HomeMy WebLinkAboutC2020-245 - 7/28/2020 - ApprovedService Agreement Standard Form Page 1 of 7
Approved as to Legal Form March 9, 2020
SERVICE AGREEMENT NO. 3065
Armored Courier Services
THIS Armored Courier Services Agreement ("Agreement") is entered into by and
between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”)
and Rochester Armored Car Co., Inc. (“Contractor"), effective upon execution by the
City Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Armored Courier Services in response
to Request for Bid/Proposal No. 3065 (“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 Armored Courier 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 five 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
$183,600.00, 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: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form March 9, 2020
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:
Judy Ann Villalon
Finance Department
361-826-3651
JudyAV@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: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form March 9, 2020
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: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form March 9, 2020
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: Judy Ann Villalon
City Treasurer
1201 Leopard St., Corpus Christi, TX 78401
Phone: 361-826-3651
Fax: 361-826-4371
IF TO CONTRACTOR:
Rochester Armored Car Co., Inc.
Attn: William P. Shea
VP Strategic Accounts
3937 Leavenworth Street, Omaha, NE 68105
Phone: 800-558-9323 ext. 238
Fax: 405-558-9326
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form March 9, 2020
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: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form March 9, 2020
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
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.
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form March 9, 2020
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.
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. 3065
Exhibit 2: Contractor’s Bid/Proposal Response
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CE
William Shea
VP Strategic Accounts
6/13/2020
DocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
___________________Authorized By
Council ________________________
M2020-125
07/28/2020
7/29/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
Attachment A: Scope of Work
1.1 General Requirements/Background Information
The Contractor shall provide armored courier services as outlined in this
Scope of Work.
1.2 Scope of Work
A.The Contractor shall have a vault at the Contractor’s place of business.
B.The Contractor is responsible to meet all applicable federal and state laws
regarding licensing and bonding while engaged in providing Armored
Courier Services to the City. Contractor shall submit satisfactory evidence
that it is in good standing in this regard.
C.The Contractor shall include criteria for background checks and security
clearance on armored courier personnel. Periodic statements on the
company’s policy may be requested through the term of the agreement.
D.The Contractor shall employ a minimum of two employees per vehicle.
E.The Contractor must be able to transport multi-bag pick-ups or large
tamper evident bags.
F.The Contractor’s vehicles must have armor plating, or some means of
bullet proof protection and bullet proof glass.
G.All vehicles used to service the City’s account must be equipped with
mobile telephones or two-way radios.
H.All windows on all vehicles must be closed at all times.
I.The Contractor shall provide and maintain vehicles necessary to meet the
requirements of the agreement. Only armored transport vehicles shall be
used; standard street vehicles such as unarmored automobiles, vans, light
trucks, etc., are not acceptable. All vehicles used in the performance of
this agreement shall be registered, licensed, and insured. All vehicles shall
be in good repair and able to operate efficiently and safely. Vehicles
used in the performance of this agreement should have the Contractor’s
company name prominently displayed on both sides of the vehicle.
Page 1 of 4
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
J.The Contractor vehicles servicing the City’s account shall meet or exceed
certification standards for an armored vehicle.
K.The Contractor shall provide contact information for service, billing, and
account questions.
L.All Contractor employees assigned to duty under the contract must
maintain minimum fitness for duty requirements including mental and
physical ability to guard and protect City monies as set forth in the
Contractor policies and procedures for maintaining fitness for duty
standards.
M.All Contractor employees providing service to the City’s account must
present their company employee identification card immediately to the
City employee releasing the deposit for their department.
N.All Contractor employees providing service to the City’s account must
wear proper identification, (patch and security label) on shirt and/or
jacket. Apparel should be consistent and neat in appearance. Only
authorized personnel are to be in attendance when servicing the
contract.
O.The Contractor shall adhere to the pick-up/drop-off schedule. If the
Contractor is unable to perform the work as scheduled, they shall inform
the Contract Administrator upon notification of any changes.
P.The Contractor’s equipment must be operational at all times during the
performance of the work.
Q.The Contractor’s employee needs to service the Central Cashiering City
Hall location from the Lipan Street entrance.
R.The Contractor shall provide a bill of lading, which details the number of
bags, the amount of the deposit, and tamper evident deposit bag
number(s), to the City employee for all pick-ups and change order
deliveries.
S.A signature must be obtained from the Commercial Vault Supervisor or
their designee on the bill of lading for all deposits delivered to the City
depository during normal business hours (Monday-Friday, 8:00am to 5:00
pm). Use of night depository is not permitted. Deposits which cannot be
delivered during normal business hours must be kept safe in a vault at the
Contractor’s place of business and delivered to the City’s depository prior
to 3:00pm the next business day.
Page 2 of 4
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
T.The Contract pricing is an all-inclusive monthly pricing. No additional
charges will be accepted.
U.The Contractor shall provide one invoice monthly for all locations. The
invoice shall be submitted to accounts payable with a copy of invoice
emailed to the Contract Administrator.
1.3 Work Site and Conditions
The Contractor shall provide Armored Courier Services at the following
locations at the designated times.
Drop-off location will be at City of Corpus Christi Depository Bank-Frost Bank-
Vault Services-501 South Shoreline Blvd., Corpus Christi, TX before 3:00pm.
Pick-Up Location Pick-up Time Frequency
Police Department–
321 John Sartain St.
8:00am–10:30 am Monday-Friday*
Police Impound Lot–
5485 Greenwood Dr.
8:00am-12:00pm
AUCTION ONLY: First Saturday of every
month (will call after 4:45pm. Must pick-
up within one hour after being called)
Monday-Friday*
And 1st Saturday of
every month
Health Department-
1702 Horne Road
8:00am-12:00pm Monday-Friday*
Central Cashiering-
City Hall 1st Floor-1201
Leopard St.
8:00am-10:30am Monday-Friday*
Municipal Court-120
N. Chaparral St.
8:00am-10:30am Monday-Friday*
Landfill/Solid Waste-
7001 Ayers St.
8:00am-10:30am Monday-Friday**
Saturday
City of Corpus Christi
International Airport-
1000 International Dr.
Parking Toll Plazas-
Parking Lot Exit
8:00am-1:30pm 365 days per year
Development
Services-2406 Leopard
St.
8:00-11:00am Monday-Friday*
*Locations will not require service on City recognized holidays (New Year’s Day, Martin
Luther King Day, Memorial Day, Independence Day, Labor, Day, Thanksgiving Day,
Friday after Thanksgiving Day, and Christmas Day.
**Landfill location will not require service on Landfill holidays closures: New Years Day,
Independence Day, Thanksgiving Day, and Christmas Day.
Page 3 of 4
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
1.4 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.
1.5 Special Instructions
The Contract Administrator for the City of Corpus Christi is as outlined below.
The Contract Administrator shall approve all phases of performance and
operations under this Contract including authorization for payment. The
Contract Administrator or designee shall be the single point of contact for
the Contractor for all matters. The Contract Administrator may change over
time and any such changes will be given to the Contractor in writing.
Judy Villalon, City Treasurer
P.O. Box 9277
Corpus Christi, TX 78469-9277
361-826-3651
JudyAV@cctexas.com
Page 4 of 4
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
DEPARTMENT
BID FORM
RFB No. 3065
Armored Courier Services
Date: 5/15/2020
Bidder: Rochester Armored Car Co., Inc.
Authorized
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:
PAGE
1 OF 2
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.
5 Unit Item Description UNIT Year Total Price Price QTY
1 Police Department -321 John MO 60 $345.00 $20,700.00 Sartain St.
2 Municipal Court -120 N. Chaparral MO 60 $345.00 $20,700.00 St.
3 Police Impound Lot -5485 MO 60 $345.00 $20,700.00 Greenwood Dr.
4 Police Impound Lot -1st Saturday of Days 60 $20.00 $1,200.00 the Month ( 12 Saturdays per year)
5 Health Department -1702 Horne Rd. MO 60 $345.00 $20,700.00
6 Central Cashiering-City Hall -1201 MO 60 $345.00 $20,700.00 Leopard St.
7 Landfill/Solid Waste -7001 Ayers St. MO 60 $345.00 $20,700.00
Addendum No. 2
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Page 2 of 2
8 $5,200.00
$400.00
Total
Addendum No. 2
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
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
ARMORED CAR “ALL-RISK” TRANSIT &
STORAGE
INCLUDING FIDELITY COVERAGE
$1,000,000 Per Occurrence
Page 1 of 3
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
3.In the event of accidents of any kind related to this agreement, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days of
the accident.
B.ADDITIONAL REQUIREMENTS
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.
Page 2 of 3
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
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.
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.
2020 Insurance Requirements
Ins. Req. Exhibit – Armored Courier Services
04/07/2020 Risk Management – Legal Dept.
No bond is required for this service agreement.
Page 3 of 3
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41
Attachment D: Warranty Requirements
Warranty is not required for this service agreement; therefore, Section 8,
Warranty, subsection 8 (A) and 8 (B) is null and void.
Page 1 of 1
DocuSign Envelope ID: 25B80737-B99A-407C-A0B4-244276CD22CEDocuSign Envelope ID: 2D328197-4BF0-4946-BFE8-46F8105C8D41