Loading...
HomeMy WebLinkAboutC2020-052 - 1/28/2020 - Approved cPvs i I� �''�,� milli 1 Q I l SERVICE AGREEMENT NO. 2708 v ,��HPUN�t O Plumbing Services and Repairs for Asset Management 1852 THIS Plumbing Services and Repairs for Asset Management Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Smart Plumbing, Incorporated ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Plumbing Services and Repairs for Asset Management in response to Request for Bid/Proposal No. 2708 ("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 Plumbing Services and Repairs for Asset Management ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for three years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Department. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so by written amendment prior to the expiration of the original term or the then-current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Agreement is for an amount not to exceed $626,643.75, 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. Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form July 11, 2019 SCANNED 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: Name: Rudy Soliz Department: Asset Management Phone: (361 ) 826-1980 Email: RudyS@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 Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form July 11, 2019 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. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form July 11, 2019 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. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator unless the subcontractors were named in the bid or proposal or in an Attachment to this Agreement, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. The City may, at the City's sole discretion, choose not to accept Services performed by a subcontractor that was not approved in accordance with this paragraph. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Rudy Soliz Title: Operations Division Superintendent Address: 5352 Ayers, Bldg. 3A, Corpus Christi, Texas 78415 Phone: (361) 826-1980 Fax: (361) 826-1989 IF TO CONTRACTOR: Smart Plumbing Incorpoated Attn: Reed Glendenning Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form July 11, 2019 Title: President Address: P.O. Box 81429, Corpus Christi, Texas 78468 Phone: (361 ) 993-5039 Fax: (361 ) 993-7838 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form July 11, 2019 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. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 21. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 22. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 23. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 24. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 25. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form July 11, 2019 CONTRACTOR Signature: Printed Name: Reed denning President Title: Date: 1-06-2020 CITY OF CORPUS CHRISTI PYA- 12- S Kim Baker Director of Contracts and Procurement Date: (. Z . Zo?o ATTEST:. REB CCA HUERTA CITY SECRETARY Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 2708 'V a f2 J . Exhibit 2: Contractor's Bid/Proposal Response /V` �uinurc��u 3T MCI 1 - °2-8 ,90 SEC1[ETAk� Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form July 11, 2019 Attachment A - Scope of Work 1.1 General Recauirements/Background Information The Contractor shall provide routine and emergency plumbing repair services to facilities located at City owned locations as listed in the Scope of Work on an as needed basis. 1.2 Scope of Work A. The Contractor shall provide all labor, materials, parts, tools, and equipment necessary to perform plumbing services on an as needed basis. B. The Contractor shall have licensed journeyman plumbers with helpers to provide the services needed. C. The Contractor shall have the proper equipment to inspect video pipe, hydro jet clogged sewer lines, hydrostatic test slab leaks, gas leaks, and vacuum septic systems. D. All work performed must be accomplished in a manner that meets all applicable specifications, trade standards and provisions, and federal, state, and local codes and regulations. 1.3 Routine and Emergency Service Calls A. The Contractor shall be available to perform services on an as needed basis. B. The City will provide a work order before commencement of services. The Contractor shall request the work order from the Operation Superintendent, if City fails to provide the order. C. In order to minimize overstaffing and equipment downtime, the City staff shall provide a work description in the work order or explain by email/phone. Based on the description, the Contractor will have a general idea of the work prior to commencement. D. After inspection of work, if the anticipated cost of Labor and Materials exceeds $1000, the Contractor must obtain approval from the Operation Superintendent prior to commencement of work. E. The Contractor shall perform routine service calls during normal working hours 8:00 AM to 5:00 PM, excluding City holidays. The Contractor shall be on site within two hours or within an agreeable time frame determined by the Operation Superintendent. F. Emergency service calls are defined as an event which requires immediate action to prevent a hazard to life, health, safety, property or to avoid failure of an equipment. When an emergency arises, the Operation Superintendent shall notify the Contractor of the emergency repair at the facility. The Contractor shall Revised 4.4.19 be on site within an agreeable time frame determined by the Operation Superintendent. G. The Contractor shall check in with the Operation Superintendent at the location upon arrival and check out after completion of work. H. If the Contractor is required to leave the premises to obtain parts or other materials, the Operation Superintendent must be notified. I. The Contractor shall only invoice the City for the time spent on the property. The City will not pay for time spent in route or traveling to acquire parts/supplies. J. Upon completion of the routine or emergency service call, the Contractor's representative shall provide a job ticket. The job ticket shall include, but not limited to: a. Company Name b. Name of technician and/or helper c. Date of service d. Detailed description, of the work performed e. Root causes of failure, if applicable f. Parts used g. Work order number h. Total time spent on job 1.4 Invoicing A. The Contractor shall submit invoices monthly to Accounts Payable, with a copy of invoice sent to Contract Administrator. Invoices shall include: 1 . Work description 2. Location and date of repairs 3. List of materials replaced 4. Labor hours B. Hourly labor rates shall be actual time worked at the job site. C. The Contractors' mileage, freight, travel time will not be accepted. D. Parts and materials shall be cost plus markup percentage. E. Upon request, the Contractor shall provide proof of cost with all invoices that list such charges. 1.5 Safety Instructions A. The Contractor shall barricade or place cones around work area before commencing services. B. The Contractor shall try to minimize interference to the building occupants with their day to day operations. C. The Contractor shall not store worn or defective parts on City premises at the end of workday, unless otherwise approved by the Contract Administrator. Revised 4.4.19 D. The Contractor must clean work site from debris or hazards after completion of work. E. The Contractor must dispose of all worn or defective parts, oils, solvents in accordance with all applicable laws, rules and regulations to ensure the highest level of safety to the environment and public health. 1.6 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 Contact are provided as specified. The Contractor will also provide supervision of the work to ensure it complies with the contract requirements. 1.7 Warranty The Contractor shall provide one-year warranty on workmanship. The Contractor shall provide one-year warranty or manufacturer warranty on all new parts. 1.8 Work Site and Conditions The Contractor may potentially perform plumbing services to the following locations on an as needed basis. BUILDING Address Zip Code Health 1 1702 Horne Rd, Corpus Christi, TX 78416 Department 2 City Hall 1201 Leopard St, Corpus Christi, TX 78401 3 Gas Department 4225 S Port Ave, Corpus Christi, TX 78415 4 Police 321 John Sartain St, Corpus Christi, 78401 Department TX 5 Municipal Courts TX 1 John Sartain St, Corpus Christi, 78401 6 Frost Bank 2402 Leopard St, Corpus Christi, TX 78408 Water 7 2726 Holly Rd, Corpus Christi, TX 78415 Department Broadmoor 8 1651 Tarlton St, Corpus Christi, TX 78415 Senior Center 9 Ethel Eyerly 654 Graham Rd. Corpus Christi, TX 78418 Senior Center 10 Garden Senior 5325 Greely Dr, Corpus Christi, TX 78412 Center 1 1 Greenwood 4040 Greenwood Dr, Corpus 78416 Senior Center Christi, TX Revised 4.4.19 12 Lindale Senior 3135 Swantner St, Corpus Christi, TX 78404 Center 13 Northwest Senior 9725 Up River Rd, Corpus Christi, TX 78410 Center 14 Oveal Williams 1414 Martin Luther King Dr, Corpus 78401 Senior Center Christi, TX 15 Zavala Senior 510 Osage St, Corpus Christi, TX 78405 Center 16 La Retama 805 Comanche St, Corpus Christi, 78401 Central Library TX 17 Garcia Public 5930 Brockhampton St, Corpus 78414 Library Christi, TX 18 Janeth Harte 2629 Waldron Rd, Corpus Christi, TX 78418 Public Library 19 Hopkins Public 3202 McKenzie Rd, Corpus Christi, 78410 Library TX 20 McDonalds 4044 Greenwood Dr, Corpus 78416 Library Christi, TX 21 Neyland Public 1230 Carmel Pkwy, Corpus Christi, 78411 Library TX Joe Garza 3204 Highland Ave, Corpus Christi, 22 Recreation TX 78405 Center Lindale 23 Recreation 3133 Swantner St, Corpus Christi, TX 78404 Center Oak Park 24 Recreation 842 Erwin Ave, Corpus Christi, TX 78408 Center 25 Oso Recreation 1 1 1 1 Bernice Dr, Corpus Christi, TX 78413 Center 26 Solomon Coles 924 Winnebago St, Corpus Christi, 78401 Rec Center TX 27 Science and 1900 N Chaparral St, Corpus 78401 History Museum Christi, TX 28 Al Kruse Tennis 502 King St, Corpus Christi, TX 78401 Center 29 HEB Pool 1520 Shely St, Corpus Christi, TX 78404 Complex 30 HEB Tennis Court 1520 Shely St, Corpus Christi, TX 78404 31 Central Kitchen 4141 Old Brownsville Rd, Corpus 78405 Christi, TX 32 0 N Stevens 13101 Leopard St, Corpus Christi, 78410 Plant TX Revised 4.4.19 33 Solid Waste 2525 Hygeia, Corpus Christi, TX 78415 Building Oso Wastewater 34 Treatment Plant 501 Nile, Corpus Christi, TX 78412 (WWTP) Greenwood 6541 Greenwood Dr, Corpus 35 Wastewater 78417 treatment Plant Christi, TX Broadway 1402 W Broadway, Corpus Christi, 36 Wastewater TX 78401 Treatment plant Laguna Madre 37 Wastewater 201 Jester St, Corpus Christi, TX 78418 Treatment Plant White Cap 13409 White Cap St, Corpus Christi, 38 Wastewater TX 78418 Treatment plant 39 Allison WWTP 4101 Allison St, Corpus Chishti, TX 78410 40 CEFE Landfill 2397 Co.Rd.20, Robstown, TX 78380 41 J C Elliot Transfer 6594 Greenwood St, Corpus Christi, 78415 Station TX 42 City owned City wide location Revised 4.4.19 Attachment B - Bid/Pricing Schedule losc e° ; : fi� CITY OF CORPUS CHRISTI REVISED ADDENDUM , I CONTRACTS AND PROCUREMENT DEPARTMENT v"'r BID FORM Oq OPPZ RFB No. 2708 1852 Plumbing Services and Repairs for Asset Management Date: 11/29/2019 PAGE 1 OF 2 Authorized Bidder: Smart Plumbing Inc. Signature: 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 Qty. Unit Unit Price Total Price 1 Journeyman Plumber- Regular HRS 3000 $ 89.00 $ 267,000.00 Hours M-F 8:00 am - 5:00 pm 2 Plumbers Helper- Regular Hours HRS 1000 $ 49.00 $ 49,000.00 M-F 8:00 am - 5:00 pm 3 Journeyman Plumber- After HRS 100 $ 111.25 $ 11,125.00 Hours, holidays, weekends 4 Plumbers Helper- After Hours, HRS 100 $ 61.25 $ 6,125.00 holidays, weekends 5 Licensed Drain Cleaner- Regular HRS 450 $ 100.00 $ 45,000.00 Hours M-F 8:00 am - 5:00 pm Licensed Drain Cleaner and $ $ 6 Helper- Regular Hours M-F 8:00 HRS 300 149.00 44,700.00 am - 5:00 pm 7 Licensed Drain Cleaner- After HRS 150 $ 125.00 $ 18,750.00 Hours, holidays and weekends Licensed Drain Cleaner and $ $ 8 Helper-After Hours, holidays and HRS 75 186.25 13,986.75 weekends 9 Hydro-Jetting Services HRS 75 $ 145.00 $ 10,875.00 10 Video Pipe Inspection HRS 75 $ 145.00 $ 10,875.00 11 Vacuum Truck Service HRS 75 $ 150.00 $ 11,250.00 12 Disposal of Waste GL 3,000 $ .25 $ 750.00 Item Description Estimated Markup % Spend + Spend Markup _ 11 Parts/Materials $115,000.00 19% $ 136,850.00 Total $ 626,643.75 Attachment C - Insurance Requirements I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administrator one (1) copy of Certificates of Insurance (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 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-day advance written notice of Bodily Injury and Property Damage cancellation, non- renewal material change or termination required on all Per occurrence - aggregate certificates and policies. COMMERCIAL GENERAL LIABILITY $1 ,000,000 Per Occurrence including: $1 ,000,000 Aggregate 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) $1,000000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of Exhibit. not domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2019 Insurance Requirements Facility and Property Management Plumbing Installation, Maintenance, Repairs and Emergency Repairs 01/04/2019 sw Risk Management Valid Through 12/31/2019 Attachment C - Bond Requirements No bond requirements necessary for this service agreement; Section 5. Insurance; Bonds Subsection (B) is null for this service agreement. Attachment D - Warranty Requirements The Contractor shall provide one-year warranty on workmanship. The Contractor shall provide one-year warranty or manufacturer warranty on all new parts.