HomeMy WebLinkAboutC2021-205 - 8/24/2021 - Approved
Service Agreement Standard Form Page 1 of 7
Approved as to Legal Form March 12, 2021
SERVICE AGREEMENT NO. 3660
TEMPORARY STAFFING FOR HEALTH CLINIC SERVICES
THIS Temporary Staffing for Health Clinic Services Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation (“City”) and Unique Employment I, LTD. (“Contractor"), effective upon
execution by the City Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Temporary Staffing for Health Clinic
Services in response to Request for Bid/Proposal No. 3660 (“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 Temporary Staffing for Health Clinic 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 Division, or the performance date listed in the notice
to proceed, whichever is later. The parties may mutually extend the term of this
Agreement for up to zero additional zero-month periods (“Option Period(s)”),
provided, the parties do so in writing prior to the expiration of the original term or
the then-current Option Period.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$1,000,000.00, 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 must be mailed to the following address with a copy provided to the
Contract Administrator:
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form March 12, 2021
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: Tina Belock
Department: Human Resources
Phone: 361-826-3332
Email: TinaB@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: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form March 12, 2021
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: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form March 12, 2021
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
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: Tina Belock
Title: HR Recruitment Manager
Address: 1201 Leopard St., Corpus Christi, Texas 78401
Phone: 361-826-3332
Fax: 361-826-3322
IF TO CONTRACTOR:
Unique Employment I, LTD.
Attn: Chris Bradford
Title: Senior Vice President
Address: 4646 Corona, Suite 100, Corpus Christi, Texas 78411
Phone: 361-852-6392
Fax: 361-851-5327
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,
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form March 12, 2021
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 may terminate this Agreement for Contractor’s failure to comply with
any of the terms of this Agreement. The City 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 may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City 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.
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.
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form March 12, 2021
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.
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.
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form March 12, 2021
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
________________________________________________
Josh Chronley
Interim Assistant Director, 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. 3660
Exhibit 2: Contractor’s Bid/Proposal Response
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68
7/21/2021
Chris Bradford
Senior Vice President
DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
08-24-2021
___________________Authorized By
Council ________________________
M2021-170
8/25/2021
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
ATTACHMENT A – SCOPE OF WORK
General Requirements
A. The City shall place orders for leased workers only as such needs arise
subsequent to the execution of a contract. Use of Contractor’s leased
worker services shall not be retroactive to any date prior to the execution
of a contract.
B. The City intends to secure leased workers for the positions enumerated
herein from the Contractor to whom a contract is awarded; however,
the City shall not be bound to do so nor shall the City be bound to secure
from the Contractor to whom a contract is awarded for positions not
enumerated herein.
C. The City will request direct placement recruiting on an as needed basis.
A specific job description and turnaround time will be discussed at the
time the City submits the request.
D. The City reserves the right to add or delete position titles to and from any
contract. The same markup will apply to these positions as outlined in the
pricing schedule. Such additions or deletions shall be made solely by
means of a fully executed, written amendment.
E. The City reserves the right to interview any and all prospective leased
workers prior to and as a condition of assignment with the City.
F. The City retains sole authority to: accept or reject assignment of any
prospective leased worker and terminate the services of any leased
worker, with or without cause, at any time during placement.
Scope of Work
A. The Contractor will provide the City, on request by the City, with qualified
temporary staffing services. The City’s primary objective is to obtain
qualified and competent temporary personnel to assist with surge
capacity staffing needs for the Corpus Christi Nueces County Health
Department related to COVID-19. The Contractor shall have the
experience and the ability to provide temporary personnel for the
positions including, but not limited to, Phone Bank Operators, Office/Data
Entry Clerks, EMT’s and medical personnel such as Medical Assistant’s,
LVN’s, and Registered Nurses.
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
B. The City will submit the requests for the positions with job description and
salary/pay rate to the Contractor. Based on the immediate need, the
Department may allow for the Contractor to directly identify candidates
or resumes may be required and a selection will be made. Resumes shall
be provided to the Human Resources Department named herein or to
the Health department upon request.
C. The Contractor shall ensure that all leased workers selected for a
temporary assignment with the City meets the minimum requirements for
the position as mandated by the City.
D. The Contractor shall supply the Health department with leased workers in
a timeframe that meets the needs of the department.
E. The Contractor shall not place leased workers with the City until
acceptable results are obtained on all pre-placement checks required
for each position title. The Contractor shall not place leased workers with
the City who are related to City employees within the same department
or in a position that may cause a conflict of interest. All leased workers
must comply with City Employment of Relatives policy. The Contractor
shall not place previous City employees terminated for cause or poor
performance with any department.
F. The Contractor’s customer service personnel (particularly those taking
orders) shall be courteous and respectful at all times. Failure to adhere to
this requirement shall constitute grounds to utilize another contracted
provider.
G. The Contractor shall pay its leased workers in a manner that does not
involve City personnel or disrupt operations of the City. In no case shall
the Contractor distribute paychecks at job sites or City facilities. In no
case shall City staff be required to distribute the Contractor’s checks to
leased workers.
Reporting
A. The Contractor shall provide the Contract Administrator and/or Health
Department Hiring Manager(s) with monthly reports due the first week of
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
each month and a final report within seven business days after the
expiration of this agreement, including:
1. Leased employees name, start date, and end date
2. Position title (as used in this bid contract)
3. Regular number of hours
4. Regular bill rate per hour
5. Total dollars paid at regular bill rate per position title
6. Overtime number of hours
7. Overtime bill rate per hour
8. Total dollars paid at overtime bill rate
B. Additional ad-hoc reporting may be requested due to needs related to
budgeting and grant funding.
Payment and Invoicing
A. The Contractor shall submit valid invoices directly to the Health
Department designee with approved timesheet approvals upon
completion of the work ordered. Valid invoices shall be submitted weekly
for recurring services performed during the preceding week. Each
invoice shall list the number of regular and overtime hours worked by
each leased worker, the amount charged for regular and overtime hours
for each leased worker and the lump sum due. Please note that overtime
must be approved by the City in writing prior to the employee working
overtime.
B. Payment will be made for each assigned leased worker at the actual
hourly rate approved by the City for the position multiplied by the
approved markup for overhead as shown in the pricing form.
C. The Contractor shall not bill and the City shall not pay any late or
administrative fees, penalties, charges or interest in conflict with law.
D. The Contractor will not charge any fees to the leased worker for using the
Contractor’s services.
Background and Credit Investigation
A. The Contractor shall perform background checks on all candidates and
a credit investigation may be required on candidates with positions that
require handling money and will be reviewed on a case by case
scenario.
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
B. At the Contractor’s expense, the Contractor shall conduct background
investigations and ensure all candidates meet the requirements of the
City.
C. The Contractor shall conduct, on a national basis, all credit investigations
(if applicable) and shall reflect “Actual” credit history as requested by the
City. For those prospective leased workers who have resided solely in the
State of Texas for the ten years immediately preceding their placement
with the City, the Contractor need only conduct a State of Texas
background check which shall consist of a search for criminal convictions
at the state level and in those counties in which said prospective leased
worker has resided. For those prospective leased workers who have
resided outside the State of Texas at any time and for any duration of time
during the ten years immediately preceding placement with the City, the
Contractor shall conduct a national background check which shall
consist of a search of the following for criminal convictions: federal
records and records of the states and counties/parishes in which said
prospective leased worker has resided in the ten years immediately
preceding placement with the City. All background checks shall search
for criminal convictions and Also-Known-As (AKA).
Special Instructions
A. All leased workers must pass a ten-panel drug test prior to being placed
with the City, at the expense of the Contractor.
B. All leased workers placed with the City by the Contractor are, and shall
remain throughout the duration of any placement with the City,
employees of the Contractor.
C. Unless specified otherwise herein, any and all licenses, certifications,
trainings, etc. that are a prerequisite to initial placement or requisite to
continued placement with the City shall be the sole responsibility
(including payment therefore) of the leased worker.
D. Some positions may require a leased worker to possess keys to City
establishments. Leased workers shall return all keys when their assignment
is complete. If all keys to a given City establishment are not returned, the
City will absorb the cost of replacing keys and/or locks for the first
occurrence during the term of the contract. On the second occurrence
and every time thereafter, the Contractor will absorb the cost of
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
replacing all locks and/or keys This charge will be deducted from the next
invoice due for payment.
E. All leased workers shall make provisions for transportation to and from job
sites. City staff shall not be responsible for transporting leased workers to
and from job sites. Leased workers are required to be at work on time.
One such violation constitutes grounds for replacing the leased worker.
F. When a leased worker is no longer needed by the City, the Department
shall notify the Contractor and Human Resources via email which will
include the “End Date and Time of Assignment”. The City shall not be
responsible for and shall not pay for any charges beyond the “End Date
and Time of Assignment”.
G. Should any leased workers accept a position with the City prior to the
leased workers working the minimum number of days, 90, the Contractor
can charge the conversion fee outlined on the Pricing Sheet.
H. Should any leased workers satisfy an initial 90-day probation period, the
City shall not be responsible for any penalty or payment to the
Contractor or leased worker to convert the leased worker to a City
employee.
I. The Contractor must educate all temporary staff employees that NO
DRIVING of any vehicles or equipment is permitted under any
circumstance or condition and if a temporary staff employee violates this
policy the Contractor is liable and financially responsible, irrespective of
fault.
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
ATTACHMENT B - BID/PRICING SCHEDULE
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
ATTACHMENT C – INSURANCE REQUIREMENTS
I. BIDDER’S LIABILITY INSURANCE
A. Bidder must not commence work under this agreement until all insurance required has
been obtained and such insurance has been approved by the City. Bidder must not
allow any subcontractor Agency to commence work until all similar insurance required
of any subcontractor Agency has been obtained.
B. Bidder must furnish to the City’s Risk Manager and Director Human Resources, 2 copies
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
PROFESSIONAL LIABILITY (including)
1. Engineering/Design
2. Medical
$1,000,000 Per Claim
CRIME/EMPLOYEE DISHONESTY $100,000 Per Employee
WORKERS’ COMPENSATION
EMPLOYER’S LIABILITY
Statutory
$500,000 /$500,000 /$500,000
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
C. In the event of accidents of any kind related to this agreement, Bidder must furnish the
Risk Manager with copies of all reports of any accidents within 10 days of the accident.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Bidder 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 Bidder will be promptly met.
B. Bidder shall obtain and maintain in full force and effect for the duration of this Contract,
and any extension hereof, at Bidder'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. Bidder 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. Bidder 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. Bidder 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.
E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of
coverage, Bidder shall provide a replacement Certificate of Insurance and applicable
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
endorsements to City. City shall have the option to suspend Bidder'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 Bidder'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 Bidder to remove the exhibit
hereunder, and/or withhold any payment(s) if any, which become due to Bidder
hereunder until Bidder demonstrates compliance with the requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to which
Bidder may be held responsible for payments of damages to persons or property
resulting from Bidder's or its subcontractor’s performance of the work covered under this
agreement.
H. It is agreed that Bidder'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.
2021 Insurance Requirements
Ins. Req. Exhibit
Professional Services – Temporary Staffing Services
05/19/2021 Risk Management – Legal Dept.
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85
ATTACHMENT D – WARRANTY
No warranty is required therefore, Service Agreement 3660, Section 8, Warranty
Requirements subsections 8(A) and (B) are hereby void.
DocuSign Envelope ID: 30BBFFC4-51B7-4C73-B3E2-A12F5B17FA68DocuSign Envelope ID: EDB2C465-4E30-4208-99A0-E0223D40DE85