HomeMy WebLinkAboutC2022-045 - 3/8/2022 - Approved DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
113S c
SERVICE AGREEMENT NO. 3976
Onboard Scale System at JC Elliott Transfer Station
f'anwo�alev
1852
THIS Onboard Scale System at JC Elliott Transfer Station Agreement ("Agreement")
is entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Iron Ram Services, LLC ("Contractor'), effective upon
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Onboard Scale System at JC Elliott
Transfer Station in response to Request for Bid/Proposal No. 3976 ("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 Onboard Scale System at JC Elliott Transfer Station
("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.
(A) The Term of this Agreement is two years 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 zero additional zero-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.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$129,749.34, subject to approved extensions and changes. Payment will be made
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
for Services performed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. 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:
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: Gabriel Maldonado
Department: Solid Waste Operations
Phone: 361-826-1986
Email: GabrielM3@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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
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.
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.
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
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.
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: Gabriel Maldonado
Title: Contracts Funds Administrator
Address: 2525 Hygeia St., Corpus Christi, TX 78415
Phone: 361-826-1986
Fax: N/A
IF TO CONTRACTOR:
Iron Ram Services, LLC
Attn: Ramiro Rodriguez
Title: President
Address: 8263 Leopard St., Corpus Christ, TX 78409
Phone: 361-241-2346
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
Fax: 361-241-2347
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City 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.
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
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.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
CONTRACTOR
Docusigned by:
Signature:
� M2022-031
Ramiro Rodriguez Authorized By
Printed Name:
03-08-2022
President Council
Title: Jos
Date: 2/7/2022 h /CjiJ
CITY F ORPUS CHRISTI A F r
�ocu igned y. 178Signed 6y
P -
37A7769�
Josh Chronley Rebecca Huerta
Assistant Director of Finance - Procurement City Secretary
Date: 3/18/2022
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 l : RFB/RFP No. 3976
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
ATTACHMENT A: SCOPE OF WORK
1. General Requirements/Background Information
The Contractor shall provide scale system as outlined in this Scope of Work.
2. Scope of Work
The Contractor shall provide an Onboard Scale System, install and maintain its
components per the specifications outlined in this Scope of Work for Solid Waste
Operations.
The scope of work provides a brand name (Vulcan Onboard Scale System and
Software), only as the level of quality the City is requiring, but is not intended to
restrict competition, nor in accepting an approved equal. ** Onboard Scale System
should be equivalent or better than the attached Vulcan system, Exhibit A.
The design and manufacture of the Onboard Scale System shall be one
manufacturer as to maximize compatibility to eight tractor/trailer combinations and
one "scoreboard" display to be utilize at loading chutes, for use in open top refuse
transfer trailers. Purpose built for Jost 5th wheels and Reyco suspensions.
a) Six tractors are Peterbilt 367 with adjustable Jost 5th wheels
b) Two tractors are Western Star 4700SF with adjustable Jost 5th wheels
c) Eight trailers have Reyco leaf spring suspensions
d) One display in loading unit (frontend loader) on tipping floor
e) One scoreboard display mounted on concrete wall
f) Require unit that measures at trailer axle and 5th wheel to within +/- 1% of
GVW R or better
g) Tractors should have ability to mix and match trailers with a pigtail
connection
3. Installation
The Contractor shall install the Onboard Scale System and its components. The unit
price includes all work necessary to complete the scope such as labor, supervision,
equipment, and transportation.
Page 1 of 3
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
4. Preventative Maintenance, Inspection, and Calibration Services
A.The Contractor shall provide preventative maintenance, inspection, and
calibration services as per manufacturer recommendation, local regulations and
NIST H-44.
B. The Contractor shall provide labor, equipment, supervision, and transportation
necessary to perform the preventative maintenance, inspection, and calibration
services.
C.The Contractor shall be responsible for repairs or replacement of scale and its
components due to lack of preventative maintenance.
D.The Contractor shall provide calibration services as an when required by the
Contract Administrator.
E. The Contractor shall perform preventative maintenance, inspection, and
Calibration services during normal hours, Monday through Friday between 8:00
am to 5:00 pm unless afterhours approved by Contract Administrator.
S. Special Instructions
Preventative Maintenance Trackinq
In order to properly install, operate, and maintain all new equipment for maximum
reliability, minimum lifecycle costs, and maximum life; the City requires equipment
vendors to provide the following sets of information for input into the City's
Preventative Maintenance system (Maximo):
1 . Name plate data for each equipment package or package component as
applicable.
2. Installation instructions, diagrams, and specifications including tolerances for
items such as alignment, balancing, and running vibration.
3. Operation start, run, and stop instructions; operating ranges, operator monitoring
parameters, and operator inspection instruction and schedule.
4. Planned Maintenance schedule, including time-based preventive, meter-based
preventative, and predictive monitoring tasks. Job plans, logout-tagout
instructions, and required parts lists should be included for all planned
maintenance tasks.
Page 2 of 3
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
5. Parts lists with quantities for all planned maintenance. Recommended spare
parts list and quantity for breakdown maintenance.
The City will provide formats and forms to submit the above information.
6. Warranty
System should be robust enough for off-road use in landfill application and have a
minimum 2-year warranty, serviced by local technician or shop.
Site visits and questions about equipment should be directed to Philip Aldridge
361-826-4482.
7. Sample of Existing Equipment
TRAILERS WITH REYCO SUSPENSIONS
Parts required for use with Vulcan H32 split bushing
modular center hanger mounting kits
For trailers with Reyco suspensions, the following products will be required for each
trailer to work with Vulcan H32 split bushing modular center hanger mounting kit
(Hutch). These parts are not supplied by Vulcan:
Qty. (2) Hutch 16353-01 Bolt Kit
Qty. (2) Hutch 719-02 Radius Rod Bolt
Qty. (2) Hutch 10562-00 Lock Nut
Qty. (2) Hutch 17784-01 Cast Rocker
Qty. (1) Hutch Adjustable Torque Arm (specify wheel base for part number required.
Wheel base can range from 49" to 67")
Page 3 of 3
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511HE
ATTACHMENT B: BID AND PRICING SCHEDULE
C „4
e,fCITY OF CORPUS CHRISTI
1 ” CONTRACTS AND PROCUREMENT
BID FORM
��Ft PfrR QF;Qr
RFB No. 3976
Onboard Scale System at JC Elliott Transfer Station
f
PAGE 1 r2
Date
... , Authorized �
Bidder iW�" .. ri .�C ��.�I : .,. Signature: e
, r F
f
did
uR 4
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1 Onboard Scale System and 1 LS
Software as Per Scope of Work
Inspection, Maintenance and
2 Calibration Services 2 YRS j
QTY QTY + MARK.-UP
DESCRIPTION UNIT 2 YRS `MARK-UP TOTAL
3 Parts/Materials Allowance EA
$6,000.00
GRAND TOTAL
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. 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.
B. 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
COMMERCIAL GENERAL LIABILITY including: $1 ,000,000 Per Occurrence
1 . Commercial Broad Form $1 ,000,000 Aggregate
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
WORKERS'S COMPENSATION Statutory and complies with Part II
(All States Endorsement if Company is not of this
domiciled in Texas) Exhibit.
Employers Liability
$500,000/$500,000/$500,000
C. 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.
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in 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.
Page 1 of 3
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
B. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance coverage
written on an occurrence basis by companies authorized and admitted to do business
in the State of Texas and with an A.M. Best's rating of no less than A- VII.
C. Contractor shall be required to submit 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
D. Contractor agrees that, with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, 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 30 calendar days advance written notice directly to City of any, cancellation,
non-renewal, material change or termination in coverage and not less than 10 calendar
days advance written notice for nonpayment of premium.
E. Within 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.
F. In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to stop work hereunder,
and/or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to which
Contractor may be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor's performance of the work covered
under this contract.
Page 2 of 3
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self-insurance carried by the City of Corpus Christi for
liability arising out of operations under this contract.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this contract.
BOND REQUIREMENTS:
No bonds are required, therefore, Service Agreement 3976, Section 5 Insurance: Bonds
subsection 5(B), is hereby void.
2021 Insurance Requirements
Ins. Req. Exhibit 7-D
IT Contracts - Hardware Installation
05/10/2021 Risk Management - Legal Dept.
Page 3 of 3
DocuSign Envelope ID: E9E9A962-0093-4046-9752-21893E511 HE
ATTACHMENT D: WARRANTY REQUIREMENTS
System should be robust enough for off-road use in landfill application and have
a minimum 2-year warranty, serviced by local technician or shop.
Page 1 of 1