Loading...
HomeMy WebLinkAboutC2020-206 - 6/23/2020 - ApprovedDocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 SERVICE AGREEMENT NO. 81266 HACH- Water Information Management System and Bio Tector Analyzer THIS HACH- Water Information Management System and BioTector Analyzer Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home -rule municipal corporation ("City") and HACH Company ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide HACH - Water Information Management System and BioTector Analyzer in response to Request for Bid/Proposal No. SS -81266 ("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 HACH -Water Information Management System and BioTector Analyzer ("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 $192,977.12, 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 March 9, 2020 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 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: Diana Garza-Zertuche Department: Utilities Department Phone: (361) 826-1827 Email: DianaG@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 March 9, 2020 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 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 March 9, 2020 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 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: Diana Zertuche Garza Title: Contract/Fund Administrator Address: 2726 Holly Road, Corpus Christi, Texas 78415 Phone:(361) 826-1827 Fax:(361) 826-1715 IF TO CONTRACTOR: HACH Company Attn: JR Stendebach Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 Title: Regional Sales Manager Address: 5600 Lindbergh Drive, Loveland, Colorado 80539 Phone: (970) 669-3050 Fax: (970) 669-2932 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 March 9, 2020 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 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 Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form March 9, 2020 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 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. CONTRACTOF3, � ` �. Signature: '/ 4-i..e\✓ Printed Name: r' f <« 13-c,„(i Title: Ca . !tib llt-kl kvE ►i--, ivl r S'u`-S yl'-) 4fe- i Date:i�- CITY OF CORPUS CHRISTI 1- DocuSigned by: tl fl i}9E tk61344F... Director of Contracts and Procurement 6/24/2020 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. SS -81266 Exhibit 2: Contractor's Bid/Proposal Response State of Colorado County of Larimer The foregoing instrument was acknowledged before me this 1st of May 2020 by Mary Baird, Sr. Manager of Hach Company. OLIVER WADOSCH NOTARY PUBLIC STATE OF COLORADO NOTARY ID# 20184037415 MY COMMISSION EXPIRES SEPTEMBER 20, 2022 032148 Authorized By 06-23-2020 Council ATTEST: DocuSigned by: Rek"."..41.14.144 "-37A77B20D51947D... Rebecca Huerta City Secretary Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form March 9. 2020 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 Attachment A - Scope of Work 1.1. General Requirements A. The Contractor will provide WIMSTM software with three years of service support, and the purchase of a BioTector with a one-year service support. Training will be specifically for the products withing this agreement. B. The Contractor is responsible WIMSTM installation and setup training for ten users and startup for the BioTector. C. The Contractor will provide consultation to gather information for WIMSTM and reagents and calibrations for BioTector for one year. After the one-year service for BioTector, the service will be added to the multi-year service agreement for HACH instruments. D. The Utilities - Water Department is located at 13101 Leopard St., Corpus Christi, Texas, 78410. DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 Attachment B Price Schedule Quote Number: 100375993v13 Use quote number at time of order to ensure that you receive prices quoted Quote Date: 15 -Apr -2020 Quote Expiration: 15 -Jun -2020 CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI, TX 78469-9277 Name: Rafael Martinez Phone: 361-826-1218 Email: rafaelm@cctexas.com Customer Account Number : 092064 Sales Contact: Alejandro Varela Email: avarela@hach.com Phone: 800-227-4224 Be Right"' Quotation Hach PO Box 608 Loveland, CO 80539-0608 Phone: (800) 227-4224 Email: quotes@hach.com Website: www.hach.com PRICING QUOTATION Line Part Number Description 'Qty Unit Price % Disc Net Unit Price Extended Price 1 WM-MU WIMS Multi User License with one concurrent user and one facility 1 4,923.00 10% 4,430.70 4,430.70 2 WM-MU-CONUSR WIMS CONCURRENT USER LICENSE 9 1,071.00 10% 963.90 8,675.10 3 WM-SCADA-INT SCADA/Historian Interface Module connects to a single SCADA source 1 3,131.00 10% 2,817.90 2,817.90 4 WM-SW WIMS base software for support contracts. 1 0.00 10% 0.00 0.00 5 DMWIMS SPT BAS WIMS yearly support contract - Basic support is 18% of overall software value 1 0.00 0.00 0.00 6 DM_WIMS-SERVICES WIMS Services 160 200.00 200.00 32,000.00 160 HOURS FOR DM_WIMS-SERVICES 7 DMWIMS-OSTRN-3DAY Onsite Services Three Day (concurrent) — Project Manager 1 9,373.00 9,373.00 9,373.00 8 NOSHIPOPENPROJ KEEPS ORDER OPEN FOR WIMS PROJECT DO NOT SHIP ITEM 1 0.00 0.00 0.00 9 DMWIMS-SPT-BAS WIMS yearly support contract - Basic support is 18% of overall software value; This service is for 3 years support 1 7,300.00 7,300.00 7,300.00 10 WM CIMS INT WIMS LIMS System Interface Module connects to a single LIMS system. Standard lead time 1 days. 1 3,131.00 10% 2,817.90 2,817.90 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 , ...cludes cloud storage, 11 CLAROS-YRLY user management, and graphs/spreadsheets Qty Unit Price % Disc Net Unit Price Extended Price 1 200.00 200.00 200.00 12 COLLECT-LP-YRLY Required for Claros Collect customers; price is per 100 location parameters 5 230.00 230.00 1,150.00 Grand Total $ 68,764.60 NOTES Hach WIMS Software: Hach WIMS(tm) with 10 concurrent users, 1 facility database, 1 year of support (starts on ship date) MS SQL 2012 Express 10 GB database (Included - requires Windows 7, Windows 8, Server 2008 R2, Server 2008 SP2, Server 2012, or Vista SP2). MS SQL 2005 (4GB limit)can be used on Win XP if required Standard SCADA Interface for Hach WIMS(tm) - Rockwell: Please go to www.hach.com/im<http://www.hach.com/im>, under "Helpful Links" click on Standard SCADA and LIMS Interfaces to review the list of Standard SCADA interfaces currently available. Please verify your system is listed and click on the Documentation link to review the technical details of the interface. Contact IIM Support at 800-667-0067 if you need assistance. NOTE: If your SCADA system is not on the Hach list of standard interfaces, a custom interface will be required and additional costs will be incurred. Completion of custom interfaces may extend beyond the completion of other aspects of the project but should not delay the use of most WIMS functionality. You should discuss impact to the project schedule with your HACH RSM and Project Manager. Mobile Data Collection Tool (Claros Collect) Budgetary pricing only until pricing model confirmed: Capturing remote field data via a web browser or iOS application. Requires a subscription service * Remote installation of the interface if required * Configuration of the interface * Form Setup Training * Enable the web services for your forms * Cross reference up to 10 variables to Hach WIMS * Training on how to capture data and how to send the data to your Hach WIMS Implementation Services: Typically includes (your Project Manager will finalize the scope of work based on your needs): * Project Administration * Consultation to gather information and determine specific needs to create a project plan. * Remote Basic Install Assistance * Basic Variable setup - Adapting an industry standard list of parameters and calculations for your plant/system. * Site specific calculation setup * The Hach Project Manager will complete set up of the following regulatory reports: * ONS Process Data 06-01-17 * SWMOR Plant 1 * SWMOR Plant 2 * 1 standard format monthly KPI report with up to 10 user defined KPIs (key performance indicators) * Predefined dashboard with 10 user defined KPI's and KPI graph set * 1 standard format yearly summary KPI report with up to 10 user defined KPIs * Data Entry Form development including 1 Custom Data Entry Form and standard Monthly Data Entry Forms for all parameters * Additional scope/work, billed at our standard labor rate, can be requested and will require a change order. * Implementation assumes internet access is available at installation site. * Data Migration services are NOT included. Historical data may be imported from SCADA/LIMS systems with Purchased Page 2 of 3 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 Quote Number: 100063439v9 Use quote number at time of order to ensure that you receive prices quoted Quote Date: 15 -Apr -2020 Quote Expiration: 15 -Jun -2020 CITY OF CORPUS CHRISTI 13101 LEOPARD STREET CORPUS CHRISTI, TX 78410 Name: Rafael Martinez Phone: 361-826-1218 Email: rafaelm@cctexas.com Customer Account Number : 092064 Sales Contact: JR Stendebach Email: jr.stendebach@hach.com Phone: 361-500-7136 Be Right " Quotation Hach PO Box 608 Loveland, CO 80539-0608 Phone: (800) 227-4224 Email: quotes@hach.com Website: www.hach.com PRICING QUOTATION Line Part Number 'escription y Unit Price i. Disc Net Unit Price Extended Price 1 B4QDDF052AECAE2 Exp Measuring Range: 25mg, Exp TN Value: Cell D 2mm, Exp TP Value: Cell F 10mm,Relais Out: None,Language: GB English, Channel: 1 Channel,Cabinet: TYPE 24 Enclosure IP44 (1500mm x 750mm x 320mm), Bus + Out: 2 additional 4-20mA, Relais In: None, Option: Grab sample -Calibration Port / Sample Line Cleaning, Brand: Hach. Standard lead time 30 days. 1 115,359.00 10% 103,823.10 103,823.10 2 12 -AIR -001 PSA oxygen concentrator with integrated compressorVoltage/Frequency: 115V/60HzPower: 350WDimensions: 700mm (H) x 400mm (W) x 370mm (D)The BioTector requires an oxygen supply to operate (average 22 L/hr), this can be supplied from 3 different sources. Note: Each oxygen output source is capable of supplying 2 BioTectors located within 10 meters of each other . Standard lead time 8 days. 1 7,559.00 10% 6,803.10 6,803.10 Page 1 of 3 Docu 5 g ne 3 tnveIope IU: U91-/t992-tU3t-4tb/-9931-bb/U/141Jb/tib 'art , um . er 19 -BAS -013 Description dd FLOW THRU SMPL CHMBR W/SAND TRAP. Standard lead time 8 days. Qt 1 Unit Price. 528.00 % Disc Net Unit Price Extended Price 10% 476.10 476.10 4 2985462 BioTector Acid Reagent (5 Gallons)4 -12 week supply depending on application and analyzer configurationShelf life 1 year. Standard lead time 7 days. 1 195.O0 10% 175.50 175.50 5 2985562 BioTector Base Reagent (5 Gallons)4 -12 week supply depending on application and analyzer configurationShelf life 1 year. Standard lead time 7 days. 1 129.00 10% 116.10 116.10 6 2985662 BioTector TN Cleaning Solution (5 Gallon)4 -12 week supply depending on application and analyzer configurationShelf life 1 year. Standard lead time 3 days. 1 177.00 1090 159.30 159.30 7 2986162 BioTector Total Phosphorous Reagent (5 Gallons14- 12 week supply depending on application and analyzer configurationShelf life 1 year. Standard lead time 10 days. 1 357.00 10% 321.30 321.30 8 27362 Deionized Water (5 Gallons)4 -12 week supply depending on application and analyzer configurationShelf life 1 year. Standard lead time 15 days. 1 123.00 10% 110.70] 110.70 9 WRTUPGBIDTECTOR TN OR TP SEPARATE CONCEN WarrantyPlus Service Agreement includes: instrument start-up, all parts, labor, and travel for on-site repairs, 1 on-site calibrations per year, factory recommended maintenance (including required parts), unlimited technical support calls, and free firmware updates. If the 02 Concentrator is not built into the BioTector analyzer, it is not covered under this service partnership. If using a Hach BioTector Compressor or a Venturi Sampler, those optional accessories must be covered separately. 1 7,527.00 7,527.00 7,527.00 10 59P x* Field Svc FULL DAY StartUp-PROCESS (P) 1 2,295.00 2,295.00 2,295.i t 11 STARTUP TRAVEL ** Field Svc HACH START UP TRAVEL CHG 1 250.00 250.00 250.00 Estimated ground slipping Grand Total $ 2,155,32: $ 124,212.52: e,.4( Sg• Mir+ ikb f r^JA SAI -ES GNAKLk j AAAY (E3, Page 2 of 3 DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 Attachment C- Insurance Requirements I. CONTRACTOR'S LIABILITY INSURANCE A. 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. B. 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: $1,000,000 Per Occurrence 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) $1,000,000 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 C. 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. DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 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 an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. 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 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 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, 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. DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 E. Within five (5) calendar days of a suspension, cancellation, or non -renewal of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 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 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. 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 agreement. 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 agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2020 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services - Services Performed Onsite 02/07/2020 Risk Management - Legal Dept. DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 Attachment C - Bond Requirements No bond requirements necessary for this service agreement; Section 5. Insurance; Bonds Subsection (B) is null for this service agreement. DocuSign Envelope ID: 09F7E992-ED3E-4E57-9931-657D714D57B6 Attachment D - Warranty Requirements SERVICES: Hach warrants that the services will be performed in a professional and workmanlike manner and will be of a quality conforming to general standards of care. If Hach breaches this or any other service warranty provided to the Customer, and if the Customer notifies Hach of such breach within 30 days of performance of Service, customer's exclusive remedy and Hach's entire liability for any breach of service warranty shall be re -performance of the specific non- conforming service. SOFTWARE: Hach warrants that it has the right to grant the licenses to the software licensed under this Agreement, and such software will substantially conform to the functional specifications and current documentation provided by Hach.