HomeMy WebLinkAboutC2022-008 - 1/25/2022 - Approved DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
113S c
SUPPLY AGREEMENT NO. 3906
LIQUID CHLORINE IN RAIL CAR
f'anwo�alev
1852
THIS Liquid Chlorine in Rail Car Supply Agreement ("Agreement") is entered into by
and between the City of Corpus Christi, a Texas home-rule municipal corporation
("City") and DPC Industries, Inc. ("Contractor'), effective upon execution by the City
Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has agreed to provide Liquid Chlorine in Rail Car in
accordance with the terms of this Agreement, which is necessary to preserve or
protect the public health or safety of the City's residents.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Liquid Chlorine in Rail Car 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.
"Goods," "products", and "supplies", as used in this Agreement, refer to and have
the same meaning.
2. Term. The Term of this Agreement is one year beginning on the date provided in
the Notice to Proceed from the Contract Administrator or the City's Procurement
Division. The parties may mutually extend the term of this Agreement for up to
one additional one-year 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
$2,500,000.00, subject to approved extensions and changes. Payment will be
made for goods delivered and accepted by the City within 30 days of
acceptance, subject to receipt of an acceptable invoice. 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.
All pricing must be in accordance with the attached 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. Price per ton may be re-negotiated
each calendar quarter, expiring on the last day of March, June, September, and
December. Any adjustment in price must be agreed to by both parties in writing
(by countersigned letter) prior to the end of the calendar quarter. Price increases
require documentation of the amount Contractor is charged for the product.
Supply Agreement Standard Form Page 1 of 7
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
Price increases must be proportional to the increase in cost to Contractor. Thus, if
the price Contractor pays to the manufacturer increases by 3% during the
calendar quarter, then the price charged to the City may also increase by 3%. In
no event will the total annual compensation exceed the maximum amount
provided in this provision without a properly executed amendment as allowed by
Section 13 below.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Diana Zertuche-Garza
Utilities Department
Phone: (361) 826-1687
DianaZ@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
Supply Agreement Standard Form Page 2 of 7
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
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 products to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of products 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 products will remain with
the Contractor until such time as the products are delivered and accepted by
the City.
7. Inspection and Acceptance. City may inspect all products supplied before
acceptance. Any products that are delivered but not accepted by the City must
be corrected or replaced immediately at no charge to the City. If immediate
correction or replacement at no charge cannot be made by the Contractor, a
replacement product may be bought by the City on the open market and any
costs incurred, including additional costs over the item's bid 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.
9. Quality/Quantity Adjustments. Any quantities indicated on Attachment B 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
Supply Agreement Standard Form Page 3 of 7
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
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 products in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In providing the products, 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: Diana Zertuche-Garza
Contract/Funds Administrator
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: (361) 826-1687
Fax: (361) 826-4495
IF TO CONTRACTOR:
DPC Industries, Inc.
Attn: Ed Manzano
Territory Manager
Address: 5245 Sunbelt, Corpus Christi, Texas 78408
Phone: (361) 289-6947
Fax: (361) 289-7709
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
Supply Agreement Standard Form Page 4 of 7
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
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 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.
Supply Agreement Standard Form Page 5 of 7
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
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); then
B. its attachments.
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.
Supply Agreement Standard Form Page 6 of 7
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
DocuSign Envelope ID:C5932259-C704-4FEF-BFBD-CD9E5381181 E
CONTRACTOR
Signature: e�
Printed Name:
Title: regional sales manager
Date:
.QFdQORPUS CHRISTI
C,�:, �-
Res. 032648 Authorized By
Josh Chronley
Assistant Director of f=inance - Procurement council 1-25-22
Date: 1/27/2022
DS
APR VF ,D AS TO LEGAL FORM:
Q(w1t,t, a(cbvvt- lL� 1/27/2022
Assistant City Attorney Date
ATTEST:
Attached and Incorporated by Reference: °S'gned ey.
Attachment A: Scope of Work �,.
Attachment B: Bid/Pricing Schedule Rebecca Huerta
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements city Secretary
Supply Agreement Standard Form Page 7 of 7
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
Attachment A - Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall supply liquid chlorine in 90-ton rail cars as per scope of work.
Liquid Chlorine defined as the commercially available form of liquefied
elemental chlorine gas for tank cars.
B. The liquid chlorine will be used in treatment of potable(drinking) water.
C. The liquid chlorine must conform to:
1 . American National Standards Institute (ANSI) /American Water Works
Association Standards for Liquid Chlorine (AWWA) B301-2018 or latest revision.
2. American National Standards Institute/National Sanitation Foundation
Institute Standards for Drinking Water Treatment Chemical- Health Effects,
ANSI/NSF 60 or latest revision.
3. Conformance to ANSI/NSF 60 or latest revision shall be obtained by
certification of this product by an agency recognized by the Texas
Commission on Environmental Quality.
D. The estimated annual requirement for Liquid Chlorine is 1,260 Tons. This is based
on treating 27,500,000,000 gallons of water with a dosage of 91 .64 pounds per
million gallons.
1.2 Liquid Chlorine Manufacturer
A. The Contractor shall supply liquid chlorine from a manufacturer located within
the boundaries of the Continental United States of America. During the term of
the contract, if the Contractor decides to change the manufacturer, then the
Contractor shall submit a liquid chlorine report by an approved laboratory
according to specification ANSI/AWWA B301-2018 or latest revision and Safety
Data Sheet (SDS) to the Contract Administrator for approval.
B. The Contractor shall give minimum of 30 days to the City to approve the new
liquid chlorine manufacturer. The Contractor shall continue with the current
manufacturer until new manufacturer gets approved.
C. The City has the right to return the rail car if the Contractor sends the liquid
chlorine from an unapproved manufacturer. The Contractor shall replace the
rail car within the timeline established by the Contract Administrator.
Revised 1 1.30.20
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
1.3 Delivery
A. The City will place orders for liquid chlorine in 90-ton rail car at approximately 30-
day intervals throughout the contract period. However, in case of unforeseen
circumstance, the City may order extra cars or not place an order in a month.
B. The Contractor shall deliver the material with lead time of less than or equal to
21 days. In unusual circumstances, the City will accept lead time of 30 days.
C. Delivery is to be made in a rail car to the City of Corpus Christi O.N Stevens Water
Treatment Plant (ONSWTP) Railroad Spur, 13101 Leopard St, Corpus Christi, Texas
78410. Delivery hours are to be determined by the Contractor and the rail
company.
D. A Safety Data Sheet (SDS) must be provided to the City prior to shipping the
product and along with the product.
E. The Contractor shall provide an affidavit of compliance, by manufacturer,
stating that at the time of loading, the liquid chlorine furnished under the release
order complies with all applicable requirements of ANSI/AWWA B301 2018 and
ANSI/NSF 60 to the City of Corpus Christi Plant Manager, 13101 Leopard St,
Corpus Christi, Texas 78410.
1.4 Ownership
City's ownership of the Liquid Chlorine in tank cars shall begin, and supplier
ownership shall cease, upon arrival of the tank car at the unloading rack at the O.N
Stevens Water Treatment Plant.
1.5 Testing
The City of Corpus Christi reserves the right to have the product supplied tested at
any time during the contract period. An independent laboratory would do such
testing. Failure to meet specification shall result in the testing rate costs to be borne
by the supplier.
1.6 Container
A. The Contractor shall supply Liquid Chlorine in railway tank cars.
B. The Contractor shipping containers for Liquid Chlorine shall conform to
applicable regulations of the federal, state, and Interstate Commerce
Commission.
1 . This includes Code of Federal Regulations, Title 49 Subtitle B Chapter 1 Pipeline
Hazardous Materials Safety Administration, Department of Transportation,
Subchapter C- Hazardous Materials Regulations, Part 180. Continuing
Qualification and Maintenance of Packaging Subpart F. Qualification and
Maintenance of Tank Cars Section 180.509. Requirements for inspection and
test of specification tank cars.
Revised 1 1.30.20
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
2. This requirement must be understood and will be upheld by the City.
C. The Contractor shall not accept international rail cars (outside of the United
States) that do not follow or meet the quality standard of United States rail car
guidelines.
D. The Contractor shall allow railcars with secondary patches on the railcar's saddle
within a reasonable amount and size. If there are substantial pallches, a report
must be sent to ONSWTP from the rail car owner stating that the car has been
inspected and complies with 49 CFR Subpart F.
E. Rail cars that do not meet satisfactory condition will be rejected and sent back
to the Contractor at the Contractor's expense. The Contractor shall replace the
rail car with an acceptable rail car within the timeline established by the Contract
Administrator. The Contract Administrator will establish the timeline depending on
the inventory of liquid chlorine at the facility. The Contractor must follow the
timeline given by the Contract Administrator during the term of the contract.
F. The Contractor shall send containers that are reconditioned and maintained in
accordance with the Chlorine Institute Inc. The Contractor shall carefully
examine the container for the leakage, damage and corrosion before delivery.
G. All chlorine containers shall have legible tag(s) securely attached which, in
addition to the information routinely furnished, shall indicate the following
container history:
1 . Date of last visual inspection in accordance with Compressed Gas
Association, Inc standards.
2. Date the valves were overhauled.
3. Date the fuse plugs were tested and/or renewed.
4. Date the container was last cleaned.
1.7 Inspection
The City of Corpus Christi reserves the right to make unannounced inspections of the
supplier's plant and facilities at any time in order to ensure proper cleaning of
chlorine containers and proper preventative maintenance and testing of chlorine
containers and regulators.
1.8 Safety Measures
A. The Contractor shall provide the following information. The information is to be
continually updated as revisions occur during the contract period.
1 . Location of nearest emergency station
2. Name of person in charge of emergency crew
Revised 1 1.30.20
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
3. Telephone number to be called for emergency service and/or normal
maintenance
B. The Contractor shall assure that in case of emergency condition, trained
emergency crews and equipment shall be made available on a 24-hour basis.
C. The Contractor shall assure that in case of non-emergency condition, remedial
maintenance shall be performed on existing problem within 24 hours of a receipt
of maintenance problem call.
1.9 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.
1.10 Invoicing
A. The Contractor shall submit an itemized invoice for each shipment for payment,
which shall include the following:
1 . Supply Agreement No. and Purchase Order No.
2. Ship to: Location Name and Address
3. Tank Car Number
4. Ordered by: Supply Name
5. Product Description
6. Quantity, Unit Price and Total Price
B. The Contractor shall mail the original invoice to the address below and email a
copy to Utilities Dep Cc?cc exas.com and JenniferQCEE cc exas.com.
City of Corpus Christi
Attn: AP/Utilities Dept.
P. O. Box 9277
Corpus Christi, TX 78469-9277
Revised 1 1.30.20
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
Attachment B:
Pricing Schedule
The initial pricing applicable until March 30, 2022 will be in accordance with the
table below. Price per ton may be adjusted at the end of each calendar
quarter in accordance with Section 3 of the Agreement. Rail Car Detention
Charge may not be adjusted.
Item Description Unit 12-month Unit Price Total Price
Quantic
1 Liquid Chlorine Tons 1 ,260 $1,450.00 $1,827,000.00
Delivered in 90-Ton Rail
Car
Manufacturer-
Westlake
30 free days per rail car
2 Rail Car Detention Days 200 $100.00 $20,000.000
Charge
Charged after
expiration of 30 free
days per rail car
Total $1,847,000.00
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
Attachment C - Insurance Requirements
CONTRACTOR'S LIABILITY INSURANCE
1 . Contractor must not commence work under this agreement until all insurance
required herein has been obtained and approved by the City's Risk Manager
or designee. Contractor must not allow any subcontractor to commence work
until all similar insurance required of the subcontractor has been so obtained.
2. Contractor must furnish to the City's Risk Manager and Contract Administrator,
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 for the General Liability and Auto Liability policies by endorsement, and
a waiver of subrogation endorsement is required on GL, AL and WC if
applicable. 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
Commercial General Liability $1 ,000,000 Per Occurrence
including:
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTOMOBILE LIABILITY (including) $1,000,000 Combined Single Limit
1 . Owned
2. Hired & Non-owned
3. Rented & Leased
WORKERS' COMPENSATION Statutory and complies with Part II of
(All States Endorsement if Company is Exhibit.
not domiciled in Texas)
Employer's Liability $500,000 / $500,000 / $500,000
POLLUTION LIABILITY $1,000,000 Per occurrence
3. In the event of accidents of any kind related to this project, Consultant must
Revised 1 1.30.20
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
furnish the Risk Manager with copies of all reports of such accidents within 10
days of the accident.
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. An
All-States endorsement shall be required if consultant 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 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 replacement Certificate of Insurance to
City at the address provided below within 10 days of any change made by the
Contractor or as requested by the City. 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 Management
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;
Revised 1 1.30.20
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
■ Workers' compensation and employers' liability policies will provide a waiver
of subrogation in favor of the City; and
■ Provide 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 calendar days advance written notice for nonpayment of
premium.
5. Within five 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 Consultant 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 agreement.
2021 Insurance Requirements
Ins. Req. Exhibit 1-B
Purchase Contracts - Supply Agreements - Equipment Leases
Hazardous Chemicals Delivered to City
05/10/2021 Risk Management- Legal Dept.
Revised 1 1.30.20
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
Attachment C - Bond Requirements
"No bonds required for this Agreement."
DocuSign Envelope ID:7217BDC8-B785-4889-AD2D-E9315E9439E5
Attachment D - Warranty Requirements
"No manufacturer's warranty required for this Agreement."