REQUIREMENTS: FR-A1 ACCESS TO RECORDS AND REPORTS The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the City, the Federal Aviation Administration, and the Comptroller General of the United States, or any of their duly authorized representatives, access to any books, documents, papers, and records of the Contractor which are directly pertinent to the specific Contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this Contract for a period of not less than three years after final payment is made and all pending matters are closed. Reference: 2 CFR § 200.333, 2 CFR § 200.336 & FAA Order 5100.38 FEDERAL REQUIREMENTS: FR-A2 AFFIRMATIVE ACTION REQUIREMENT NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A3 BREACH OF CONTRACT Any violation or breach of terms of this Contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this Contract or such other action that may be necessary to enforce the rights of the parties of this agreement. City will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the Contract. City reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the City elects to terminate the Contract. The City’s notice will identify a specific date by which the Contractor must correct the breach. City may proceed with termination of the Contract if the Contractor fails to correct the breach by deadline indicated in the City’s notice. The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. Reference: 2 CFR § 200 Appendix II(A) FEDERAL REQUIREMENTS: FR-A4 BUY AMERICAN PREFERENCE NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A5 CIVIL RIGHTS - GENERAL The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. Reference: 49 USC § 47123 FEDERAL REQUIREMENTS: FR-A6 CIVIL RIGHTS - TITLE VI ASSURANCE Compliance with Nondiscrimination Requirements During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR, part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor 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 its facilities as may be determined by the City or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Nondiscrimination provisions of this contract, the City will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contactor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with, litigation with a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • 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); • 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 USC § 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 of 1990, which prohibit 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 CFR parts 37 and 38; • The Federal Aviation Administration’s Non-discrimination 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 non- discrimination 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, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Reference: 49 USC § 47123 and FAA Order 1400.11 FEDERAL REQUIREMENTS: FR-A7 CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the City immediately upon discovery. The City assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceed $150,000. Reference: 2 CFR § 200, Appendix II(G) FEDERAL REQUIREMENTS: FR-A8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A9 COPELAND “ANTI-KICKBACK” ACT NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A10 DAVIS - BACON REQUIREMENTS NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A11 CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the Contractor certifies that neither it nor its principals is presently debarred or suspended by any Federal department or agency from participation in this transaction. The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction,” must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 FEDERAL REQUIREMENTS: FR-A12 DISADVANTAGED BUSINESS ENTERPRISE Contract Assurance (§26.13) - The Contractor or subcontractor 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 Contract, which may result in the termination of this Contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the City. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City. This clause applies to both DBE and non- DBE subcontractors. Reference: 49 CFR part 26 FEDERAL REQUIREMENTS: FR-A13 TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 “Text Messaging While Driving” (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. In support of this initiative, the City encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. Reference: Executive Order 13513 and DOT Order 3902.10 FEDERAL REQUIREMENTS: FR-A14 ENERGY CONSERVATION REQUIREMENTS The Contractor and subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq). Reference: 2 CFR § 200, Appendix II(H) FEDERAL REQUIREMENTS: FR-A15 EQUAL EMPLOYMENT OPPORTUNITY (E.E.O,) NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A16 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Reference: 29 U.S.C. § 201, et seq. FEDERAL REQUIREMENTS: FR-A17 CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an 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. (2) 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 this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub- grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. 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. Reference: 31 U.S.C. § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) and 49 CFR part 20, Appendix A FEDERAL REQUIREMENTS: FR-A18 PROHIBITION OF SEGREGATED FACILITIES NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A19 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. Reference: 20 CFR part 1910 FEDERAL REQUIREMENTS: FR-A20 PROCUREMENT OF RECOVERED MATERIALS NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A21 RIGHT TO INVENTIONS NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A22 SEISMIC SAFETY NOT APPLICABLE FOR THIS CONTRACT FEDERAL REQUIREMENTS: FR-A23 TERMINATION OF CONTRACT Termination for Convenience (Construction & Equipment Contracts) The City may terminate this Contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of City. Upon receipt of a written notice of termination, except as explicitly directed by the City, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the City all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the City to protect and preserve property and work related to this Contract that City will take possession. City agrees to pay Contractor for: a) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; b) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and d) reasonable and substantiated expenses to the Contractor directly attributable to City’s termination action. City will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the City’s termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this Contract. Termination for Default (Equipment) The City may, by written notice of default to the Contractor, terminate all or part of this Contract if the Contractor: 1. Fails to commence the Work under the Contract within the time specified in the Notice- to Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including any City approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; or 6. Becomes insolvent or declares bankruptcy. If one or more of the stated events occur, the City will give notice in writing to the Contractor and Surety of its intent to terminate the Contract for cause. At the City’s discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within 10 days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the City, the City has authority to acquire equipment by other procurement action. The Contractor will be liable to the City for any excess costs the City incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the City shall be at the Contract price. The City may withhold from amounts otherwise due the Contractor for such completed equipment such sum as the City determines to be necessary to protect the City against loss because of Contractor default. City will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the City, acts of another Contractor in the performance of a contract with the City, and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor's right to proceed, the City determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the City issued the termination for the convenience the City. The rights and remedies of the City in this clause are in addition to any other rights and remedies provided by law or under this Contract. Reference: 2 CFR § 200 Appendix II(B), FAA Advisory Circular 150/5370-10, Section 80-09 FEDERAL REQUIREMENTS: FR-A24 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the City if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the City cancellation of the Contract or subcontract for default at no cost to the City or the FAA. Reference: 49 USC § 50104 and 49 CFR part 30 FEDERAL REQUIREMENTS: FR-A25 VETERAN’S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. Reference: 49 USC § 47112(c) RFQ NO. 3279 - Professional Engineering Services for Corpus Christi International Airport Proposal Evaluation Garver, LLC.Woolpert, Inc.RS&H, Inc.Parkhill KSA Engineers Inc. Mead & Hunt, Inc. Ardurra Group, Inc. (dba LNV, LLC) Page Southerland Page, Inc. Geometrics Engineering P. S., Inc. CP&Y, Inc.Bluefin, LLC. MINIMUM QUALIFICATIONS (PASS/FAIL)Pass Pass Pass Pass Pass Pass Pass Pass Pass Pass Pass Licensing/Certification ✓✓✓✓✓✓✓✓✓✓✓ Minimum 10 years experience ✓✓✓✓✓✓✓✓✓✓✓ No material lawsuits during last 5 years ✓✓✓✓✓✓✓✓✓✓✓ No material regulatory issues last 5 years ✓✓✓✓✓✓✓✓✓✓✓ References Provided for firm ✓✓✓✓✓✓✓✓✓✓✓ TECHNICAL PROPOSAL (50 PTS)47.66 46.98 45.52 42.32 40.598 40.598 39.9 39.9 37.4 35.7 19.8 Firms' Experience (15 pts)14.4 14.8 13.6 14.1 12.2 11.6 12.1 13.2 10.8 11 5.6 Team's Experience (15 pts)14.2 14.6 13.8 12.4 11.8 11.8 12.6 12.5 11.4 11.9 5.6 Understanding of Project Scope (20 pts)19.1 17.6 18.1 15.8 16.6 17.2 15.2 14.2 15.2 12.8 8.6 INTERVIEW (50 PTS)48.4 42.8 42.2 N/A N/A N/A N/A N/A N/A N/A N/A Firms' Experience (15 pts)14.8 12.7 12.6 Team's Experience (15 pts)14.4 12.7 11.8 Understanding of Project Scope (20 pts)19.2 17.4 17.8 Total 96.1 89.8 87.7 42.3 40.6 40.6 39.9 39.9 37.4 35.7 19.8 DATE: April 20, 2021 TO: Peter Zanoni, City Manager FROM: Robert Rocha, Fire Chief rrocha@cctexas.com 361-826-3938 CAPTION: Resolution authorizing the submission of six grant applications to the Public Safety Office – Homeland Security Grants Division for the Homeland Security Grant Program to prevent terrorism and other catastrophic events for various functions of public safety, such as bomb squad detection, SWAT team improvement, firefighter protection, and hazmat response enhancements, in an amount of $698,797.42. SUMMARY: This resolution authorizes the Corpus Christi Fire Department (CCFD) to submit six grant applications for funding under the Homeland Security Grant Program in the amount of $698,797.42 to the Public Safety Office, Homeland Security Grant Division. The grant funds will support Fire and Police Department functions such as bomb squad detection, SWAT team improvement, firefighter protection, and hazmat response enhancements. BACKGROUND AND FINDINGS: The Homeland Security Grant Program issues grants on an annual basis in order to improve state and local efforts in responding to potential acts of terrorism and catastrophic events, purchasing advanced equipment, and providing enhanced training. Since 2002, the U.S. Department of Homeland Security has issued grants to the State of Texas, who in turn awards the grants to municipalities through the Homeland Security Grant Program. The City of Corpus Christi previously has received funds through this grant program. The City applied for and received funds from this grant for the past 19 years. For FY 2021, the City received $332,809.19 from this grant. CCFD is apply for six grants to fund the following six projects: 1) The Bomb Squad Portable Detection project will fund a portable X-ray unit and disruption devices to provide enhanced protection for the Corpus Christi Police Department (CCPD) bomb squad. 2) The Hazmat Response Enhancement grant will provide equipment that will improve the team’s capabilities. 3) The CCFD Safety Enhancement grant will provide personal protective equipment for firefighters to respond to high-risk incidents. 4) The CCPD SWAT Enhancement grant will provide search/detection equipment to increase the team’s safety and enhance capabilities. 5) Funding Authorization to submit six grant applications to the Public Safety Office – Homeland Security Grant Division by the Fire Department AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 for the CCPD Detection System will provide early detection and screening equipment for the bomb squad. 6) The Bomb Squad Safety Enhancement will provide the CCPD bomb squad with remote firing systems to enhance the safety of the members. Listed below are the projects that CCFD is submitting grant applications for and the funding amounts requested for each. Project Title Amount Requested Bomb Squad Portable Detection $70,940.40 Hazmat Response Enhancement $34,950.22 CCFD Safety Enhancement $272,238.00 CCPD SWAT Enhancement $191,664.00 CCPD Detection System $100,300.00 Bomb Squad Safety Enhancement $28,704.80 TOTAL REQUESTED $698,797.42 ALTERNATIVES: The alternative is to not submit the six grant applications and use the limited emergency response and security capabilities to fund the six projects. FISCAL IMPACT: There is no fiscal impact in FY 2021 with the submission of the grant applications. However, if awarded, grant monies will be appropriated in FY 2022. Funding Detail: Fund: N/A Organization/Activity: N/A Mission Element: N/A Project # (CIP Only): N/A Account: N/A RECOMMENDATION: Staff recommends authorizing the Fire Department to submit the six grant applications. LIST OF SUPPORTING DOCUMENTS: Agenda Memo Resolution Grant Numbers 4067702, 4079502, 4303301, 4308801, 4309001, 4309901 Resolution authorizing the submission of six grant applications to the Public Safety Office - Homeland Security Grants Division for the Homeland Security Grant Program to prevent terrorism and other catastrophic events for various functions of public safety, such as bomb squad detection, SWAT team improvement, firefighter protection, and hazmat response enhancements, in an amount of $698,797.42. WHEREAS, the City of Corpus Christi finds it in the best interest of the citizens of Corpus Christi that the Bomb Squad Portable Detection, Hazmat Response Enhancement, CCFD Safety Enhancement, CCPD SWAT Enhancement, CCPD Detection System, and Bomb Squad Safety Enhancement projects be operated for the year of 2022; WHEREAS, the City of Corpus Christi agrees to provide applicable matching funds for the said projects with the understanding that matching funds are not required by the Homeland Security Grant Program grant application; and WHEREAS, the City of Corpus Christi agrees that in the event of loss or misuse of the Public Safety Office funds, the City of Corpus Christi assures that the funds will be returned to Public Safety Office in full. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Council authorizes submission of grant applications to the Public Safety Office for the following projects: 1. Bomb Squad Portable Detection 2. Hazmat Response Enhancement 3. CCFD Safety Enhancement 4. CCPD SWAT Enhancement 5. CCPD Detection System 6. Bomb Squad Safety Enhancement SECTION 2. The City of Corpus Christi designates the City Manager, or designee, as the grantee’s authorized official. The authorized official is given the power to apply for, accept, reject, alter or terminate the grant on behalf of the applicant agency. Grant Numbers 4067702, 4079502, 4303301, 4308801, 4309001, 4309901 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: April 20, 2021 TO: Peter Zanoni, City Manager FROM: Miles Risley, City Attorney MilesR@cctexas.com (361) 826-3873 Josh Chronley, Interim Assistant Director of Contracts and Procurement JoshC2@cctexas.com (361) 826-3169 CAPTION: Motion to authorize a one-year service agreement for Broker of Record Services for Insurance for $100,000.00 per year, with Acrisure LLC dba Carlisle Insurance of Corpus Christi, Texas, with a right to renew for up to four additional years totaling up to $500,000.00, effective upon issuance of a notice to proceed, with FY 2021 funding up to $33,500.00 available through the Liability/Employee Benefits & Workers’ Compensation Fund. SUMMARY: The current Broker of Record Services contract for Property and Excess Liability and Workers’ Compensation Insurance is with Carlisle Insurance Agency. It expired on December 15 th, 2020 and was extended month-to-month until June 15th. The recent property renewal in May will conclude the five-year contract which started in 2015. The broker of record acts as a professional for the City and obtains underwriter bids from its available markets for property and liability insurance and obtains comparison quotes for insurance purchased from TML under our interlocal agreement. The City’s property program is a multi-layered program of more than 19 underwriters (insurance carriers). It covers Flood, Earth Movement, Wind, Named Storm, and Equipment Breakdown (Boiler/Machinery). Some of them are licensed insurance companies and some are out-of-state re-insurers. The City, through the Broker of Record agreement, also purchases multiple flood insurance policies for properties located within Special Flood Hazard Areas in FEMA Flood Zones Broker of Record Services for Insurance Legal Department AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 A and V through the National Flood Insurance Program (NFIP). NFIP premiums are, by law, paid directly to the broker of record. The following are the City’s current property coverages. The current policy expires on May 4th. Type Limit Deductible All Risk $ 250,000,000 $50,000 per occurrence Named Storm $ 150,000,000 2% of value. $100k min./$4m max Flood (incl. storm surge) $ 50,000,000 $100,000 per occurrence Wind / Hail $ 250,000,000 $ 50,000 per occurrence The City also purchases Excess Liability and Excess Workers’ Compensation through its broker of record agreement. The current policy will expire on October 1 st. The following is the current Excess Liability and Workers’ Compensation insurance limits and deductibles: Type Retention / Deductible Per Occurrence Limit Annual Aggregate Limit Workers’ Compensation $ 500,000 Statutory - General Liability $ 500,000 $5,000,000 $ 7,000,000 Employee Benefits Liability $ 500,000 $5,000,000 $ 7,000,000 Law Enforcement Liability $1,000,000 $5,000,000 $ 7,000,000 Public Officials Liability $ 500,000 $2,000,000 $ 7,000,000 BACKGROUND AND FINDINGS: The City’s Risk Management Division manages several insurance policies for the City which include Property, Excess Liability and Excess Workers’ Compensation. There are several other policies which are purchased through the Texas Municipal League Intergov ernmental Risk Pool (TMLIRP) that include Auto Physical Damage (high valued vehicles over $90,000), Mobile Equipment (heavy equipment), Auto Catastrophic, Crime and Employee Dishonesty, Airport Liability, Airport Excess and Excess Gas Utility Department which automatically renew under the Interlocal Agreement which the broker also assists in renewing by surveying other markets to ensure the City is receiving the best pricing per coverage. Prior to 2015, the City utilized requests for bids to obtain virtu ally all lines of insurance coverage (with the exception of coverage lines provided by Texas Municipal League (TML) Intergovernmental Risk Pool). In 2015, the City switched to procure property insurance coverage through the Broker of Record on a flat fee basis rather than the traditional contingency percentage basis. The City awarded a Broker of Record contract to Carlisle Insurance Agency effective January 1, 2016 for Property Insurance for one year with four one -year options to renew. On December 19, 2017, the City’s Broker of Record contract was amended to add broker of record services for Excess Liability and Excess Workers’ Compensation brokerage services. PROCUREMENT DETAIL: Contracts and Procurement conducted a Request for Proposal process to obtain qualified firms for Broker of Record Services for Insurance. The City received two submittals that continued through the evaluation process. The proposals were screened by a five -member evaluation committee composed of staff from the Legal, Finance and Human Resources for the minimum requirements on a pass/fail basis; and both firms passed to the next level of the evaluation process. The technical proposals were scored based on th e published evaluation criteria for maximum of 40 points. The two proposers were interviewed for a maximum of 40 points. The Proposer offering the lowest price received 20 points, the other proposers received a proportional share of the points based on the proration for their price to the lowest price provided. Based on the outcome of the evaluation, it is recommended that the contract be awarded to the highest scoring proposer, Acrisure LLC, dba Carlisle Insurance. ALTERNATIVES: In lieu of awarding this contract, the alternative is to return to procure each type of insurance through the RFP process. The use of the Broker of Record arrangement has advantages because the Tier I property insurance program is multi-layered and requires extensive knowledge and access to the underwriters, allowing repricing of policies based on modified limits and deductibles when the market spikes out of the City’s normal budgeted range. The City could, with substantial staff research and use of consu ltants, return to its old process of bidding out insurance. Returning to the markets after a 5 -year hiatus could lead to surprises in bids. The City’s coastal location requires multiple underwriters, complicating bid analysis. The lack of direct access to underwriter markets could lead to uncontrollable spikes in proposed premiums. FISCAL IMPACT: Risk Management included this expenditure in its Liability/Employee Benefits & Workers’ Compensation Funds 5611. The Risk Management fund i s an internal operating fund based on cost allocation to each department. Approval of this item is an annual reoccurring expenditure . FUNDING DETAIL: Fund: 5611 Liability/Employee Benefits & Workers’ Compensation Organization/Activity: 40520 Insurance Premiums Mission Element: 005 Process Claims Against City Project # (CIP Only): Account: 530000 Professional Services RECOMMENDATION: Staff recommends approval of this action item as presented. LIST OF SUPPORTING DOCUMENTS: Service Agreement Evaluation Matrix RFP 3468 Broker of Record Services for Insurance Maria Pedraza Proposal Evaluation Acrisure LLC, dba Carlisle Insurance McGriff, Seibels & Williams of Texas Inc. MINIMUM QUALIFICATIONS (PASS/FAIL)Pass Pass Licensing Employee assigned to City is Certified Minimum Property Insurance Premium Volume 10 Years in business No material lawsuits during last 5 years No material regulatory issues last 5 years References provided for firm TECHNICAL PROPOSAL (40 PTS)39.0 27.0 Ability to provide On-site Service (10 pts)10.0 2.0 Firm's Experience (10 pts)10.0 9.0 Team Identification (10 pts)10.0 6.0 Ability to Perform Project (10 pts)9.0 10.0 INTERVIEW (40 PTS)40.0 27.0 Ability to provide On-site Service (10 pts)10.0 2.6 Firms' Experience (10 pts)10.0 8.8 Team's Identification (10 pts)10.0 6.1 Ability to Perform Project (10 pts)10.0 9.5 PRICE (20 PTS)8.0 20.0 Total 87.0 74.0 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT Broker of Record Services CONTRACT NO. 3468 Acrisure LLC, dba Carlisle Insurance Service Agreement Exhibits A-J and Exhibit K are available upon request by contacting Contracts and Procurement, Maria Pedraza at 361.826.3176 or mariape@cctexas.com 1 SERVICE AGREEMENT NO. 3468 Broker of Record THIS Broker of Record Service Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”) and Acrisure LLC, dba Carlisle Insurance (“Broker"), effective upon execution by the City Manager or the City Manager’s designee (“City Manager”). WHEREAS, Broker has bid to serve as the City’s Broker of Record in response to Request for Bid/Proposal No. 3468 (“RFB/RFP”), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Broker’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 Broker agree as follows: 1.Scope. Broker will provide Broker of Record Services (“Services”) in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2.Term. This Agreement is for one year, 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 four additional one-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. At the end of the initial term or any renewal term after which the option is not exercised, this Agreement will automatically renew on a month-to-month basis for a period of up to one year unless terminated in accordance with Section 16 below. The pricing for the month-to- month renewals will be the same as the pricing for the final year of the Agreement with payment made monthly in accordance with Section 3 below. 3.Compensation and Payment. This Agreement is for an amount not to exceed $100,000.00, subject to approved extensions and changes. Payment will be made within 30 days of receipt of an acceptable invoice. Broker 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. The Broker may not receive any other remuneration for the Services from any other source. Invoices will be mailed to the following address with a copy provided to the Contract Administrator: 2 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: Gilbert M. Sanchez Legal Department (361) 826-373 Email: GilbertS2@cctexas.com 5.Insurance. (A) Before performance can begin under this Agreement, the Broker 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. 6.Warranty. Broker warrants that all Services will be performed in accordance with the standard of care used by similarly situated brokers performing similar services. 7.Special Duty of Broker. Broker has a duty to provide professional advice and counseling services to the City and to inform the City of policy terms and counsel the City on necessary coverages. 8.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. 9.Independent Contractor. Broker 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 Broker be considered an employee of the City. 3 10.Subcontractors. Broker may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Broker 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 Broker is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Broker. 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 Broker 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. 11.Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 12.Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 13.Taxes. The Broker 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. 14.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: Gilbert M. Sanchez Risk Manager 1201 Leopard St., Corpus Christi, TX 78401 Phone: (361) 826-3739 Fax: N/A IF TO BROKER: Acrisure LLC, dba Carlisle Insurance Attn: Chase Carlisle, CIC, CMIP,CPCU Vice President 500 N. Water St., Suite 900, Corpus Christi, TX 78401 Phone: (361) 884-2775 Fax: N/A 15.BROKER 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 4 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 BROKER OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE BROKER OR ITS EMPLOYEES OR AGENTS. BROKER 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 BROKER UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 16.Termination. (A) The City Manager may terminate this Agreement for Broker’s failure to comply with any of the terms of this Agreement. The Contract Administrator must give the Broker written notice of the breach and set out a reasonable opportunity to cure. If the Broker 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 Broker. The City Manager may also terminate this Agreement upon 24 hours written notice to the Broker for failure to pay or provide proof of payment of taxes as set out in this Agreement. 17.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. 18.Assignment. No assignment of this Agreement by the Broker, 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 Broker 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. 19.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. 5 20.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 Broker’s bid response (Exhibit 2). 21.Certificate of Interested Parties. Broker 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. 22.Governing Law. Broker 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. 23.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 Broker agrees that the contract can be terminated if the Broker knowingly or intentionally fails to comply with a requirement of that subchapter. 24.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. 6 BROKER Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI ________________________________________________ Josh Chronley Interim Assistant 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 Attachment C: Insurance Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB/RFP No. 3468 Exhibit 2: Broker’s Bid/Proposal Response Page 1of 12 ATTACHMENT A: SCOPE OF WORK 1. Background: A.Property 1.The City of Corpus Christi (City) is the county seat for Nueces County. Nueces County is considered a Tier One location on the Gulf Coast. The Broker of Record referred to herein as Contractor will be required to place the City’s Property Insurance Program which currently carries Property Insurance coverage including: All Other Perils, Flood, Earth Movement, Wind, Named Storm and Equipment Breakdown coverages. 2.The City’s Property Insurance Program is a layered program with admitted and non-admitted commercial carriers participating. In addition to traditional insured property (buildings and contents), the City’s schedule of insured property includes; wharves, docks, piers and fine arts. 3.The City also purchases flood insurance for property located wholly or partially within the Special Flood Hazard Areas (SFHA) as defined by the Federal Emergency Management Agency (FEMA) in Flood Zone A and Flood Zone V through the National Flood Insurance Program. 4.The City has experienced four large property damage losses in the last four years. The Texas State Aquarium is also a named insured on the City’s Property Insurance Program. Total Insured Values are estimated at $706,933,206. B.Excess Liability and Worker’s Compensation 1.The City currently carries Excess General Liability, Automobile Liability, Public Officials’ Liability & Employment Practices Liability, and Law Enforcement Liability layered above the liability limits established by the Texas Tort Claims Act. 2.The City was qualified as self-insured for liabilities other than Workers’ Compensation on October 1, 1983. The City of Corpus Christi has approximately 3,265 employees and carries Excess Workers' Compensation and Employer’s Liability coverage. The Contractor will provide Excess Liability and Workers’ Compensation insurance. 2. Contractor duties: A. General broker of record duties: Page 2 of 12 1.Contractor shall market the City of Corpus Christi to qualified insurance companies to include, but not limited to all known insurance markets and contacts and coordinate with underwriters. Carriers must have an A.M. Best rating of A- or higher as defined in the current edition of A.M. Best financial size category rating of VII, which must be maintained through the term of the contract. 2.Contractor shall negotiate renewals to obtain to most favorable rates and premiums, but NOT without consultation, participation, and concurrence of the City of Corpus Christi. 3.Contractor shall participate in audits, as requested by the City, to provide statistical and operational information to include, but not limited to, all aspects of a comprehensive, objective review of the received and processed claims to determine whether the claims are adjudicated according to contractual performance and industry standards. 4.Contractor shall provide unbiased information regarding the most advantageous insurance markets and insurance coverage options for selection by the City. 5.Contractor shall provide an appropriate timeline prior to renewal of the property insurance program to assist in the preparation of detailed underwriting submission data, statements of values, specifications, loss history summaries, and other information required by underwriters. Marketing shall include, but not be limited to; development of insurance specifications and underwriting criteria, development of Requests for Proposals in accordance with Chapter 252 of the Texas Local Government Code, canvassing insurance markets, reviewing suitable manuscript policies, and conducting negotiations on behalf of the City to secure the broadest coverage at the lowest available cost. 6.Contractor shall assist the City in the analysis and design of optimal insurance coverage and keep the City informed of significant property insurance market trends/conditions that may affect its insurance programs both positively and negatively. Contractor shall do so by conference calls and through property insurance industry, publications and reports, including but not limited to; (1) Insurance Market Reports, (2) Risk Alerts, (3) State of the Property Insurance Marketplace, (4) Market Watch Terrorism Insurance, and (5) Current Property Insurance publications. Page 3 of 12 7.Contractor shall assist the City in the analysis of insurance policy wording, structure the City's property insurance program to eliminate gaps/overlaps in coverage, and recommend limits and coverages in order to provide the City with the greatest amount of protection. Contractor shall provide the City with a copy of renewal specifications and other documents for review prior to their release to potential property insurance markets. 8.Contractor shall submit to the City a property insurance program renewal recommendation to include, but not be limited to, excess and surplus insurance, for review no later than forty-five days prior to the policy renewal date. 9.Upon City's award of coverage(s) and prior to delivery of policies, Contractor shall verify the accuracy and adequacy of all binders, policies, and endorsements to ensure that wording is complete and accurate, and that coverage is in compliance with specifications. Contractor shall provide the City a summary of any issue(s) found during the verification process and indicate how each issue(s) was resolved. 10.Contractor shall act in an advisory and consulting role to the City for the duration of the Broker contract to ensure that insurance carriers adhere to all terms and conditions negotiated by the Contractor and City. 11.Contractor shall review various City contracts including, but not limited to, Construction Contracts, A&E Contracts, Design Build Contracts, Professional Service Contracts, Lease Agreements, Right-of-Way Permits, Franchise Agreements, etc. Broker shall provide advice and recommendations regarding establishing minimum insurance requirements, review and tracking of Certificates of Liability Insurance and Fiduciary Bonds including Payment and Performance Bonds etc., when requested. 12.Contractor shall provide assistance with forecasting and budgeting of the annual property insurance premium by covered location. 13.Contractor shall assist the City with the entire claims process, from initial submittal to resolution of the claim(s). Contractor will work with the City's property insurance carriers, Federal Emergency Management Agency, and any other Federal, State or Local agency, throughout the duration of the claim. 14.Contractor shall act as the City's advocate in claim disputes and in obtaining reimbursements and settlements from insurance carriers. 15.Contractor shall provide response time for routine requests of less than 24 hours, i.e., certificates of insurance, insurance coverage requirements, etc. 16.Contractor shall attend meetings at the City of Corpus Christi with Risk Management staff and the City Council as reasonably necessary. 17.Contractor shall provide market analysis and comparison services for other insurance-type products purchased by the City, including, Texas Municipal League Intergovernmental Risk Pool (TMLIRP) Coverage. The City of Corpus Christi is also part of TMLIRP and carries Gas Utilities Excess, Airport Liability and Excess Auto Physical Damage for vehicles valued over $90,000, Auto Catastrophic coverage, Mobile Equipment and Animal Mortality. The Contractor will also provide an annual review of these policies to ensure they are competitive with the insurance market. If it is determined TMLIRP insurance products are not competitive, then the Contractor can solicit quotes which are competitive for review and acceptance if determined necessary. B.Property Insurance: 1.Contractor shall perform broker of record services to obtain property insurance for the City. Contractor shall review Property policy contractual provisions, assess financial strength and stability of insurance carriers, develop specifications for data loss reports, and respond to information requests from the City, and review claims and actuarial reports. 2.Contractor shall read, review and analyze the Property policy and identify areas of concern and recommend alternative solutions. 3.Contractor shall provide alternate limits and deductible structures when requested by the City. Current limits and Deductibles for these coverages are: Limits: All Risk - Named Storm - $250,000,000 (excluding Named Storm, Flood and Earthquake) $150,000,000 (including Flood, Storm Surge, Tidal Wave, Tsunami) Page 4 of 12 Page 5 of 12 Flood/Earthquake $50,000,000 Equipment Breakdown - $100,000,000 per breakdown Deductibles: Flood – $100,000 Except $500,000 each building and $500,000 in each building for contents in those locations wholly or partially within Flood Zones A and V. Named Storm - 2% of Total Insurable Values, per unit of insurance, at the time of the loss at each location involved in the loss or damages arising out of the Named Storm, subject to a minimum deductible of $100,000 and a maximum of $4,000,000 any one occurrence. All Other Perils & Wind - $50,000 Earth Movement - $50,000 /Earthquake Named Insured: The City of Corpus Christi and Texas State Aquarium Policy Term: One-Year Effective Date: 5/4/2022 4.Contractor shall place National Flood Insurance Program (NFIP) polices for specific City of Corpus Christi owned properties. 5.Contractor shall provide to the City immediately following renewal of coverage, a spreadsheet/graph depicting both the AOP and Named Storm carriers for each layer and the premium each carrier is charging. 6.Contractor shall assume oversight responsibilities for the next available May 4th property insurance renewal after the beginning of the Broker of Record contract effective date. 7.Contractor shall provide and collect other governmental Tier 1 property insurance program benchmark information upon request and assist the City with evaluating data in making prudent property insurance decisions. 8.Contractor shall provide current industry catastrophic modeling services for property insurance occurrences, particularly with respect to Named Storm. C.Excess/Umbrella Insurance Page 6 of 12 1.Contractor shall perform broker of record services to obtain Excess Liability and Workers’ Compensation insurance. Contractor shall review Workers’ Compensation contractual provisions, assess financial strength and stability of insurance carriers, develop specifications for data loss reports, and respond to information requests from the City, and review claims and actuarial reports. 2.Contractor shall read, review and analyze the workers’ compensation excess liability policy and identify areas of concern and recommend alternative solutions. 3.Contractor shall propose current coverage amounts. Contractor may propose additional optional self-insured retention amounts (SIRs) and Limits for Liability and Workers’ Compensation. 4.Current limits: Excess Liability, $5,000,000 per occurrence / $7,000,000 aggregate Excess Workers’ Compensation, Statutory, Employer’s Liability, $1,000,000 Current Self-Insured Retention: Excess Liability, $500,000 Excess Workers’ Compensation, $650,000 for Police, Fire, Gas Utilities Excess Workers’ Compensation, $500,000 for all other employees. Effective/Renewal Date: 10/01/2021 5.Contractor shall propose excess liability and workers’ compensation limit and deductible options at the instruction of the City of Corpus Risk Management Division whenever determined appropriate. 6.Contractor shall advise Risk Management whenever new coverages become available which address potential exposure and risk profile and provide recommendation of obtaining such coverage. 7.Contractor shall provide timely information about the current state of the property insurance marketplace, reviewing a variety of City contracts for assisting in the establishment of minimum insurance requirements, providing catastrophic modeling reports, on-site educational training sessions as Page 7 of 12 requested and providing feedback and advise concerning a wide range of risk management and insurance issues, etc. D.Valuation Services as Related to Property Insurance. If requested, Contractor shall provide property valuation update services during the first year of the Agreement as appropriate to be able to effectively approach the property insurance markets. Contractor may propose to subcontract these services to another entity. The property valuation services should be provided with backup information and be provided in a manner that may be used for future solicitations of insurance, regardless of broker. 3. Additional Background Information: A.City of Corpus Christi Risk Profile and Loss History 1.The City is committed to providing all statutory workers’ compensation benefits provided for by state law. The City also desires to control these costs to the greatest extent possible. The City’s current WC Third-Party Administrator is Sedgwick. Workers’ Compensation Claims information is attached as (Exhibit A). Texas Workforce Commission Sic Codes is attached as (Exhibit J). 2.The City has provided self-insured workers’ compensation for its employees since March 1, 1976. The current workforce is approximately 3,265 employees. During the last four years, the City has averaged approximately 727 workers’ compensation claims per year. 3.The Risk Manager conducts a monthly claims review with Workers’ Compensation Adjusters. 4.Safety Training, Loss Prevention and Loss Control services are provided “in- house” by the City’s Risk Management Division. (See Exhibit B) 5.The City does not have any employees who may be subject to the Longshoremen and Harbor Workers Act, Jones Act or Federal Employers’ Liability Act. 6.The City does not have any foreign operations but has a few employees who occasionally travel to foreign countries. 7.City operations involve exposure to heights in several areas that include but may not be limited to: firefighting and maintenance of City owned water towers. Page 8 of 12 8.The City does perform underground repairs of water, sewer and gas lines, but does not perform sub-aqueous or tunneling operations. Employees are trained on shoring and trenching and are also trained on the proper use of self-contained breathing apparatus annually. 9.The City does not engage in the manufacturing, transportation, distribution or storage of explosives or explosive substances. 10.The Annual Financial Report can be downloaded from the City’s website at www.cctexas.com. 11.Named Insured: The City of Corpus Christi, its boards, commissions, trustees, authorities, voluntary associations or other units under the jurisdiction of the City, and the City as its interest may appear in any board or association of which the City is a member. 12.The City operates utility services, except electric, and also operates two freshwater dams. Wesley Seale Dam is located near Mathis, Texas, and Choke Canyon Dam is located near Three Rivers, Texas. Both Dams are currently covered under Excess Liability policy. The City utility operations include water, wastewater, storm water, gas, and solid waste departments. The City owns and operates one solid waste landfill and monitors two closed solid waste landfills as well as the 101mile Mary Rhodes water pipeline. 13.The City owns two skate parks that are open to the general public. Skate parks are not supervised by City staff. 14.The City owns three splash pads that are open to the general public. Splash pads are not supervised by City Staff. 15.The City does not have any operations involving the repair or construction of watercraft or vessels, including work performed on barges or docks. The City does provide a limited hoist and transport service at the marina for vessels scheduled for repair or dry dock. The marina employees utilize a motorized, belted hoist to lift vessels out of the water and transport them a short distance across land to the repair/dry dock area. 16.The City does not own, operate, or maintain a railroad or own, lease, operate or repair railroad equipment. 17.The City operates a natural gas distribution system for the community, but does not manufacture, produce, or refine gas or other flammables. The Page 9 of 12 City's Gas Department operates a compressed natural gas fueling station. The City does store gasoline in underground storage tanks for its own use. The City currently maintains a separate Excess Liability insurance policy for its Gas Utility. This coverage is not for consideration in this RFP. The Gas Department’s most recent Gas Utility Audit is enclosed (See Exhibit D). 18.The City contracts out to third parties, for demolition of structures. 19.The Fire Department’s Emergency Driving Operations SOP is attached and is Exhibit G. 20.City does not provide group transportation for employees to or from the workplace. 21.The City’s current Comprehensive City’s operations include volunteer and donated labor, such as volunteer reserve police officers and senior volunteers. 22.The City owns watercraft used in connection with the bay areas, dams, and reservoirs as well as beach, Fire and Police rescue operations. Current listing of watercraft is provided in Exhibit C. 23.The City is not aware of any operations that may involve nuclear exposures. 24.The City is not subject to OSHA Hazard Communication standards. 25.The City’s Utility Department operations involve the hauling of materials germane to their operation that may include, but may not be limited to: gravel, sand, pipe, refuse, brush and sewer sludge. 26.City’s Risk Management staff maintains active membership in Public Risk Management Association (PRIMA) and Texas PRIMA. 27.The City has bond ratings for revenue bonds and general obligation bonds which include certificates of obligation. Each of the three rating agencies has assigned ratings for the City of Corpus Christi’s debt. For priority revenue bonds, the rating issued by Moody’s Investor Service was affirmed at Aa3; Fitch upgraded their rating to AA from AA-; and Standard and Poor’s affirmed their rating of AA-. For junior lien revenue bonds, the rating issued by Moody’s Investor Service was upgraded to Aa3 from A1; Fitch upgraded their rating to AA- from A+; and Standard and Poor’s is AA-. For general Page 10 of 12 obligation bonds (including certificates of obligation), the rating issued by Moody’s Investor Service is Aa2; Fitch is AA; and Standard and Poor’s is AA. 28.City currently utilizes Recordables database program to track self-funded Auto, Law Enforcement, Public Officials/Errors and Omissions, General Liability claims, lawsuits, payments, reserves and other financial information. 29.Currently, the total number of sworn police officers is 446. There are no part time police officers. The total number of unpaid reserve officers is 7. There are currently 5 patrol canines. The City operates its own in-house training academy for training police cadets, civilian police academy and provides ongoing in-service training for sworn officers and civilian personnel. All police officers are Texas Commission on Law Enforcement (TCOLE) certified. 30.Number of police vehicles by type: 168 marked units with computers, 33 marked units without computers, 5 unmarked unit with computer, 138 unmarked units without computers, 10 motorcycles, (see Exhibit E for complete list of all City vehicles). 31.The City’s Police Department has written policies in place regarding pursuits and use of force and Tasers (see Exhibit F). City’s Fire Department also has a written policy in place regarding Emergency Driving operations (see Exhibit G). 32.The City of Corpus Christi Magistration and Detention Center is located on the 1st floor of the Wilson Plaza Building, 615 Leopard, Suite 113. All individuals arrested by the Corpus Christi Police Department are taken to the detention center for processing. Most individuals are magistrated by a Municipal Court Judge. Magistration is conducted at the facility 24 hours a day, 7 days a week. The City currently staffs the facility with 18 full-time detention officers and 4 full-time detention supervisors. The average number of persons detained in the facility is 41 per week or 1,240 monthly and the average detention stay is less than 5 - 6 hours. Once processed and magistrated, disposition of arrested subjects is made by transfer to the Nueces County jail or released accordingly. 33.Corpus Christi Police Department has cooperative agreements with the FBI, DEA and Customs. They also participate in the Combined Task Force with the DEA. The City and Regional Transportation Authority purchased the 800 MGHZ shared radio communications system and have mutual agreements with Nueces County, City of Portland, City of Robstown, Nueces County Fire Page 11 of 12 Prevention District 1 & 2 and the Refinery Terminal Fire Company, and the Port of Corpus Christi. 34.The After Hour Kid Power Program is designed for working parents who need a safe environment for their children that would otherwise go home to an unsupervised house. Parks and Recreation Department offers a structured recreational program for youth in elementary school cafeterias. The program is state licensed with staff certified in standard first aid, infant, child and adult CPR, sexual abuse and molestation. Curriculum includes arts and crafts, tennis, drama, sports, games, educational projects, movies and weekly special events. 35.Number of employees involuntarily terminated in each of the last three fiscal years: FY2019-54, FY2018-46, and FY2017-105. 36.Fireworks displays, parades, vendors and special events require permits. Included in the permit process is obtaining certificates of insurance from the permittees. The number of fireworks displays range from 3 to 5 annually and the number of special events varies from 15 to 20 annually. 37.The City currently utilizes staff attorneys from the City Attorney’s office to handle litigation cases. This practice is intended to continue. Outside counsel in only hired in litigation matters of potential conflict of interest. 38.The City consists of 27 departments and has a workforce of approximately 3,265. The payroll for calendar year 2018-19 was $215,894,644 and for 2019- 2020 is $179,148,360. 39.Primary Auto/GL Claims are managed by two licensed staff adjusters to conclusion, except cases where litigation is pursued. Litigation cases are referred to staff attorneys in the City Attorney’s Office. 40.Excess GL and Auto Liability Loss Runs are attached as Exhibits H & I. 41.The City’s Statement of Property Values, Schedule of Insured Property is attached as Exhibit K. Page 12 of 12 Exhibits A through J are located in a separate file on the Supplier Portal: (http://www.cctexas.com/business/supplierportal) DATE: 03/10/2021 CARLISLE INSURANCE AGENCY PROPOSER CITY OF CORPUS CHRISTI Pricing Form CONTRACTS AND PROCUREMENT RFP 3468 Broker of Record Services for Insurance 1.Refer to "Instructions to Proposers" and Contract Terms and Conditions before completing proposal. 2.Provide your best price for each item. 3.In submitting this proposal, Proposer certifies that: I I I ! a. the prices in this proposal have been arrived at independently, without consultation, communication, or agreement with any other Proposer or competitor, for the purpose of restricting competition with regard to prices; b.Proposer 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.Proposer has incorporated any changes issue through Addenda to the RFP in this pricing. ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 1.0 ·Broker of Record -Property Insurance l YR $60,000.00 $60,000.00 2.0 Broker of Record -Excess Liability and l YR $40,000.00 $40,000.00 Workers Compensation 3.0 Broker of Record -Valuation services l YR INCLUDED IN INCLUDED IN as related to property insurance. I PROPERTY FEE PROPERTY FEE I Please provide the cost for years 2-5 I I if the option to renew for four one-I year renewals are exercised. If there I I would be a discount for a multi-year I initial term, please indicate on your I I response. I I I I I I !I � ____ j __ L�-� Pagel of 2 -- I I ! II II ATTACHMENT B: PRICE SCHEDULE Page 1 of 3 ATTACHMENT C: INSURANCE REQUIREMENTS 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 Administer 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. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE PROFESSIONAL LIABILITY (Errors and Omissions) $1,000,000 Per Claim (Defense costs not included in face value of the policy) 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. 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.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. Page 2 of 3 B.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 C.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: •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. D.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. E.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. F.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. G.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. Page 3 of 3 H.It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2020 Insurance Requirements Ins. Req. Exhibit - Professional Services – Broker of Record 12/28/2020 Risk Management – Legal Dept. Page 1of 1 ATTACHMENT D: WARRANTY REQUIREMENTS Broker warrants that all Services will be performed in accordance with the standard of care used by similarly situated brokers performing similar services. DATE: March 22, 2021 TO: Peter Zanoni, City Manager FROM: Miles Risley, City Attorney Milesr@cctexas.com (361) 826-3873 CAPTION: Resolution authorizing renewal of property insurance, including All Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance, through Carlisle Insurance Agency, Broker of Record, for upcoming policy year (May 5, 2021 - May 4, 2022) in exchange for annual premium of $3,526,444. SUMMARY: The current property insurance policy expires May 4, 2021. This will be a renewal under a six-month extension of the current Broker of Records Service agreement with Carlisle Insurance expiring June 1, 2021. Limits, coverage and deductible structures will remain as per expiring policy. BACKGROUND AND FINDINGS: The City’s Property Insurance Program currently carries property insurance coverage including: All Other Perils, Flood, Earth Movement, Wind, Named Storm and Equipment Breakdown (Boiler/Machinery). The City’s property insurance program is a multi-layered program comprised of participating admitted and non- admitted commercial insurance carriers. In addition to traditional insured property (buildings and contents), the City’s schedule of insured property includes other specialty insurance type risks: wharves, baseball stadium, docks, piers and fine arts. The City also purchases through our broker of record agreement flood insurance for property located wholly or partially within the Special Flood Hazard Areas (SFHA) as defined by the Federal Emergency Management Agency (FEMA) in Flood Zone A and V through the National Flood Insurance Program that is not included in this amount). This year the city conducted a property assessment at the request of our carriers, to provide a more accurate value assessment of each structure at each location in order to secure quotes from current carriers The result of the survey increased Total Insured Values (TIV) for Policy year 2021-22 to $761,086,240, representing a $55,003,034 or a 7.79% increase over last year’s TIV. Further, worldwide catastrophic events the last five years continue to increase rates at same levels seen after Hurricanes Katrina and Rita, although there seems to be some indication that property markets Renewal of Property Insurance AGENDA MEMORANDUM Action Item for the City Council Meeting April 20, 2021 may be stabilizing, this, however, is contingent upon the forecast and outcome of the upcoming Hurricane season. Another factor in the rate and premium increase is that the City has sustained property losses for Hurricane Harvey, Hurricane Hannah and the recent Winter storm Uri which are still open claims. FY17-18 FY18-19 FY19-20 FY20-21 FY21-22 Total Insured/Value $ $707,244,943 $703,725,410 $704,560,606 $706,083,206 $761,086,240 (7.79% increase) Property Rate (per $100 value) Includes recommended option $0.2761 $0.2851 $0.3115 $0.4029 $0.4633 (14.99 % rate increase) Property premium (primary/excess/) $1,952,915 $2,095,849 $2,180,216.15 $2,829,739 $3,505,755 Premium +/- $48,835 (2.4% decrease from previous yr.) $157,565 (7.3% increase from previous yr.) $85,367 (4% increase from previous yr.) $691,239 (31.7% increase from previous yr.) $681,879 (23.97% increase from previous yr.) Limits/All Risk $250,000,000 $250,000,000 $250,000,000 $250,000,000 $250,000,000 Named Storm $150,000,000 $150,000,000 $150,000,000 $150,000,000 $150,000,000 Flood/ Earth Movement $ 50,000,000 $ 50,000,000 $ 50,000,000 $ 50,000,000 $ 50,000,000 Coverage/Peril Deductible Deductible Deductible Deductible Deductible All Risk $50,000 per occur. $50,000 per occur. $50,000 per occur. $50,000 per occur. $50,000 per occur. Flood (storm surge incl.) $100,000 per occur. $100,000 per occur. $100,000 per occur. $100,000 per occur. $100,000 per occur. Named Storm 2% Total Insurable values at the time of the loss at each location involved in the loss or damage arising out of the named storm subject to a minimum of $100,000 any one occurrence and max. of $4,000,000 any one occurrence 2% Total Insurable values at the time of the loss at each location involved in the loss or damage arising out of the named storm subject to a minimum of $100,000 any one occurrence and max. of $4,000,000 any one occurrence. 2% Total Insurable values at the time of the loss at each location involved in the loss or damage arising out of the named storm subject to a minimum of $100,000 any one occurrence and max. of $4,000,000 any one occurrence. 2% Total Insurable values at the time of the loss at each location involved in the loss or damage arising out of the named storm subject to a minimum of $100,000 any one occurrence and max. of $4,000,000 any one occurrence. 2% Total Insurable values at the time of the loss at each location involved in the loss or damage arising out of the named storm subject to a minimum of $100,000 any one occurrence and max. of $4,000,000 any one occurrence. Wind/Hail $50,000 per occur $50,000 per occur $50,000 per occur $50,000 per occur $50,000 per occur Earth Movement $50,000 per occur $50,000 per occur $50,000 per occur $50,000 per occur $50,000 per occur Optional Coverage Equipment Breakdown ---------------- $14,631 $14,465 $14,826 $20,677 Total: $2,110,480 $2,194,681 $2,844,565 $3,526,444 Risk Management will employ the following strategies to stabilize increasing premiums:  continue to refine the schedule of properties to lower the total insured values, and  revise the property deductible structure and lower coverage limits for different perils. ALTERNATIVES: Risk Management and Legal Department personnel extensively examined options to reduce coverage by increasing deductibles. Major increases to the City’s deductible yielded relatively small savings to the current premium. An increase in the general deductible from $50,000 to $250,000, coupled with an increase in the named storm deductible from 2% per unit to 3% per unit and from $100,000 aggregate minimum to $1,000,000 minimum yielded a premium reduction of less than $200,000. Nonetheless, significant increases in deductible will be considered in the upcoming policy year as a method of reducing the number of claims the City makes. Another alternative that must always be considered is eliminating coverage entirely. We recommend against going bare at this time. The City of Corpus Christi Risk Fund is not actuarially calculated to insure against large catastrophic losses. Such an increase in risk could adversely affect risk perceived by entities that purchase the City’s debt instruments, increasing the City’s borrowing costs. FISCAL IMPACT: Risk Management included this expenditure in its FY 2021-2022 budget. The Risk Management fund is an internal operating fund based on departmental property value cost allocation to each department. Approval of this item is an annual reoccurring expenditure to limit the City’s financial exposure under its current property insurance program. FUNDING DETAIL: Fund: Fund 5611-Liab/EB Liab; Fund 1140-Business Job Dev; Fund 4710-Visitor Facility Organization/Activity: Org. 40520-Ins Policy Premiums; Org.13826-Baseball Stadium; Org. 13625-Arena Operations; Org. 13600-Convention Center/Auditorium Operations; Mission Element: 005, 734, & 734 Project # (CIP Only): Account: 537090-Flood Ins., 537095-Windstorm Ins., & 537420-Property Ins. RECOMMENDATION: Staff recommend the City renew its property insurance as illustrated above as per expiring with the same coverage, limits, sub- limits, deductible structure and policy terms and conditions. LIST OF SUPPORTING DOCUMENTS: Resolution Historical TIV Cost graph Historical Property Rate graph City of Corpus Christi 5 year Property Loss History Page 1 of 3 Resolution authorizing renewal of property insurance, including All Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance, through Carlisle Insurance Agency, Broker of Record, for upcoming policy year (May 5, 2021 – May 4, 2022) in exchange for annual premium of $3,526,444. WHEREAS, the City utilizes its broker of record to obtain property insurance including All Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance for protection of the public health or safety of the municipality’s residents; WHEREAS, the current coverages are subject to renewal as of May 5, 2021; WHEREAS, State law provides that such procurements, as outlined above, are subject to statutory procurement requirements, including competitive bids, unless an exception applies; WHEREAS, the City Council finds that this procurement of property insurance qualifies as an exception to competitive bidding under Local Government Code, Section 252.022(a)(2), as this procurement is necessary to preserve or protect the public health or safety of the municipality's residents; and WHEREAS, the City Council also finds that this procurement is authorized pursuant to Texas Local Government Code Section 252.024, which authorizes a sole broker of record to procure necessary coverages for insurance. 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 renew property insurance (subject to changes in listed properties), including All Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance, through the City’s Broker of Record, Carlisle Insurance Agency, for the upcoming policy year (May 5, 2021 through May 4, 2022) in exchange for an annual premium in the amount of $3,526,444. ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 2 of 3 Page 3 of 3 Corpus Christi, Texas _________ day of ___________________, 20____ The above resolution was passed by the following vote: Paulette M. Guajardo _______________________ Roland Barrera _______________________ Billy Lerma _______________________ John Martinez _______________________ Gil Hernandez _______________________ Michael Hunter _______________________ Ben Molina _______________________ Mike Pusley _______________________ Greg Smith _______________________ ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette Guajardo City Secretary Mayor PROPERTY INSURANCE HISTORICAL TIV & COST $503.0M $549.4M $553.2M $565.0M $581.9M $627.3M $696.4M $707.3M $703.7M $704.6M $706.1M $761.1M $2,673,799 $2,583,811 $2,737,024 $2,976,323 $2,860,695 $2,752,388 $2,001,750 $1,952,915 $2,110,849 $2,194,681 $2,844,565 $3,526,444 $0 $500,000 $1,000,000 $1,500,000 $2,000,000 $2,500,000 $3,000,000 $3,500,000 $4,000,000 $.0M $100.0M $200.0M $300.0M $400.0M $500.0M $600.0M $700.0M $800.0M TOTAL COSTPROPERTY TOTAL INSURED VALUESPROPERTY TIV TOTAL COST M Coipui = Chrisli PROPERTY INSURANCE HISTORICAL RATES SO.GUOO S0.5300 S0.5300 S0.4900 $0.4900S0.470030.5000 S0.4633 S0.4384 i $0.4029 S0.4000 i $0.3115 !$0.2875lU 5 S0.3000 $0.2851$0.2761ct i I S0.2000 i SO.’000 so.oooo 0"^-\eu^ l\\V-\ 1 TOTAL PROPERTY RATE CARLISLE ((iI N 5 \ N C E AGENDA MEMORANDUM Resolution for the City Council on April 20, 2021 DATE: March 23, 2021 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 Ruben Perez and Belinda Perez to provide public water to their property located outside the city limits described as Lots 1 and 2, Block 1, El Caballo Subdivision, also commonly known by its street addresses as 7241 Old Brownsville Rd (FM 665) and 7273 Old Brownsville Rd (FM 665), located nearest City Council District 3, under Corpus Christi Code Section 55-113. SUMMARY: Ruben Perez and Belinda Perez the owners of the lots located at 7241 Old Brownsville Rd (FM 665) and 7273 Old Brownsville Rd (FM 665), have submitted a request to enter into OCL water contract in accordance with section 55-110 of the City Code of Ordinances. This request is for a single-family home property located within the ETJ on FM 665 Rd. BACKGROUND AND FINDINGS: Mr. and Mrs. Perez will be building a new home outside city limits, at 7241 Old Brownsville Rd (FM 665) upon approval of the OCL Water Contract and will be building the second home at 7273 Old Brownsville Rd (FM 665) at a future date. They are requesting city water service via an OCL water contract. Mr. and Mrs. Perez are requesting an OCL water contract with the City to provide a stable and sustainable water source for their home and family. Mr. and Mrs. Perez have platted their property as required under section 55-110 of the City Code of Ordinances and have paid the required developer water acreage fees and will pay the required tap fees prior to obtaining a water meter and connecting to city water service for both homes. There is an existing 6-inch water line that fronts the applicants’ property and runs north along FM 665 Rd and there are 2 fire hydrants that front the applicants’ property. To obtain public water, Mr. and Mrs. Perez must comply with section 55-113 of the City Code of Ordinance and meet the following requirements: Outside City Limits Water Contract for El Caballo Subdivision a. Enter into a written service contract with the city; b. Submit building plans which comply with all city codes and obtain all city permits as if the property were within the city limits for all future improvements on the residence; and c. Allow inspection of all such building construction. Water connection will not be approved until after the water service contract has been approved 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. El Caballo Subdivision was approved by the Planning Commission on January 20, 2021 and recorded in the Nueces County map records on March 17, 2021. El Caballo Subdivision is located south of Saratoga Blvd. and the corner of Old Brownsville Rd (FM 665) and FM 763. Staff recommends City Council approve authorizing the City Manager or designee to enter into outside city limits water contracts with the property owners 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 the request. 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 Mr. and Mrs. Perez for their two property lots located at 7241 Old Brownsville Rd (FM 665) and 7273 Old Brownsville Rd (FM 665) 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 Ruben Perez and Belinda Perez to provide public water to their property located outside the city limits described as Lots 1 and 2, Block 1, El Caballo Subdivision, also commonly known by its street addresses as 7241 Old Brownsville Rd (FM 665) and 7273 Old Brownsville Rd (FM 665), located nearest City Council District 3, 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(s) of Lots 1 and 2, Block 1, El Caballo Subdivision, also commonly known by its street addresses as 7241 Old Brownsville Rd (FM 665) and 7273 Old Brownsville Rd (FM 665), 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: ATTEST: CITY OF CORPUS CHRISTI __________________________ _______________________ Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Paulette M. Guajardo _____________________________ Roland Barrera _________________________ Gil Hernandez ____________________________ Michael Hunter _________________________ Billy Lerma ____________________________ John Martinez ____________________________ Ben Molina _________________________ Mike Pusley ____________________________ CR 49ACR 32 FM 763F M 6 6 5 O L D B R O W N S V IL L EFM 763Ü01,0 00 2,0 00500Feet F M 6 6 5 FM 763CR 32 CR 26 CR 37CLARKWOODSARATOGA CR 35CR 49AOLD BROWNSVILLEJOE MIREURSite Exhibit "A" El Caballo SubdivisionBlock 1 Lots 1 & 2 Date Created: 3/24/2021Prepared By: ReyRDepartment of Development ServicesProjected Coordina te Sy ste m: NAD_1983 _State Plane_Texas _South_FIPS_4205 _FeetProjection: Lambert_Conformal_Conic Water Contract Location Map City Limits Subject Property City Council Presentation April 20, 2021 El Caballo Subdivision 7241 Old Brownsville Rd (FM 665) and 7273 Old Brownsville Rd (FM 665) Lots 1 and 2, Block 1 Ruben and Belinda Perez OUTSIDE CITY LIMITS WATER CONTRACT SERVICE AGREEMENT VICINITY MAP N 1 2 FM 763 FM 665 7241 Old Brownsville Rd and 7273 Old Brownsville Rd PLAT OF EL CABALLO SUBDIVISION 7273 7241 AERIAL MAP NFM 665 FM 7634” CIP Water Line 6” CIP Water Line FH 6” CIP Water Line Approval This request is in compliance with the City Code of Ordinances Sections 55-110 STAFF RECOMMENDATION DATE: March 18, 2021 TO: Peter Zanoni, City Manager peterz@cctexas.com 361-826-3220 FROM: Daniel McGinn, AICP, Director of Planning and ESI Danielmc@cctexas.com 361-826-7011 CAPTION: Public Hearing to discuss the annexation of London Pirate Road (formerly County Road 33), being approximately 3.733 acres of land from FM 43 (Weber Road) to the North approximately 1.027 miles, with the City of Corpus Christi currently having an area of 489 sq. miles. SUMMARY: On August 11, 2020, the City entered an Interlocal Agreement with Nueces County for the reconstruction and annexation of CR 33 (London Pirate Road) in the London area. The Interlocal Agreement outlined that Nueces County, and the City of Corpus Christi would share the costs of improving the road with the City taking over ownership and maintenance. The road work has now been completed and the City can move forward with the annexation proceedings to fulfill the requirements of the Interlocal Agreement. BACKGROUND AND FINDINGS: State law requires cities to prepare a service plan for an area before it can be annexed. The Service Plan outlines how the city will provide services for the subject property. The Service Plan for London Pirate Rd. (CR 33) will be limited to services related to the roadway while most service plans are developed to include multiple different types of land uses. The joint City/County road project improved 2,200 linear feet of London Pirate Rd. (CR 33) from the intersection with FM 43 to the rear of the new London ISD Elementary School making it a two- lane road. The existing conditions of London Pirate Rd. (CR 33) are not adequate to support the school traffic and projected development in the area recently annexed by the City. This annexation will include the segment of London Pirate Rd. (CR 33) improved under the Interlocal Agreement and a portion north totaling 5,420 linear feet. The northern portion of London Pirate Rd. (CR 33) runs adjacent to a recently annexed residential development Public Hearings on Annexation of approximately 3.733 acres of land – London Pirate Road (formerly County Road (CR 33), North from Farm to Market Road (FM) 43 (Weber Road) AGENDA MEMORANDUM First Public Hearing for the City Council Meeting of April 13, 2021 Second Public Hearing for the City Council Meeting of April 20, 2021 (London Towne Subdivision) and proposed Agape Ranch development. The City’s developer trust fund system recently helped pay for a wastewater lift station as part of the London Towne Subdivision, opening approximately 1,000 acres immediately east and west of London Pirate Rd. (CR 33) to public sewer service making higher density single family development possible. Staff is expecting development of this area to continue with more annexations in the very near future. London Pirate Rd. (CR 33) will be the primary access point out to FM 43 (Weber Rd.). ALTERNATIVES: No alternatives were considered for this request. FISCAL IMPACT: There is no financial/fiscal impact associated with this ordinance. Funding Detail: Fund: N/A Organization/Activity: N/A Mission Element: N/A Project # (CIP Only): N/A Account: N/A RECOMMENDATION: No decision about the annexation is being made today. LIST OF SUPPORTING DOCUMENTS: Exhibit Map: London Pirate Rd. (CR 33) Annexation Area Map Agenda Memo Presentation Service Layer Credits: Sources: Esri, HERE,Garmin, USGS, Intermap, INCREMENT P,NRCan, Esri Japan, METI, Esri China (HongKong), Esri Ko re a, Esri (Thailand), NGCC , (c)OpenStree tMap con tributors, and the GISUser Community FM 43 Annexation Area3.733 Acre LONDON PIRATE ROADLegend Annexation AreaRoad CenterlineCity Limits City of Corpus Christi ¯ 0 1,250 2,500625Feet1 in ch = 1,0 00 feet Print Date: 03/18/2021 Exhibit B: Annexation Area = 3.733 acres !AnnexationArea Anne xation Area is London Pirate Rd ROW from FM 43, North to the NE corner of the London Towne Subdivision. This alignment of ROW includes a segment already contained within the City limits. The assumption of area associated with the London Pirate Rd ROW is based upon the presumed centerline of the existing roadway and a 30 ROW width. MUNICIPAL SERVICE PLAN FOR THE LONDON PIRATE ROAD ROW (formerly County Road 33) 1 Introduction This Service Plan (“Plan”) is made by the City of Corpus Christi, Texas pursuant to Section 43.056 of the Texas Local Government Code. This Plan relates to the annexation of London Pirate Road ROW as depicted in the attached Metes and Bounds (EXHIBIT A) and annexation area map (EXHIBIT B). a. Service to be provided pursuant to Texas Local Government Code 43.056(b) (1) Police Protection: Services to be Provided: The Corpus Christi Police Department (CCPD) will provide police protection within the City Limits. (2) Fire Protection: Services to be Provided: The Corpus Christi Fire Department will provide fire protection and suppression within the City Limits through its existing fire stations. (3) Emergency Medical Service: Services to be Provided: The Corpus Christi Fire Department will provide emergency medical services within the City Limits. (4) Solid Waste Collection: Services to be Provided: After the effective date of annexation, the City of Corpus Christi will provide solid waste services to single family residential customers within the City Limits, directly or indirectly through a third-party contract. Commercial garbage collection service for businesses and multi-family residences is available on a subscription basis from private service providers. The City of Corpus Christi will allow commercial refuse collectors to continue providing this service to condominium complexes, multi-family apartments and commercial and industrial establishments. (5) Operation and Maintenance of Water and Wastewater Facilities that are not Within the Service Area of Another Water or Wastewater Utility: Water and wastewater service will be provided within the City Limits in accordance with the Corpus Christi Unified Development Code, Utility Department Policies and engineering standards and provided the service is not within the certificated service area of another utility through existing facilities