HomeMy WebLinkAboutPR 21459: 2ND YEAR 1ST RENEWAL CONTACT WITH CROWDER GULF, DEBRIS REMOVAL AND EMBERGENCY SERVICES PR 21459
6/10/2020 CEW
Page 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE SECOND YEAR (FIRST
RENEWAL) OF THE AGREEMENT WITH CROWDER GULF OF
THEODORE, ALABAMA FOR DEBRIS REMOVAL AND
EMERGENCY SERVICES FOR THE CITY OF PORT ARTHUR IN
THE EVENT OF AN EMERGENCY OR DISASTER IN THE NOT TO
EXCEED AMOUNT OF $13,000,000.
WHEREAS, it is deemed in the best interest of the City of Port Arthur to have a
service in place for Debris Removal and Emergency Services in the event of an
emergency or a disaster; and,
WHEREAS, per Resolution 19-256, the City entered into an agreement with
Crowder Gulf for a one (1) year term with the option of renewing for two (2) additional one
(1)year terms; and,
WHEREAS, the City desires to enter into an additional one (1) year (first renewal)
agreement, with the option of renewing for one (1) additional year with Crowder Gulf of
Theodore, Alabama as delineated in Exhibit"A";now,therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the facts and opinions in the preamble are true and correct.
THAT, the City Manager is hereby authorized to execute a second year (first
renewal) of the contract with Crowder Gulf of Theodore, Alabama (attached as Exhibit "A")
for the Debris Removal and Emergency Services for City of Port Arthur with the option to
renew the contract for one (1) additional year.
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the
City Council.
PR 21459
6/10/2020 CEW
Page 2 of 3
READ, ADOPTED AND APPROVED THIS day of June , A.D., 2020, at a Regular Meeting
of the City Council of the City of Port Arthur,by the following vote:
AYES: (Mayor)
Councilmembers:
NOES:
Thurman"Bill" Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM:
Val Tizeno, Esq.
City Attorney
APPROVED FOR ADMINISTRATION:
Ron Burton
City Manager
PR 21459
6/10/2020 CEW
Page 3 of 3
Alberto Elefano
Director of Public Works
APPROVED AS TO AVAILABILITY OF FUNDS:
4.< OCk-431
Kandy D e1
Interim Director of Finance
(tIot
Clifton Williams, CPPB
Purchasing Manager
EXHIBIT "A"
FIRST RENEWAL AGREEMENT FOR THE PROVISION OF
DEBRIS REMOVAL AND EMERGENCY SERVICES
THIS AGREEMENT, made this day of , 2020, by and between
the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,
hereinafter called "OWNER" or "CITY" and Crowder Gulf, LLC., herein after called
"CONTRACTOR".
WHEREAS, the City of Port Arthur desires to obtain services in connection with post
disaster debris removal and emergency services; and
WHEREAS, this Agreement between the Parties consists of the terms and conditions set
forth herein, and the documents attached are incorporated for all purposes for the following
services:
DEBRIS REMOVAL AND EMERGENCY SERVICES
WITNESSETH: That for and in consideration of the payment terms, conditions and
agreements set forth herein, CITY and CONTRACTOR agree to the following:
a. The CONTRACTOR will provide debris removal and various emergency services to
assist the City. Such Work is more specifically described in the Scope of Work as set
forth in the Request for Proposals attached to the original contract documents and
included for all purposes.
b. During the term of this Agreement, the CONTRACTOR will furnish at its own
expense all of the materials, supplies, tools, equipment, labor, and other services
necessary to provide the required debris removal and emergency services excepting
those supplies not specifically required of CONTRACTOR in the Specifications.
c. CONTRACTOR agrees to perform all the work described in the specifications and
contract documents attached to the original contract and included for all purposes.
d. CONTRACTOR agrees to comply with the terms of this Agreement set forth herein
in the amounts stated in its response to the Request for Proposals set forth as herein
attached in the original contract documents. The charges are set forth by the
CONTRACTOR in the response to the Request for Proposals.
e. The CONTRACTOR and City agree that this is a non-exclusive contract.
CONTRACTOR will perform the services and furnish the deliverables set out in this
Agreement in consideration for the City's payment of the unit prices set forth in the
contract documents and based upon verification of completed work. The amount of
this Agreement will not exceed $13 million.
f. The CONTRACTOR and City further agree that there is no guarantee of a minimum
amount of payment for the services listed herein.
Original Contract
Page 1 of 6
g. CONTRACTOR must deploy all resources within twenty-four (24) hours following
receipt of Notice to Proceed.
h. CONTRACTOR must mobilize 100% of all resources and be fully operational
within ninety-six (96)hours following receipt of Notice to Proceed.
i. The City will only seek reimbursement from the actual cost paid by CONTRACTOR
and not the percentage on cost plus items.
j. Provide that the capacity of service complies with all applicable FEMA deadlines.
k. The term "Contract Documents" means and includes this document along with the
following that are attached to the original contract and are included herein:
• Request for Proposals
• General Information
• Scope of Work Details
• Cost Proposal Form
• References
• Letter of Interest
• Affidavit
• Conflict of Interest Questionnaire
• Proposer Warranties
• Non-Collusion Affidavit
• House Bill 89 Verification
• SB 252 Chapter 2252 Certification
• Federal Clauses
• Notice of Award
• Notice to Proceed
TERM: The term of this Agreement shall be one year from date of execution of this
Agreement unless sooner terminated under the terms set forth herein, it is agreed that the CITY
will have the option to extend the Agreement for one additional one (1) year period, based upon
the approval of the governing body. To exercise this option, the CITY shall serve notice of the
option to extend a minimum 30 days prior to termination. The Option to Extend will not be
considered if funding is unavailable or if the CONTRACTOR's past performance is not within
the industry standard or acceptable to the CITY. It is agreed that, due to the nature of the work
to be performed, the CONTRACTOR shall not begin work until the CITY has issued a written
Notice to Proceed to the CONTRACTOR signed by the City Manager. The Notice to Proceed
will specify the date to begin performance. After a Notice to Proceed is issued, the
CONTRACTOR agrees to perform the work according to the timeline set forth in Exhibit A.
1. COMPLIANCE WITH LOCAL, STATE AND FEDERAL LAWS — CONTRACTOR
shall comply with all applicable laws, ordinances, and codes of the federal, state and
local governments.
Original Contract
Page 2 of 6
2. COMPENSATION: The CITY shall compensate CONTRACTOR for the Work at the
agreed upon pricing in Exhibit A. CONTRACTOR will furnish an invoice to the CITY
detailing activities performed and reflecting actual time and expenses incurred during
the preceding month. All invoices are due under Government Code Sec. 2251.021, and
are payable to CONTRACTOR at 5435 Business Parkway, Theodore, Alabama 36582.
The CITY shall not be responsible for any payment to CONTRACTOR for any
additional services or expenses not specifically included in Exhibit A attached to the
original contract and included herein, except upon proper execution of an amendment to
this Agreement in writing by both parties. The Parties shall attempt to resolve any
payment disputes within thirty (30) days after the invoice date.
3. INSURANCE REQUIREMENTS: All insurance must be written by an insurer licensed
to conduct business in the State of Texas. The CONTRACTOR shall provide all
required City of Port Arthur certificates of coverage and all renewals throughout the
duration of the Project. For each policy except Workers' Compensation protection,
CONTRACTOR shall name the CITY as an additional insured and shall provide that the
policy requires the insurance carrier to notify the CITY a minimum of thirty days (30) in
advance of cancellation of all or part of the policy. All insurance policies are to be
issued by an insurance company authorized to do business in the State of Texas and
using an insurance company with an A.M. Best rating of B+ or better. All
subcontractors utilized must also comply with these specifications as if they were the
winning proposer. Specific details of coverage limits and conditions are listed below:
a. Commercial general liability insurance, naming the City of Port Arthur as an
additional insured and as certificate holder, and waiving subrogation per the
contractual requirements of this project. Limits are to be equal to or greater
than: $2,000,000 general liability (includes products and personal, etc.)
$1,000,000 bodily injury single limit per occurrence or $1,000,000 each
person$1,000,000 per occurrence
$1,000,000 fire damage
$1,000,000 property damage per occurrence regardless of contract amount
$1,000,000 automobile damage
$1,000,000 professional liability
$500,000 standard workers compensation employers' liability insurance
Statutory limits for workers compensation
Insurance coverage shall be on an "occurrence basis"
4. INDEMNIFICATION: CONTRACTOR shall comply with the requirements of all
applicable laws, rules, and regulations in connection with the services of
Original Contract
Page 3 of 6
CONTRACTOR and shall exonerate, indemnify and hold harmless the CITY, its
officers, agents and all employees from any and all liability, loss or damage arising out
of noncompliance with such laws, rules and regulations; without limitation,
CONTRACTOR shall assume full responsibility for payments of Federal, State and
Local taxes or contributions imposed or required under the Social Security, Worker's
Compensation, and Income Tax Laws with respect to CONTRACTOR's employees.
Further, CONTRACTOR shall exonerate, indemnify and hold harmless the CITY, its
officers, agents and all employees from any and all liability, loss, damages, expenses or
claims arising out of negligence of CONTRACTOR, its officers, agents and employees
in connection with any of the work performed or to be performed under this Agreement
by CONTRACTOR or as a result of CONTRACTOR's failure to use and employ
reasonable skill and care. Further, CONTRACTOR shall exonerate, indemnify and hold
harmless the CITY, its officers, agents, and all employees from any and all liability,
loss, damages, expenses or claims for infringement of any copyright or patents arising
out of the use of any plans, design, drawings, or specifications furnished by
CONTRACTOR in the performance of this Agreement.
The foregoing indemnification provision shall apply to CONTRACTOR regardless of
whether or not said liability, loss, damages, expenses, or claims is caused in part by a
party indemnified hereunder.
5. SUCCESSORS AND ASSIGNMENTS: The CITY and the CONTRACTOR each bind
itself and its successors, executors, administrators, and assigns to the other party of this
Agreement and to the successors, executors, administrators and assigns of such other
party, in respect to all covenants of this Agreement. Except as above, neither the CITY
nor the CONTRACTOR shall assign, sublet, or transfer its interest in this Agreement
without the written consent of the other. Nothing herein shall be construed as creating
any personal liability on the part of any officer or agent of any public body which may
be a party hereto.
6. TERMINATION: This Agreement may be terminated prior to completion of the Work
by either party upon 30 days' written notice to the other. If, through any cause,
CONTRACTOR shall fail to fulfill in a timely and proper manner its obligations under
this Agreement, the CITY shall thereupon have the right to terminate this Agreement by
giving written notice to CONTRACTOR of such termination and specifying the
effective date thereof, at least five days before the effective date of such termination. In
the event of early termination, CITY shall pay CONTRACTOR for all work performed
and expenses incurred to the date specified in the notice of termination, and
CONTRACTOR shall turn over to the CITY all documents, information, and Work
produced to said date relating to the Project. Notwithstanding the above,
CONTRACTOR shall not be relieved of liability to the CITY for damages sustained by
the CITY by virtue of any breach of the Agreement by CONTRACTOR or its
subordinates and the CITY may withhold any payments to CONTRACTOR for the
purpose of set-off until such time as the exact amount of damages due the CITY from
CONTRACTOR is determined.
7. INDEPENDENT CONTRACTOR: CONTRACTOR is and shall be, in the performance
of all Work, services, and activities under this Agreement, an independent contractor
and not an employee, agent, or servant of CITY. All persons engaged by
Original Contract
Page 4 of 6
CONTRACTOR to perform the Work, services, or activities described herein shall, at
all times and in all places, be subject to the sole direction, supervision, and control of
CONTRACTOR. The relationship between CITY and CONTRACTOR (including
CONTRACTOR's employees) shall be in all respects an independent contractor
relationship and not an employer/employee or principal/agent relationship.
10. PERSONNEL:The CONTRACTOR represents that it has, or will secure at its own
expense, all personnel required in performing the services under this Agreement. Such
personnel shall not be employees of or have any contractual relationship with the CITY.
All of the services required hereunder shall be performed by the CONTRACTOR or
under its supervision and all personnel engaged in the work shall be fully qualified and,
if applicable shall be authorized or permitted under State and local law to perform such
services. None of the work or services covered by this Agreement shall be subcontracted
without the prior written approval of the CITY. Any work or services subcontracted
hereunder shall be specified by written contract or agreement and shall be subject to
each provision of this Agreement.
11. REPORTS AND INFORMATION: The CONTRACTOR at such times and in such
forms as the CITY may require, shall furnish the CITY such periodic reports s it may
request pertaining to the work or services undertaken pursuant to this Agreement, the
costs and obligations incurred or to be incurred in connection therewith, and any other
matters covered by this Agreement.
12. CIVIL RIGHTS: Under Chapter 106 Civil Practice and Remedies Code, no person shall,
on the grounds of race, religion, color, sex or national origin, be excluded due to
discrimination under any program or activity of the CITY. The CONTRACTOR will
carry out its work under this Agreement in a manner which will permit full compliance
by the CITY with the Statute.
13. INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each 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 included
herein. If through mistake or otherwise any such provision is not inserted or is not
correctly inserted, the Agreement shall be amended to make such insertion on
application by either party.
14. ADDRESS OF NOTICE AND COMMUNICATIONS
CITY: CONTRACTOR:
Mr. Ronald Burton Mr. John Ramsay
City Manager President& CEO
City of Port Arthur Crowder Gulf, LLC.
P. O. Box 1089 5435 Business Parkway
Port Arthur, Texas 77641-1089 Theodore, Alabama 36582
All notices and communications under this Agreement shall be mailed or delivered to
CITY and the CONTRACTOR at the above addresses.
Original Contract
Page 5 of 6
This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their
duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original
on the date first written above.
Signed on the day of . 2020.
CITY OF PORT ARTHUR
BY:
Ronald Burton, City Manager
ATTEST:
Sherri Bellard, City Secretary
Signed on the day of , 2020.
CROWDER GULF, LLC.
BY:
PRINT NAME:
TITLE:
WITNESS:
PRINT NAME:
Original Contract
Page 6 of 6