HomeMy WebLinkAboutC2020-343 - 9/29/2020 - Approved
Service Agreement Standard Form – Federal Funding Page 1 of 8
SERVICE AGREEMENT NO. 3108
Disaster Recovery & Emergency Response Grant Services
THIS Disaster Recovery & Emergency Response Grant Services Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation (“City”) and MPACT Strategic Consulting LLC
(“Contractor"), effective upon execution by the City Manager or the City Manager’s
designee (“City Manager”).
WHEREAS, Contractor has bid to provide Disaster Recovery & Emergency
Response Grant Services in response to Request for Bid/Proposal No. 3108 (“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 Disaster Recovery & Emergency Response Grant
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 two 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 three additional one-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
$500,000.00, 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: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Service Agreement Standard Form – Federal Funding Page 2 of 8
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:
Yvette Mendoza
Executive Department
361-826-3874
YvetteM2@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 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: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Service Agreement Standard Form – Federal Funding Page 3 of 8
7. Inspection and Acceptance. Any Services 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: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Service Agreement Standard Form – Federal Funding Page 4 of 8
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 if
the subcontractors were not named at the time of bid or proposal, 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.
13. Amendments and Changes. This Agreement may be amended or modified only
by written change order signed by both parties. Change orders may be used to
modify quantities as deemed necessary by the City. Any changes that alter the
method, price, or schedule of work must be allowable, allocable, within the scope
of any federal grant or cooperative agreement, and reasonable for the
completion of the project scope.
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 related 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: Yvette Mendoza
Assistant to Chief of Staff
1201 Leopard St., Corpus Christi, TX 78401
Phone: 361-826-3874
Fax: n/a
IF TO CONTRACTOR:
MPACT Strategic Consulting LLC
Attn: Spurgeon Robinson
President
4635 Southwest Freeway, Suite 700, Houston, TX 77027
Phone: 866-361-7611 ext. 700
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Service Agreement Standard Form – Federal Funding Page 5 of 8
Fax: n/a
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) Termination for Cause. 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) Termination for Convenience. 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. In the event of termination for convenience,
the Contractor will be compensated for all Services performed prior to the date
of termination. The City shall have no further obligations to the Contractor.
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Service Agreement Standard Form – Federal Funding Page 6 of 8
19. Effect of Breach. In addition to the remedy of termination, if the Contractor violates
or breaches any provision of the Agreement, the City may pursue any other claims
or causes of action available under the law. No specific sanctions or penalties
apply to this Agreement except those that are otherwise available under the law.
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 and exhibits;
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.
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
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Service Agreement Standard Form – Federal Funding Page 7 of 8
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.
28. Federal Funding Requirements. This project is subject to the applicable federal
contracting requirements of the federal agency providing funding for this
Agreement. A set of Federal Requirements has been attached as Attachment E,
the content of which is incorporated by reference into this Agreement as if fully
set out here in its entirety. The Contractor must comply with Attachment E while
performing the Services. The Contractor will insert in any subcontracts all Federal
Provisions/Requirements contained in the Agreement, such other clauses as the
federal agencies may by appropriate instructions require and a clause requiring
the subcontractors to include these clauses in any lower tier subcontracts. The
prime Contractor shall be responsible for the compliance by any subcontractor
or lower tier subcontractor with all the contract clauses.
[Signature Page Follows]
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Service Agreement Standard Form – Federal Funding Page 8 of 8
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
_____
Kim Baker
Director of Contracts and Procurement
Date:
APPROVED AS TO LEGAL FORM
_________________________________________________
Assistant City Attorney 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
Attachment E: Federal Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 3108
Exhibit 2: Contractor’s Bid/Proposal Response
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FC
Spurgeon Robinson
9/8/2020
President
DocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
9/16/2020
09/29/2020
___________________Authorized By
Council ________________________
M2020-200
9/29/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
Attachment A: Scope of Work
1. General Requirements
The Contractor shall assist the City in the process of gaining federal and state
assistance related to Disaster Recovery and Emergency Response Grant
Services on an as needed, as directed basis.
2.Scope of Work
The Contractor shall provide grant services that may include but are not
limited to the following:
A.The Contractor’s work will include grant administration, audits, and
monitoring.
B.The Contractor shall assist the City with the administration of Disaster
Recovery and Emergency Response Grant programs with federal and
state agencies to include but not limited to: Federal Emergency
Management Agency (FEMA), Texas Division of Emergency Management
(TDEM), Texas General Land Office (GLO) and other Federal, State or
Local programs and projects contemplated by Project Worksheets (PWs).
C.The Contractor shall attend meetings, as directed by the City, with FEMA,
TDEM, and other agencies in conjunction with an on behalf of the City.
D.The Contractor shall collaborate with the City and other agencies on
project formulation, including damage assessments (field team
assessment of damages including a comprehensive list of damaged
structures, contents, etc.); Information gathering (photo-document
damages, gather records, drawings, insurance policies, historical
photos/videos, etc.); project development (define both small and large
projects’ scope, size, and damages, including cost estimating that will be
the basis of each PW) project submittals (draft and submit small and large
project PWs to TDEM/FEMA). basis of each PW) project submittals (draft
and submit small and large project PWs to TDEM/FEMA).
E.The Contractor shall proactively identify opportunities to maximize Public
Assistance and Post-Disaster Mitigation funding with the current regulatory
framework.
F.The Contractor shall provide ongoing guidance to maximize Public
Assistance funding.
Page 1 of 3
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
G.The Contractor shall coordinate and manage deliverables with various
Federal and state agencies to include TDEM, FEMA, and other agencies.
H.The Contractor shall assist with gathering and submitting grants quarterly
reporting to applicable federal and state agencies to include TDEM,
FEMA, and /or other Federal, State and Local agencies.
I.The Contractor shall generate and submit time extension requests to
FEMA and /or other Federal and State grants and TDEM when necessary
so that eligibility is not forfeited.
J.The Contractor shall assist with insurance claim submission and tracking in
relation to projects submitted to federal and state agencies to avoid
duplication of benefits and documents final amount of insurance
proceeds applied to each project.
K.The Contractor shall assist in compiling the necessary legal documents for
proper filing.
L.The Contractor shall advise on required document retention strategies.
M.The Contractor shall coordinate with local government staff to obtain all
cost and necessary backup documentation to develop, revise, and
submit PWs.
N.The Contractor shall track status of federal and state agencies
reimbursement and serve as a co-liaison between FEMA/other agencies
and local government.
O.The Contractor shall assist in responding to Requests for Information from
FEMA and or other agencies.
P.The Contractor shall assist with the submission of appeals Federal, State
and Local agencies.
Q.The Contractor shall provide detailed and periodic management reports
on the status of PWs including development, revisions,
submissions/approvals, open issues, financial overview, etc.
R.The Contractor shall provide finance reports showing the projected
schedule for reimbursement requests and the actual status of
reimbursements received and provide financial documentation for the
Comprehensive Annual Financial Report (CAFR) audits.
Page 2 of 3
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
S.The Contractor shall assist with the preparation of public procurement
documentation and providing additional procurement assistance as
needed.
T.The Contractor shall assist with developing program guidelines, policies,
procedure, implementation plans, or other pertinent documents.
U.The Contractor shall research, develop, and prepare grant applications
and other applicable public assistance documents.
V.The Contractor shall review data and records for compliance with
Federal, State or Local requirements.
W.The Contractor shall research, monitor, reporting, document, manage,
analyze, assess, design, and other work related to disaster recovery,
disaster planning, disaster mitigation, and public assistance.
X.The Contractor shall advise on the management of the closeout process.
Page 3 of 3
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
CITY OF CORPUS CHRISTI
Pricing Form
CONTRACTS AND PROCUREMENT DEPARTMENT
RFP No. 3108
Disaster Recovery and Emergency Response
Management Services
PAGE 1 OF 1 DATE:
PROPOSER AUTHORIZED SIGNATURE
1. Refer to “Instructions to Proposers” and Contract Terms and Conditions beforecompleting proposal.2. Provide your best price for each item.3. In submitting this proposal, Proposer certifies that:
a. the prices in this proposal have been arrived at independently, without
consultation, communication, or agreement with any other Proposer or
competitor, for the purpose of restricting competition with regard to
prices;
b.Proposer 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.Proposer has incorporated any changes issue through Addenda to the
RFP in this pricing.
•Please note some tasks may be performed on a lump sum basis
calculated utilizing hourly rates and actual cost for the related
reimbursables.
Item Description Hourly Rate
1 Burdened Hourly Rate $135.00
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FC
9/8/2020
MPACT Strategic Consulting LLC
DocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Attachment C: Insurance and Bond Requirement
A.CONTRACTOR’S LIABILITY INSURANCE
1.Contractor must not commence work under this contract until all insurance
required has been obtained and such insurance has been approved by the City.
Contractor must not allow any subcontractor, to commence work until all similar
insurance required of any subcontractor has been obtained.
2.Contractor must furnish to the City’s Risk Manager and Contract Administer one
(1)copy of Certificates of Insurance 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 endorsement is required on all applicable policies.
Endorsements must be provided with Certificate of Insurance. Project name
and/or number must be listed in Description Box of Certificate of Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-day advance written notice of
cancellation, non-renewal, material
change or termination required on all
certificates and policies.
Bodily Injury and Property Damage
Per occurrence - aggregate
ERRORS & OMISSIONS $1,000,000 Per Occurrence
$1,000,000 Aggregate
3.In the event of accidents of any kind related to this contract, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days
of the accident.
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 statutory amounts
according to the Texas Department of Insurance, Division of Workers’
Compensation. An All States Endorsement shall be required if Contractor is not
domiciled in the State of Texas.
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
Page 1 of 3
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
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 renewal certificates of insurance
throughout the term of this contract and any extensions within 10 days of the
policy expiration dates. All notices under this Exhibit shall be given to City at the
following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
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, and volunteers, as additional
insureds by endorsement with regard to operations, completed operations, and
activities of or on behalf of the named insured performed under contract with the
City, with the exception of the workers' compensation policy;
•Provide for an endorsement that the "other insurance" clause shall not apply to
the City of Corpus Christi where the City is an additional insured shown on the
policy;
•Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
•Provide thirty (30) calendar days advance written notice directly to City of any,
cancellation, non-renewal, material change or termination in coverage and not
less than ten (10) calendar days advance written notice for nonpayment of
premium.
5.Within five (5) calendar days of a cancellation, non-renewal, material change or
termination of coverage, Contractor shall provide a replacement Certificate of
Insurance and applicable endorsements to City. City shall have the option to
suspend Contractor's performance should there be a lapse in coverage at any
time during this contract. Failure to provide and to maintain the required
insurance shall constitute a material breach of this contract.
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 stop work hereunder, and/or withhold any payment(s) which become due to
Page 2 of 3
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
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 contract.
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 contract.
9.It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this contract.
2020 Insurance Requirements
Ins. Req. Exhibit 3-L
Professional Services – Errors & Omissions
04/14/2020 Risk Management – Legal Dept.
Page 3 of 3
DocuSign Envelope ID: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
Attachment D: Warranty Requirement
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: D569E7BC-7CD3-41C4-B8EC-EB4ECA2C89FCDocuSign Envelope ID: 8591753E-9A18-4355-90E1-BEEEAA6D8E3F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
D
5
6
9
E
7
B
C
-
7
C
D
3
-
4
1
C
4
-
B
8
E
C
-
E
B
4
E
C
A
2
C
8
9
F
C
D
o
c
u
S
i
g
n
E
n
v
e
l
o
p
e
I
D
:
8
5
9
1
7
5
3
E
-
9
A
1
8
-
4
3
5
5
-
9
0
E
1
-
B
E
E
E
A
A
6
D
8
E
3
F