HomeMy WebLinkAboutC2020-205 - 6/9/2020 - ApprovedService Agreement Standard Form Page 1 of 7
Approved as to Legal Form November 11, 2019
SERVICE AGREEMENT NO. 2263
Fire Sprinkler Inspection, Testing and Maintenance Services
THIS Fire Sprinkler Inspection, Testing and Maintenance Services Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation (“City”) and Ranger Fire, Inc. (“Contractor"), effective upon
execution by the City Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Fire Sprinkler Inspection, Testing and
Maintenance Services in response to Request for Bid/Proposal No. 2263 (“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 Fire Sprinkler Inspection, Testing and Maintenance
Services (“Services”) in accordance with the attached Scope of Work, as shown
in Attachment A, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Agreement is for 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
$180,750.00, subject to approved extensions and changes. Payment will be made
for Services completed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. Contractor shall invoice no more
frequently than once per month. All pricing must be in accordance with the
attached Bid/Pricing Schedule, as shown in Attachment B, the content of which
is incorporated by reference into this Agreement as if fully set out here in its
entirety. Any amount not expended during the initial term or any option period
may, at the City’s discretion, be allocated for use in the next option period.
Invoices will be mailed to the following address with a copy provided to the
Contract Administrator:
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form November 11, 2019
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: Adrian Lopez
Department: Asset Management
Phone: (361) 826-3318
Email: AdrianL@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance (“COI”), as proof of the required insurance
coverages, to the City’s Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days’
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond’s terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form November 11, 2019
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item’s
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City’s invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City’s actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City’s product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City’s City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form November 11, 2019
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: Adrian Lopez
Title: Operations Division Superintendent
Address: 5352 Ayers, Bldg. 3A, Corpus Christi, Texas 78415
Phone: (361) 826-3318
Fax:(361) 826-1989
IF TO CONTRACTOR:
Ranger Fire, Inc.
Attn: Donald Vickery
Title: Project Manager
Address: 360 South Blue Mound Road, Saginaw, Texas 76131
Phone: (817)847-7757
Fax: N/A
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form November 11, 2019
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS (“INDEMNITEES”) FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS’ FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City Manager may terminate this Agreement for Contractor’s failure to
comply with any of the terms of this Agreement. The Contract Administrator must
give the Contractor written notice of the breach and set out a reasonable
opportunity to cure. If the Contractor has not cured within the cure period, the
City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Contractor for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
19. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner’s manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form November 11, 2019
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. 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.
26. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form November 11, 2019
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
________________________________________________
Kim Baker
Director of Contracts and Procurement
Date: _________________________
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 2263
Exhibit 2: Contractor’s Bid/Proposal Response
Daniel Shipman
President
4/29/20
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
06-09-2020
___________________Authorized By
Council ________________________
M2020-099
6/10/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
Revised 4.4.19
Attachment A - Scope of Work
1.1 General Requirement
A. The Contractor shall provide Fire sprinkler inspection, testing and maintenance
service on an annual basis at the locations listed in the Scope of work. The
Contractor shall properly inspect and test at the required times the property
systems to keep the equipment operable.
B. The Contractor shall provide services including but not limited to control valves,
check valves, backflow preventer, pressure regulating valves, system riser check
valves, dry pipe valves, sprinkler head, piping, electrical connections, and
sprinkler fire pump
C. The Contractor shall perform inspection, testing and maintenance at the
locations listed on the list below. The Contractor shall perform services to all the
Fire sprinkler system components as per the National Fire Protection Association
(NFPA), federal and state laws, rules and regulation.
D. The Contractor shall maintain all equipment in accordance with each
equipment manufacturers recommendations and industry standards.
E. The Contractor shall provide all labor, supervision, equipment, parts, and
transportation necessary to perform the services.
1.2 Fire Sprinkler System List
Location Type of System Inspection, Testing and
Maintenance Checklist
Health
Department
Wet type sprinkler – No pump
assist (fed from City water
pressure)
Standpipe and Sprinkler
City Hall Wet type for General Building fire
suppression
Halon 1301 in Basement IT area
Fire Pump and Controller,
Standpipe, General
Sprinkler, halon inspection
and Halon Hydrostatic test
CCPD (Delta) Wet Type for General Building fire
suppression, Halon 1301 in Radio
room, phone room and Metro
Com area
Fire Pump and Controller,
Standpipe, General
Sprinkler, halon inspection
and Halon Hydrostatic test
Municipal
Courts
Wet Type for General Building fire
suppression, Halon 1301 in Radio
room, phone room and Metro
Com area
Fire Pump and Controller,
Standpipe, General
Sprinkler, halon inspection
and Halon Hydrostatic test
Frost Bank Wet type for General fire
suppression. ANSUL in Kitchen
Fire Pump and Controller,
General Sprinkler,
Standpipe, ANSUL
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Revised 4.4.19
La Retama
Central
Library
Wet type for General building fire
suppression
Fire Pump and Controller,
Standpipe, General Sprinkler
Garcia Public
Library
Wet type system fed from Kaffie
Middle School
Inspection shall be
performed in conjunction
with main building
inspections
Science and
History
Museum
Wet type system for General
building fire suppression
Fire Pump, Controller,
Standpipe and General
Sprinkler
Central
Kitchen
ANSUL protection in Kitchen area ANSUL
ON Stevens Wet Type for general fire
suppression
Fire Pump and Controller,
Standpipe (where
applicable), General
Sprinkler
Broadway
WWTP
Wet Type for General building fire
suppression
Fire Pump and Controller,
Standpipe (where
applicable), General
sprinkler
1.3 Repair
A. The Contractor shall provide labor, technician, parts, supplies, materials, tools,
equipment and transportation necessary to perform the repair services for the fire
sprinkler system listed in the Scope of work.
B. The Contract Administrator will place a service call via phone/email to the
Contractor to initiate the repair. The copy of the work order will be provided after
the phone/email request. The Contractor shall request the work order copy from
the Contract Administrator, if City fails to provide it.
C. The Contractor shall provide emergency repair services as needed. Emergency
service is defined as an event which requires immediate action to prevent a
hazard to life, health, safety, property or to avoid failure of equipment. When an
emergency arises, the Contract administrator will notify Contractor about the
emergency repair via phone or email. The Contractor shall be on site within time
frame agreed upon by the Contract Administrator. A work order will be issued as
soon as possible documenting the emergency request.
D. The Contractor shall respond to an emergency call within two hours unless
otherwise agreed upon.
E. Replacement of parts shall only be performed when current parts cannot be
repaired, not economical to repair the parts, or approved by the Contract
Administrator.
F. The Contractor shall use parts specified by the manufacturer or approved
equivalent. All parts shall be new and not refurbished.
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Revised 4.4.19
G. During the term of the contract, if the Contract Administrator deems an estimate
to be unreasonable, then the Contract Administrator reserves the right to request
quotes from other Contractors for such services.
1.4 Service Personnel
A. Any personnel assigned to this contract shall meet all applicable certification
requirements of any regulatory agency having jurisdiction. The Contractor shall
ensure that all personnel are continuously trained to meet the latest industry
standards.
B. The Contractor shall ensure that all crews are fully and properly equipped to
perform the services promptly and safely without delay. All personnel assigned to
the service agreement shall wear a uniform, including safety equipment and any
company issued photo identification. The Contractor employees working on site
shall wear clothing with an identifiable logo bearing the name of the company
visible from 15 feet. All personal shall be neatly dressed in shirt, safety shoes and
long pants. Shorts or torn clothing are unacceptable.
C. The Contractor shall conduct background checks for all personnel before they
are assigned to work under this contract. The Contract Administrator may ask for
a background check report from the Contractor. The City reserves the right to
approve or refuse employees because of an unsatisfactory background check.
Background checks will be done at the sole expense of the Contractor.
1.5 Site Control
A. The Contractor shall barricade or place cones around the work area before
commencing services. The Contractor shall safeguard the area while services are
being performed. The Contractor shall try to minimize an interference to the
building occupants with the day to day operations. The Contractor shall be
responsible for assuring the safety of its employees, City employees, and the
public during performance of all services under this agreement.
B. The Contractor will be responsible for any personal and/or property damage
incurred during the performance of work under this contract.
C. The Contractor shall not store worn or defective parts on City premises at the end
of the workday, unless otherwise approved by the Contract Administrator.
D. The Contractor must clean the work site from debris or hazards after completion
of work.
E. The Contractor shall dispose all worn/defective parts, oils, solvent, in accordance
with all applicable laws, rules and regulations as to ensure the highest level of
safety to the environment and public health.
1.6 Recordkeeping
The Contractor shall establish and maintain a log delineating complete and
accurate records of all inspection, testing, maintenance, repairs, parts and materials
for each location for the term of the contract. The Contractor shall update logs after
each service defined in the Contract.
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Revised 4.4.19
1.7 Contract Pricing
A. Inspection, testing and maintenance pricing for all locations mentioned in the
Scope of work shall remain fixed during the term of the Contract.
B. Repairs during the inspection and maintenance or on call repairs shall be
invoiced at actual hours work at hourly labor rates as established in this Contract.
C. Parts/Materials installed shall be invoiced at the Contractor’s actual cost to
include any discount offered by the supplier and contract allowable markup.
Material prices are subject to verification and receipts are required.
1.8 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.
1.9 Work Location
Location Address
Health Department 1702 Horne Rd, Corpus Christi, TX 78416
City Hall 1201 Leopard St, Corpus Christi, TX 78401
Police Department 321 John Sartain St, Corpus Christi, TX 78401
Municipal Courts 321 John Sartain St, Corpus Christi, TX 78401
Frost Bank 2402 Leopard St, Corpus Christi, TX 78408
La Retama Central Library 805 Comanche St, Corpus Christi, TX 78401
Garcia Public Library 5930 Brockhampton St, Corpus Christi, TX 78414
Museum of Science and
History
1900 N Chaparral St, Corpus Christi, TX 78401
Central Kitchen 4141 Old Brownsville Road, Corpus Christi, TX 78405
ON Stevens WWTP 13101 Leopard St, Corpus Christi, TX 78410
Broadway WWTP 1402 W Broadway, Corpus Christi, TX 78401
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326.,,,achment B -Bid/Pricing/Schedule
Date: �� 3/2C,
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
DEPARTMENT
BID FORM
RFB No. 2263
Fire Sprinkler Inspection, Testing and
Maintenance Services
Authorized
Bidder: Ranger Fire Inc. Signature:
ss
A/
ADP"
PAGE 1 OF 2
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
Fire Sprinkler
Inspection, Testing
and Maintenance
UNIT
QTY
Unit
Price
Total Price
Health Department
Year
3
$ 1, 000
$ 3,000
2
City Hall
Year
3
$2,000
$ 6,000
3
CCPD Delta
Year
3
$ 2,000
$ 6,000
4
Municipal Court
Year
3
$ 2,000
$ 6,000
5
Frost Bank
Year
3
$ 1,500
$ 4,500
6
La Retama Central Library
Year
3
$ 1,000
$ 3,000
7
Garcia Public Library
Year
3$
1,000
$ 3,000
8
Museum of Science and
History
Year
3
$ 1,000
$ 3,000
9
Central Kitchen
Year
3
$ 5 0 0
$ 1, 50 0
10
ON Stevens
Year
3
$ 1, 0 0 0
$ 3, 0 00
11
Broadway WWTP
Year
3
$ 1, 0 00
$ 3, 0 0 0
Item
Repairs
UNIT
QTY
Unit
Price
Total Price
12
Licensed Technician
Normal Hours, M- F, 8:00
AM to 5:00 PM
HRS
750
$ 8 5
$ 63 , 7 5 0
13
Licensed Technician
Afterhours, Weekends and
Holidays
HRS
150
$ 155
$23,250
Estimated
Spend
Markup (%)
$
14
Parts/Materials
$ 45,000
% 15
$ 51,750
Total
$180,750
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
30-written day notice of cancellation,
required on all certificates or by
applicable policy endorsements
Bodily Injury and Property Damage
Per occurrence - aggregate
Commercial General Liability
Including:
1.Commercial Broad Form
2.Premises – Operations
3.Products/ Completed Operations
4.Contractual Liability
5.Independent Contractors
6.Personal Injury- Advertising Injury
$1,000,000 Per Occurrence
AUTO LIABILITY (including)
1.Owned
2.Hired and Non-Owned
3.Rented/Leased
$1,000,000 Combined Single Limit
WORKERS’ COMPENSATION
EMPLOYER’S LIABILITY
Statutory
$500,000 /$500,000 /$500,000
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.
Page 1 of 3
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
B.ADDITIONAL REQUIREMENTS
1.Applicable for paid employees, Contractor must obtain workers’ compensation
coverage through a licensed insurance company. The coverage must be written on
a policy and endorsements approved by the Texas Department of Insurance. The
workers’ compensation coverage provided must be in an amount sufficient to assure
that all workers’ compensation obligations incurred by the Contractor will be
promptly met.
2.Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written on an occurrence basis, by companies authorized and admitted
to do business in the State of Texas and with an A.M. Best's rating of no less than A-
VII.
3.Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All
notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
4. Contractor agrees that with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
•List the City and its officers, officials, employees, volunteers, and elected
representatives as additional insured by endorsement, as respects operations,
completed operation and activities of, or on behalf of, the named insured
performed under contract with the City, with the exception of the workers'
compensation policy;
•Provide for an endorsement that the "other insurance" clause shall not apply to the
City of Corpus Christi where the City is an additional insured shown on the policy;
•Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
•Provide thirty (30) calendar days advance written notice directly to City of any
suspension, cancellation, non-renewal or material change in coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
5.Within five (5) calendar days of a suspension, cancellation, or non-renewal of
coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Page 2 of 3
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
6.In addition to any other remedies the City may have upon Contractor's failure to
provide and maintain any insurance or policy endorsements to the extent and within
the time herein required, the City shall have the right to order Contractor to remove
the exhibit hereunder, and/or withhold any payment(s) if any, which become due
to Contractor hereunder until Contractor demonstrates compliance with the
requirements hereof.
7.Nothing herein contained shall be construed as limiting in any way the extent to
which Contractor may be held responsible for payments of damages to persons or
property resulting from Contractor's or its subcontractor’s performance of the work
covered under this agreement.
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.
2019 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services – Services Performed Onsite
04/26/2019 Risk Management – Legal Dept.
No bond is required for this service agreement; therefore, Section 5, Insurance; Bonds,
subsection 5 (B) is null and void.
Page 3 of 3
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326
Attachment D: Warranty Requirements
A.The Contractor will provide a six-month warranty on all parts and
components. Any failed part or component will be replaced with a new
similar item within the warranty period without any cost to the City.
B.The Contractor agrees to replace all defective items delivered under this
contract free of charge.
C.The Contractor will pay all transportation charges covering return
replacement and installation of these items.
Page 1 of 1
DocuSign Envelope ID: 929BA112-BE4B-42B5-9624-FCEEDAAC0326