Loading...
HomeMy WebLinkAboutC2022-189 - 8/9/2022 - Approved DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 UOcuJlgn tnvelope IU:6.1 l/b25ZtS-b3l,H-4l:ZL-H4l.y-y U44133H3425t S Cj��, 0 SERVICE AGREEMENT NO. 4162 v Pest Control Services for City Properties N�OflPORA�E� 1852 THIS Pest Control Services for City Properties Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and BugPro, Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Pest Control Services for City Properties in response to Request for Bid/Proposal No. 4162 ("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 Pest Control Services for City Properties ("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-month 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 $58,643.46, 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: Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 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: Rebecca Serna Facility Maintenance Phone: 361.826.3388 RebeccaS@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions,and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 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: Rebecca Serna Project Manager 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361.826.3388 Fax: n/a IF TO CONTRACTOR: BugPro Inc. Attn: Shane Brandt Service Manager 1001 Airline Rd., Corpus Christi, TX 78412 Phone: 361-992-7378 Fax: n/a 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, Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4622-A4G9-9U44133A348t 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. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 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. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E CONTRACTOR DocuSigned by: Signature: �LUV_ bvwvk Printed Name: shane Brandt Title: _service Manager Date: 7/8/2022 M2022-128 Authorized By Council 8-9-2022 CITY OF CORPUS CHRISTI DS DocuSigned by: Er ;/s is J �" vvvl V 1 It� Assistant Director, Finance-Procurement Date: 8/10/2022 ATTEST: DocuSigned by: Attached and Incorporated by Reference: Attachment A: Scope of Work Rebecca°Huerta Attachment B: Bid/Pricing Schedule City Secretary Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB/RFP No. 4162 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 12, 2021 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E Attachment A: Scope of Work 1.1 General Requirements/Background Information The Contractor shall provide Integrated Pest Management Services (IPMS) and emergency nuisance animal removal for City buildings located throughout the City. 1.2 Scope of Work A. Service Requirements 1. The Contractor shall have a licensed pest control manager assigned to support this contract. Persons applying pesticides must hold a current Texas Department of Agriculture and Texas Pesticide Application license. 2. The Contractor shall be responsible to ensure that the certificates/licenses and training of Contractor personnel are kept current. 3. The Contractor shall ensure that all personnel assigned to the service agreement are continuously trained to meet the latest industry standard. The Contractor shall provide the degree of initial and ongoing training provided to field technicians; included, new techniques focusing on prevention and reduction of pesticide risk. 4. Contractor' personnel assigned to the contract shall wear a uniform, including safety equipment and any company issued photo identification. 5. All personnel shall be easily recognizable though the wear of distinctive clothing with an identifiable logo bearing the name of the company. All personnel shall be neatly dressed in shirts, safety shoes, and long pants and other necessary gear in compliance with EPA, OSHA, and TX-OSHA regulations. Shorts or torn clothing are unacceptable. Personnel not wearing the required uniform will not be permitted to perform work. 6. The Contractor shall assure that all personnel are fully and properly equipped to perform services promptly and safety. 7. The Contractor's IPMS program shall use safe, effective, environmentally sound methods including biological, genetic, cultural, mechanical and physical control, and where necessary, the judicious use of the last hazardous pesticides. Page 1 of 12 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4022-A4C9-9D44133A348E 8. The Contractor shall be responsible for assuring the safety of their employees, City employees and the general public during the performance of all services under this contract. 9. The Contractor shall provide all necessary management, supervision, labor, equipment, tools, supplies, and transportation required for the performance of its services under this contract. Such equipment, tools and supplies must be always kept in good working order. I O.The Contractor shall ensure that all pest control work will be performed by trained personnel having the required certificates and/or licenses to carry out the pest control services correctly and safely. 11 .The Contractor shall have personnel available to receive work order request(s). All service calls placed by the Contract Administrator must be returned within 30 minutes of the initial call. 12.The Contractor shall be on site within eight hours and if deemed an emergency, four hours, after receiving notification from the Contract Administrator and mitigate the immediate problem at hand. B. All service requests will be reviewed, initiated, and approved by the location Contract Administrator prior to start of work. C. A work order will be issued to authorize the work required. D. The Contractor shall survey and assess the existing pest condition at the locations listed and use the initial survey as the starting point for providing ongoing pest control inspections, treatments, and recommendations. E. All locations will require a complete preventative maintenance service at the start of the contract. F. Prior to arrival, the Contractor will be responsible to contact the designated Contract Administrator at each location (Exhibit A), one week prior to service to schedule a date and time. At the conclusion of each workday and prior to departure from the job site, the Contractor shall assess and report any pest sightings or problem areas to the Contract Administrator. G. The locations specified shall be occupied and operational during the work performance. All services, regular and emergency, shall be rendered at such times with minimal disruption to the occupants and operation of the facilities. Hours may vary. Should the schedule of services disrupt the occupants and operations of the facilities, the Contract Administrator reserves the right to reschedule the base services, Page 2 of 12 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E to any day from Monday through Friday between the hours of 8:OOam through 5:OOpm at no additional costs to the City. H. IPMS shall address ants, centipedes, millipedes, interior flying insects, beetles, termites, mice, rodents, rats, roaches, silverfish, spiders and stinging insects. I. The Contractor shall conduct routine visual inspections of pest-prone areas for signs of active pest infestations, and for conditions which are conducive to attracting or harboring pests. J. IPMS shall, at a minimum, address the following pests: 1. Ants 2. Centipedes 3. Earwigs 4. Interior Flying Insects 5. General Insects 6. German Roaches 7. Millipedes 8. Mice 9. Oriental Roaches 10.Roaches 11.Rodents 12.Rats 13.Smokey Brown Roaches 14.Silverfish 15.Spiders 16.Stinging Insects K. The Contractor shall provide an appropriate level of service necessary to keep buildings free of pests. If pests are still present after three days from the original date of treatment, the Contractor shall perform a follow up treatment within 24 hours of a request by an authorized City Administrator. L. The Contractor shall be prepared to commit extra time and resources to address a concern until it is resolved. M. Emergency Service - Emergency services shall be provided on an as needed basis for riddance and disposal of common nuisance animals, i.e., squirrels, raccoons, possums, and bats, as well as dead animal removal. Page 3 of 12 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E N. Bait formulations shall be standard pesticide technology for cockroach and ant control, with alternate formulations restricted to unique situations where baits are not practical. O. Sticky traps shall be used to guide and evaluate indoor insect control efforts wherever necessary. P. Rodent control inside buildings shall be accomplished with trapping devices only. All such devices shall be concealed out of the general view and in protected areas so as not be affected by routine cleaning and other operations. The Contractor shall check all trapping devices for trapped rodents during its scheduled visit and shall dispose the trapped rodents in an appropriate manner. Q. The Contractor shall use rodenticides in circumstances when rodenticides are deemed essential for adequate rodent control inside buildings. All rodenticides, regardless of packaging, shall be placed either in locations not accessible to children, pets, wildlife, and domestic animals, or in EPA approved tamper resistant bait boxes. Rodenticide application outside buildings shall emphasize the direct treatment of rodent burrow whenever feasible. The Contractor shall dispose of dead rodents in appropriate manner. R. Use of Rodent Bait Stations: 1 . All rodent bait stations shall be maintained in accordance with EPA regulations, with an emphasis on the safety of non-targeted organisms. 2. All rodent bait stations shall be placed out of the general view, in locations where it will not be disturbed by routing operations. 3. The lids of all rodent bait stations shall be securely locked or fastened shut. 4. All rodent bait stations shall be securely attached or anchored to floor, ground, wall or other immovable surface, so that the box cannot be picked up or moved. 5. Bait shall always be secured in the feeding chamber of the box and never placed in the runway or entryways of the box. 6. All rodent bait stations shall be labeled on the inside with the Contractor's business name, phone number and address and dated by the Contractor's technician at the time of installation and each servicing. Page 4 of 12 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 7. The Contractor shall install and maintain rodent bait stations wherever necessary inside and/or outside of buildings/structures for rodent control. R. The Contractor must leave the work area free of any debris. Upon completion of work, the Contractor shall clear the job site of any and all debris at appropriate off-site locations. At no time shall the Contractor use the waste receptables of the City for disposal. S. The Contractor must complete the work assigned in a neat and orderly manner, in accordance with all federal, state and local laws and regulations concerning storage, applications and disposal of hazardous materials. T. Regardless of service type at each visit, all services rendered shall be completed documented by the Contractor. The work order report will be left with the Contract Administrator at the location site. The report shall include the following information: 1. Areas of the service provided 2. Infested areas (if any) 3. Type of infestation 4. Procedures needed to control any noted infestation 5. Name of technician who performed the service. U. The Contractor and all its employees shall be responsible to adhere with any and all rules, regulations, policies and procedures pertaining to security of City property. Any violations or disregard of the rules, regulations, policies and procedures may be cause for immediate termination of the contract. 1.3 Safety Requirements A. The Contractor shall submit the current labels and Safety Data Sheets (SDS) for all pesticides to be used, and brand names of pesticide application equipment, rodent bait stations, insect and rodent trapping devices, pest monitoring devices, pest detection equipment and any other pest control devices or equipment that may be used to provide services. The City's approval of the submittal does not relieve the Contractor of its responsibilities to comply with the requirements of the contract documents. Page 5 of 12 DocuSign Envelope ID: lA25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E B. The application of all pesticides shall adhere to all federal, state and local laws and regulations, including all applicable Environmental Protect Agency (EPA), Occupational Safety and Health Administration (OSHA), state/local regulatory guidance on pesticide storage, disposal and applications. C. Pesticides shall be applied according to the methods, rates and precautions on the manufacturer's label. D. When pesticide use is necessary, the Contractor shall employ the least hazardous material, most precise application technique, and minimum quantity of pesticide necessary to achieve control. E. The Contractor shall take all necessary precautions to ensure employee safety and all necessary steps to ensure the containment of the pesticide to the site of application. 1.4 Work Site and Conditions The Contractor shall perform citywide pest control services at the following locations but is not limited to: I I Columnl Dept BUILDING Address Approx. Frequency Location Sq Ft Contact 1 Animal Animal Care-Main, 2626 Holly Rd,Corpus 28,048 Quarterly Joel Skidmore Bldgs 1-8 Christi,Tx 361-826-7274 2 Asset Mgmt Facility Maintenance 5352 Ayers Building 3a, 4,351 Quarterly Sarah Hickey Corpus Christi,Tx 361-826-3327 Fleet Maintenance 5352 Ayers Building 3B, Belinda Cortez 3 Asset Mgmt (Heavy Equip,Light Corpus Christi,Tx 26,525 Quarterly 361-826-1901 Equip) 4 Asset Mgmt City Hall 1201 Leopard St,Corpus 236,375 Quarterly Paul Chatman Christi,TX 361-331-1065 5 Asset Mgmt Frost Bank 2402 Leopard St,Corpus 20,000 Quarterly Paul Chatman Christi,TX 361-331-1066 Airport Sites(Main Sanchez S Dr, 6 Aviation Bldg,QTA,Firestation, Corpus Christi,308 International l 300,000 Quarterly Gina Gina S6-1372 and Toll Plaza 7 Engineering Engineering Annex 4917 i; lly Rd,Corpus 4,900 Quarterly Mar826-3565 Chris8 Fire Fire Station#O1 514 Belden Street 13,528 Quarterly Doug Matthijetz 361-826-3920 Page 6 of 12 DocuSign Envelope ID: lA25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 9 Fire Fire Station#02 13421 Leopard Street 4,608 Quarterly Doug Matthijetz 361-826-3920 10 Fire Fire Station#03 1401 Morgan Avenue 7,627 Quarterly Doug Matthijetz 361-826-3920 11 Fire Fire Station#04 2388 Rodd Field Road 4,720 Quarterly Doug Matthijetz 361-826-3920 12 Fire Fire Station#05 3105 Leopard Street 5,981 Quarterly Doug Matthijetz 361-826-3920 13 Fire Fire Station#06 6713 Weber Road 4,282 Quarterly Doug Matthijetz 361-826-3920 14 Fire Fire Station#07 3722 Staples Street 4,720 Quarterly Doug Matthijetz (South) 361-826-3920 15 Fire Fire Station#08 4645 Kostoryz Road 4,973 Quarterly Doug Matthijetz 361-826-3920 16 Fire Fire Station#09 501 Navigation Blvd 4,888 Quarterly Doug Matthijetz 361-826-3920 17 Fire Fire Station#10 1550 Horne Road 4,770 Quarterly Doug Matthijetz 361-826-3920 18 Fire Fire Station#11 910 Airline Road 4,888 Quarterly Doug Matthijetz 361-826-3920 19 Fire Fire Station#12 2120 Rand Morgan Road 4,888 Quarterly Doug Matthijetz 361-826-3920 20 Fire Fire Station#13 1801 Waldron Road 5,796uarterl Doug Matthijetz Q y 361-826-3920 21 Fire Fire Station#14 5901 Staples Street 5,488 Quarterly Doug Matthijetz (South) 361-826-3920 22 Fire Fire Station#15 14202 Commodores 5,302 Quarterly Doug Matthijetz Drive 361-826-3920 23 Fire Fire Station#16 8185 HWY 361 4,203 Quarterly Doug Matthijetz 361-826-3920 24 Fire Fire Station#17 6869 Yorktown Blvd 4,970 Quarterly Doug Matthijetz 361-826-3920 25 Fire Fire Station#18 6226 Ayers St 5,910 Quarterly Doug Matthijetz 361-826-3920 26 Fire Fire-Warehouse and 1501 Holly Road Quarterly Doug Matthijetz Auto Shop 3,820 361-826-3920 27 Fire Fire Department 6226 Ayers St. Quarterly Doug Matthijetz Resource Center 4,350 361-826-3920 28 Fire Hazmat Central 3312 Leopard St. Quarterly Doug Matthijetz 3,864 361-826-3920 29 Fire FDHQ-DSD 2406 Leopard St. Quarterly Doug Matthijetz 24,810 361-826-3920 Page 7 of 12 DocuSign Envelope ID: lA25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 30 Gas Gas Department 4225 S Port Ave,Corpus Quarterly John Flores Christi,TX 15,504 361-885-6925 Health Department- 1702 Horne Rd,Corpus Denzel 31 Health Quarterly Otokunrin including WIC Clinic Christi,TX 53,557 361-826-7241 1702 Horne Rd,Corpus Denzel 32 Health WIC portable building Christi,TX 1,440 Quarterly Otokunrin 361-826-7241 33 Heritage Park Litchenstein House 1581 N Chaparral,Corpus Quarterly Joanna Moreno Christi,Tx 2,394 361-826-3484 1581 N Chaparral,Corpus Joanna Moreno 34 Heritage Park Sidbury House Christi,Tx 4,186 Quarterly 361-826-3484 1581 N Chaparral,Corpus Joanna Moreno 35 Heritage Park Littles-Martin House Christi,Tx 1,317 Quarterly 361-826-3484 e Park Guggenheim House 1581 N Chaparral,Corpus Joanna Moreno 36 Heritage gg Christi,Tx 1,912 Quarterly 361-826-3484 e Park Galvan House 1581 N Chaparral,Corpus Joanna Moreno 37 Heritage Christi,Tx 3,992 Quarterly 361-826-3484 Merriman-Bobbys 1581 N Chaparral,Corpus Joanna Moreno 38 Heritage Park House Christi,Tx 1,482 Quarterly 361-826-3484 Grande-Grossman 1581 N Chaparral,Corpus Joanna Moreno 39 Heritage Park House Christi,Tx 2,100 Quarterly 361-826-3484 1581 N Chaparral,Corpus Joanna Moreno 40 Heritage Park Carroll House Christi,Tx 1,288 Quarterly 361-826-3484 1581 N Chaparral,Corpus Joanna Moreno 41 Heritage Park Jalulka-Gavatos House Christi,Tx 1,800 Quarterly 361-826-3484 e Park McCam bell House 1581 N Chaparral,Corpus Joanna Moreno 42 Heritage p Christi,Tx 3,756 Quarterly 361-826-3484 La Retama Central 805 Comanche St,Corpus Gabby Sanchez 43 Library Library Christi,TX 78,400 Quarterly 361-826-7015 44 Library Garcia Public Library 5930 Brockhampton St, Quarterly Gabby Sanchez CC,TX 11,329 361-826-7015 Janeth Harte Public 2629 Waldron Rd Corpus Gabby Sanchez 45 Library Library Christi,TX 15,431 Quarterly 361-826-7015 46 Library Hopkins Public Library 3202 McKenzie Rd, Quarterly Gabby Sanchez Corpus Christi,TX 13,157 361-826-7015 4044 Greenwood Dr, Gabby Sanchez 47 Library McDonalds Library Corpus Christi,TX 15,142 Quarterly 361-826-7015 48 Library Neyland Public Library 1230 Carmel Pkwy, Quarterly Gabby Sanchez Corpus Christi,TX 15,298 361-826-7015 1815 Howard St,Corpus Joanna Moreno 49 Park&Rec Ben Garza Gym Christi,Tx 15,090 Quarterly 361-826-3484 Broadmoor Senior 1651 Tarlton St,Corpus Joanna Moreno 50 Park&Rec Center Christi,TX 4,976 Quarterly 361-826-3484 Ethel Eyerly Senior 654 Graham Rd.Corpus Joanna Moreno 51 Park&Rec Center Christi,TX 7,140 Quarterly 361-826-3484 Page 8of12 DocuSign Envelope ID: lA25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 5325 Greely Dr,Corpus Joanna Moreno 52 Park&Rec Garden Senior Center Christi,TX 10,320 Quarterly 361-826-3484 Greenwood Senior 4040 Greenwood Dr, Joanna Moreno 53 Park&Rec Center Corpus Christi,TX 8,250 Quarterly 361-826-3484 3135 Swantner St,Corpus Joanna Moreno 54 Park&Rec Lindale Senior Center Christi,TX 8,254 Quarterly 361-826-3484 9725 Up River Rd, Joanna Moreno 55 Park&Rec Northwest Senior Center Corpus Christi,TX 10,802 Quarterly 361-826-3484 Oveal Williams Senior 1414 Martin Luther King Joanna Moreno 56 Park&Rec Center Dr,CC,TX 10,802 Quarterly 361-826-3484 510 Osage St,Corpus Joanna Moreno 57 Park&Rec Zavala Senior Center Christi,TX 7,531 Quarterly 361-826-3484 Joe Garza Recreation 3204 Highland Ave, Joanna Moreno 58 Park&Rec Center Corpus Christi,TX 14,326 Quarterly 361-826-3484 Lindale Recreation 3133 Swantner St,Corpus Joanna Moreno 59 Park&Rec Center Christi,TX 8,511 Quarterly 361-826-3484 Oak Park Recreation 842 Erwin Ave,Corpus Joanna Moreno 60 Park&Rec Center Christi,TX 4,790 Quarterly 361-826-3484 1111 Bernice Dr,Corpus Joanna Moreno 61 Park&Rec Oso Recreation Center Christi,TX 4,520 Quarterly 361-826-3484 Solomon Coles Ree 924 Winnebago St, Joanna Moreno 62 Park&Rec Quarterly 361-826-3484 Center Corpus Christi,TX 1,000 502 King St,Corpus Joanna Moreno 63 Park&Rec Al Kruse Tennis Center Christi,9 3,000 Quarterly 361-826-3484 1520 Shelly St,Corpus Joanna Moreno 64 Park&Rec HEB Pool Complex Christi,TX 2,640 Quarterly 361-826-3484 1406 Martin Luther King Joanna Moreno 65 Park&Rec MLK-Admin Building Blvd,Corpus Christi,Tx 5,755 Quarterly 361-826-3484 4141 Old Brownsville Rd, Joanna Moreno 66 Park&Rec Central Kitchen CC,TX 2,640 Quarterly 361-826-3484 67 Park&Rec Beach Operations 8185 State HWY 361, Quarterly Martha Lawhon Corpus Christi,Tx 4,440 361-826-3469 Science and History 1900 N Chaparral St, Edward Flores 68 Park&Rec Museum Corpus Christi,TX 85,688 Quarterly 361-826-4665 Joanna Moreno 69 Park&Rec Nutrition Center 4101 Old Brownsville Rd, Quarterly 361-826-3484 Corpus Christi,Tx 3,000 Joanna Moreno 361-826-3484 70 Police Police Department HQ 321 John Sartain St, Quarterly Gloriane Lopez Corpus Christi,TX 78,290 361-826-2616 71 Police Police Motor Pool 5352 Ayers Bldg 5A, Quarterly Pat Eldridge Corpus Christi,Tx 6,928 361-826-2696 5485 Greenwood Dr, Pat Eldridge 72 Police Police Impound Corpus Christi,Tx 2,240 Quarterly 361-826-2697 Page 9of12 DocuSign Envelope ID: lA25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:81176828-53GA-4(:22-A4U9-yu441JJAJ46L 9600 Hearns Ferry Rd, QuarterlyPat Eldridge 73 Police Police Shooting Range Odem,Tx 2,159 361-826-2698 4510 Corona Dr,Corpus Pat Eldridge 74 Police Police Training(Corona) Christi,Tx 7,950 Quarterly 361-826-2699 1925 Tuloso Rd,Corpus Q uarterl Pat Eldridge 75 Police Calallen Substation Christi,TX 7,950 y 361-826-2700 5805 Williams Dr, Qu Pat Eldridge 76 Police Police Internal Affairs Corpus Christi,Tx 4,000 Q y 361-826-2701 321 John Sartain St, Pat Eldridge 77 Police Police Property Room Corpus Christi,TX 26,822 Quarterly 361-826-2702 78 Purchasing City Warehouse 5352 Ayers Bldg 6, Quarterly Sarah Hickey Corpus Christi,Tx 1,500 361-826-3327 Gabriel 79 Solid Waste Solid Waste Building 2525 Hygeia,Corpus Quarterly Maldonado Christi,TX 6,068 361-826-1986 22787 Park Rd 25,Mathis Quarterly Martha Lawhon 80 Utilities Sunrise Beach House TX Q y 361-826-3469 2726 Holly Rd,Corpus Q uarterl Maria Lopez 81 Utilities Water Department Christi,TX 20,000 y 361-826-1623 ON Stevens Plant— 13101 Leopard St,Corpus Maria Lopez 82 Utilities Maintenance Christi,TX 91 Quarterly 361-826-1624 ON Stevens Plant— 13101 Leopard St,Corpus Q uarterl Maria Lopez 83 Utilities Filter Bldg. Christi,TX 1,200 y 361-826-1625 ON Stevens Plant— 13101 Leopard St,Corpus Maria Lopez 84 Utilities Chemical Bldg Christi,TX 1,000 Quarterly 361-826-1626 Oso Wastewater 501 Nile,Corpus Christi, Q uarterl Oscar Uribe 85 Utilities Treatment Plant TX 1,500 y 361-826-4032 6541 Greenwood Dr, Q uarterl Oscar Uribe 86 Utilities Greenwood WWTP Corpus Christi,TX 3,600 y 361-826-4033 87 Utilities Broadway WWTP 1402 W Broadway, Quarterly Oscar Uribe Corpus Christi,TX 6,000 361-826-4034 201 Jester St,Corpus Oscar Uribe 88 Utilities Laguna Madre WWTP Christi,TX 1,500 Quarterly 361-826-4035 White Cap Waste 13409 White Cap St, Oscar Uribe 89 Utilities WWTP Corpus Christi,TX 1,500 Quarterly 361-826-4036 4101 Allison St,Corpus Q uarterl Oscar Uribe 90 Utilities Allison WWTP Christi,TX 1,500 y 361-826-4037 Sand Dollar Pump 42201 Sand Dollar Dr, Maria Lopez 91 Utilities Station Corpus Christi,Tx 3,000 Quarterly 361-826-1625 Staples Street Pump CR 43/FM 2444 Staples, Maria Lopez 92 Utilities Station Corpus Christi,Tx 3,575 Quarterly 361-826-1626 Kinney Street Pump 302 N Shoreline Blvd, Maria Lopez 93 Utilities Station Corpus Christi,Tx 2,100 Quarterly 361-826-1627 94 Utilities Sunrise Beach Bldg 1 22825 Park Rd,Corpus Quarterly Maria Lopez Christi,Tx 1,560 361-826-1628 Page 10 of 12 DocuSign Envelope ID: lA25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:81176828-53CA-4C22-A4C9-9D44133A348E 95 Utilities Sunrise Beach Bldg 2 22825 Park Rd,Corpus Quarterly Maria Lopez Christi,Tx 840 361-826-1629 96 Utilities Sunrise Beach Bldg 3 22825 Park Rd,Corpus Quarterly Maria Lopez Christi,Tx 576 361-826-1630 97 Utilities Wesley Seale Dam Bldg CR 365,Sandia,Tx Quarterly Maria Lopez 361-826-1631 98 Utilities Wesley Seale Dam Bldg CR 365,Sandia,Tx Maria Lopez 2 1,164 361-826-1632 Choke Canyon 150 South Shore Park Maria Lopez 99 Utilities Reservior-Residence Rd,Corpus Christi,Tx 1,800 Quarterly 361-826-1633 150 South Shore Park Maria Lopez 100 Utilities Choke Canyon-Shed Rd,Corpus Christi,Tx 192 Quarterly 361-826-1634 Choke Canyon 150 South Shore Park Maria Lopez 101 Utilities Reservoir Rd,Corpus Christi,Tx 500 Quarterly 361-826-1635 Choke Canyon 150 South Shore Park Maria Lopez 102 Utilities Reservoir-Maintenance Rd,Corpus Christi,Tx 2,000 Quarterly 361-826-1636 Bldg 103 Miscellaneous City City Wide Quarterly Rebecca Serna locations 361-826-3388 1.5 Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. 1.6 Recordkeepinq The Contractor shall establish and maintain a log delineating complete and accurate records of all services for the term of the contract. The Contractor shall update the logs after each service defined in the contract. 1.7 Invoicinq The Contractor shall submit the invoice for pest control services to the City. The invoice shall include work description, purchase order, location, and date of service. 1. Invoices shall be sent as follows: a. Original copy to Accounts Payable b. Copy sent to facilitymaintenanceinvoicinq@cctexas.com c. Copy to Contract Administrator Page 11 of 12 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E 2. The Contractor shall include copies of work order, and Contractor information Checklist (CIC) provided by Project Manager or designee. This is used as back-up for the invoice. Approval for payment shall be authorized by the Contract Administrator or Project Manager. Page 12 of 12 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E Attachment B: Bid/Pricing Schedule CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM ,p OAPW E 1852 RFB No. 4162 Pest Control Services for City Properties PAGE 1 OF 4 Date: Authorized C Bidder: Sib nature: - 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c, Bidder is current with all taxes due, and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Item Description UNIT QTY For Unit Total Price 3 years Price _ 1 Animal Care-Main Bld g 1-8 QTR 12 5, C> qW, 00 2 Facilit yMaintenance QTR 12 33 33 :Mi( q 6 3 Fleet Maintenance (Heavy Equip, QTR 12 Light E qji ) '`15,nc) qno 4 City Hall QTR 12 _ait.u) ),39,b-(0 5 Frost Bank QTR 12 -C)b M 6 Airport Sites (Main Bldg., QTA, Fire QTR 12 station, Toll Plaza 7 En gineeringAnnex QTR 12 8 Fire Station #1 QTR 12 9 Fire Station #2 QTR 12 �;�, , 33 :,�, qCi-c( Le 10 Fire Station #3 QTR 12 C' 11 Fire Station #4 QTR 12 36. 33 ,cl c 12 Fire Station #5 QTR 12 .3N RILP 13 Fire Station #6 QTR 12 3 ?Pick (� 14 Fire Station #7 QTR 12 _ : 3 )133p (p DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E Page 2 of 4 15 Fire Station #8 QTR 12 33. 33 YA A 16 Fire Station #9 QTR 12 33, 3:1- 3gc1 , 17 Fire Station #10 QTR 12 3N.CO LI 18 Fire Station #11 QTR 12 3333 '3Q5, q Le 19 Fire Station #12 QTR 12 . '3.3',. • 1 20 Fire Station #13 QTR 12 ?;3,' a c . L` 21 Fire Station #14 QTR 12 -3. _;1 c 22 Fire Station #15 QTR 12 3. 3q g 4 23 Fire Station #16 QTR 12 33,33 24 Fire Station #17 QTR 12 .3. 3:3 c 25 Fire Station #18 QTR 12 33. 33 j c1 ..(i- 26 Fire-Warehouse and Auto Shop QTR 12 3 c',5 27 Fire Department Resource Center QTR 12 3` '33 28 Hazmat Central QTR 12 '3` • '33 .'q 29 FDHQ-DSD QTR 12 .b() 9�Q,0 30 Gas Department QTR 12 JV3.M gpo,p1) 31 Health Department including WIC Clinic QTR 12 I I),Ob,OD 32 WIC portablebuilding QTR 12 1?,,33 jqqj.g1, 33 Lichtenstein House QTR 12 ' .'33 3c),((..cl 34 Sidbury House QTR 12 3,1 • cc• S LI 35 Littles-Martin House QTR 12 cc , q Lo 36 Guggenheim House QTR 12 • cc., qip 37 Galvan House QTR 12 ,33 ` c_' c 38 Merriman-Bobb s House QTR 12 3a '53 nom.. 39 Grande-Grossman House QTR 12 39q•.0 le- 40 Carroll House QTR 12 3 41 Jalufka-Gavatos House QTR 12 16.33 qc,.c 42 McCam bell House QTR 12 .c. . 43 La Retama Central Library QTR 12 ia15'ob 44 Garcia Public Library QTR 1 12 U OD o 0 45 Janeth Harte Public Library QTR 12 cl(0 b 46 Hopkins Public Library QTR 12 ,�,d, 47 McDonalds Library QTR. 12 1b, p 48 Neyland Public Library QTR 12 Cb . o 49 Ben Garza Gym QTR 12 ,6.)t) 0 50 Broadmoor Senior Center QTR 12 33 .33 3qc q - 51 Ethel Eyerly Senior Center QTR 12 • 33 A1'_ r , 52 Garden Senior Center QTR 12 50 t b 53 Greenwood Senior Center QTR 12 r' 0 0, Ob 54 Lindale Senior Center QTR 12 r . Q 55 Northwest Senior Center QTR 12 , 00 56 Oveal Williams Senior Center QTR 12 Moo 57 Zavala Senior Center QTR 12 3%,634) 58 Joe Garza Recreation Center QTR 12 5D.Ob kU . .oc Page 3 of 5 Revision No. 1 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4C22-A4C9-9D44133A348E Page 3 of 4 59 Lindale Recreation Center QTR 12 6b,o 60 Oak Park Recreation Center QTR 12 3'3.33 3C ( et 61 Oso Recreation Center QTR 12 33.33 511, C U, 62 Solomon Coles Recreation Center QTR 12 33,33 :3 q F ()V, 63 Al Kruse Tennis Center QTR 12 64 HEB Pool Complex QTR 12 3 65 MLK-Admin Building QTR 12 -3. '33 3C)q q , 66 Central Kitchen QTR 12 - ;,% 67 Beach Operations QTR 12 33 39r.g 68 Science and History Museum QTR 12 j -6 0-0b 69 Nutrition Center QTR 12 1" 3ckc i,q Le 70 Police Department HQ QTR 12 1 a5 tr , 71 Police Motor Pool QTR 12 3." qI. 72 Police Impound QTR 12 3 3.33 73 Police Shooting Range QTR 12 U . 74 Police Training Corona QTR 12 50 ,> 75 Calallen Substation QTR 12 _ ;�, U _LWIDD 76 Police Internal Affairs QTR 12 ctel c'i IP 77 Police Property Room QTR 12 u.,p 78 City Warehouse QTR 12 79 Solid Waste Building QTR 1 12 33.3=3 1 t. 1 8�a `���-�s� a-1=���.�:�� Q�I�; ;•2 rye-•�ar�t-bid' 81 Water Department QTR 12 82 ON Stevens Plant-Maintenance Bldg. QTR 12 C ,00 b 83 ON Stevens Plant-Filter Bldg. QTR 12 3 3.33 r, c' Le 84 ON Stevens Plant-Chemical Bldg. QTR 12 ko 85 Oso WWTP QTR 12 le 86 Greenwood WWTP QTR 12 3` �,3qc G 87 Broadway WWTP QTR 12 c 88 La uan Madre WWTP QTR 12 3 9,c 89 White Cap WWTP QTR 12 3 .39.9..q 14, 90 Allison WWTP QTR 12 3,3` ql� 91 Sand Dollar Pump Station QTR 12 Y4 Q 92 Staples Street Pump Station QTR 12 3' . " qc' q 10 93 Kinney Street Pump Station QTR 123 ,3` C,c. ci 94 Sunrise Beach Bldg. 1 QTR 12 3` , 33 e 95 Sunrise Beach Bldg. 2 QTR 12 96 Sunrise Beach Bldg. 3 QTR 12 5b OCA 97 Wesley Seale Dam Bldg. 1 QTR 12 NICI, CIO 98 Wesley Seale Dam Bldg. 2 QTR 12 Lo 99 Choke Canyon Reservoir-Residence QTR 12 133,3? i vo, 4 100 Choke Canyon-Shed QTR 12 "R5 -(x) uv-06 101 1 Choke Canyon-Reservoir QTR 12 00 1 .9a),M Page 4 of 5 Revision No. 1 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4022-A4(;9-9U44133A348t Page 4 of 4 Choke Canyon-Reservoir-Maintenance 102 Bld QTR 12 33 2-;-), 103 Emergency Services EA 20 q 104 Miscellaneous City Locations EA 30 31 , 33 C Total r $58,643.46 S�e Page 5 of 5 Revision No. 1 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:81176828-53CA-4C22-A4C9-9D44133A348E Attachment C: Insurance and Bond 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 Commercial General Liability $1,000,000 Per Occurrence Including: 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $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 Pagel of 3 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:81176826-53CA-4C22-A4C9-9D44133A348E 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 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 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. Page 2 of 3 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 UOcuJlgn tnvelope IU:611/lit5Zb-53UA-4UZZ-A4C;U-UU44133A346F- 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. 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. 2021 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services -Services Performed Onsite 05/10/2021 Risk Management- Legal Dept. No bond is required for this service agreement. Page 3 of 3 DocuSign Envelope ID: 1A25958A-F833-4EB6-AE84-27EAF7036281 DocuSign Envelope ID:8117682B-53CA-4022-A4C9-9D44133A348E Attachment D: Warranty Requirements No warranty is required for this service agreement. Page 1 of 1