HomeMy WebLinkAboutC2022-053 - 3/22/2022 - Approved DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
113S a
SERVICE AGREEMENT NO. 3989
Police Motorcycle Maintenance
f�'anwo�alev
1852
THIS Police Motorcycle Maintenance Agreement ("Agreement") is entered into by
and between the City of Corpus Christi, a Texas home-rule municipal corporation
("City") and Corpus Christi Cycle Sports, Inc., dba Corpus Christi Harley-Davidson
("Contractor'), effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Police Motorcycle Maintenance in
response to Request for Bid/Proposal No. 3989 ("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 Police Motorcycle Maintenance ("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 four 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.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
3. Compensation and Payment. This Agreement is for an amount not to exceed
$125,760.00, subject to approved extensions and changes. Payment will be made
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: Pat Eldridge
Department: Police
Phone: 361-826-2696
Email: Pat@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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
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.
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:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
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: Pat Eldridge
Title: Police Management Services Director
Address: 3221 John Sarain St., Corpus Christi, TX 78401
Phone: 361-886-2696
Fax: 361-886-2607
IF TO CONTRACTOR:
Corpus Christi Harley-Davidson
Attn: S. Preston Douglass, Jr.
Title: President
Address: 502 South Padre Island Dr., Corpus Christi, TX 78405
Phone: 361-854-3450
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
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:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
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:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
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:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
CONTRACTOR
EDocuSigned by:
pm&, �bl, ,A.S1Signature: �Emazaoa7c6?a6 ... Res.032696
Printed Name: Preston Douglass Authorized By
03-22-2022
Title: Manager - General Partner Council
DS
Date: 2/7/2022
GOR US CHRISTI
�- (M ATTEST.
DocuSigned by
F7a5-08666E564EC... at� � �
Josh Chronley
Assistant Director of Finance - Procurement Rebecca Huerta
3/30/2022 City Secretary
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. 3989 Sole Source
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:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
ATTACHMENT A: SCOPE OF WORK
1. Maintenance
A. Contractorwill assume full responsibility for total maintenance incurred
in the operation of the equipment.
B. Contractor shall agree for pick-up on any immobile police motorcycle
that cannot be brought to the store. The Contractor will provide same
day priority service pickup and delivery of equipment needing service
or repairs under maintenance contract. Upon notification of need
repairs, the Contractor shall provide same day priority service. This
standard shall apply to business operation days Tuesday through
Saturday, and include items covered under contract as well as non-
contract repairs.
C. Service Facility must be available within Corpus Christi, TX to service
Police Motorcycles.
D. Contractor will provide a parts lists indicating stock levels at service
facility.
E. Contractor shall provide Original Equipment Manufacturer (OEM) parts
F. Contractor will repair police motorcycles and keep in good working
order, including but not limited to the following:
1 . Parts, lubricants, and labor for all filters and oil changes, and
services.
2. Tire replacement due to wear; up to three front and rear tires
per year.
3. All preventive maintenance to include parts and labor.
4. All unscheduled repairs, not covered as maintenance by
the contract, will be the subject of a separate purchase
order, approved by the city. Labor will be billed at
Contractor's posted labor rate, and parts will be billed at
10% off the manufacturer suggested list price for each part
5. All parts shipping charges, field service travel expenses, and
or machine transporting cost to and from Contractor's
location where maintenance is performed.
Page 1 of 2
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
2. Quality Assurance Provisions
Prior to delivery, each motorcycle shall be completely inspected and
serviced by the delivering dealer and/or the manufacturer's standard
pre-delivery service. A checklist shall be completed for each motorcycle,
signed by a representative for the organization performing the
inspection/service, and delivered with the motorcycle.
3. Pickup
Upon completion of motorcycle maintenance, the contract administrator
shall be notified, and a City employee will pick-up motorcycle at vendor
location.
Page 2 of 2
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
S ATTACHMENT B: QUOTE AND PRICING SCHEDULE
QUOTE FORM
PURCHASING DIVISION
Police Motorcycles
x
Date � �' Page 11 Of 1
�,.. � '•,�'�
._ ... uthc rued Sr nature m ,w. e - ' _..
Bldder: . ".," � �ca� g
1. Quote your best price for each item.
2. In submitting this bid, Bidder certifies that 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.
Invitation to quote, FOB Destination, Freight Included, on the followin
NERMEEM I
lim
Motorcycle maintenance on Police00
Harley-Davidson motorcycles 1 0 ea
I L
` a -7 bra 0, ....,�...�
C OM
�r pan C W A.)PANY: tdc Zvr 6 7' 1 c � -
........................................................... �
E D TO SIGN:.��..� - �7 i .w - ,!...�. ,-
NAME OF SO AUTHORIZED mm_
ADDRESS: �?�� ��� a��—� ... '��..�.�� � � w._...... NT�Y l ST6�TE......w.�Z
PHONE: f a I 'Z.e EMAIL: a�
FAX �F GATE:
SIGNATURE: "
Page 1 of 1
DocuSign Envelope ID:593C3BA2-5FFC-4Cl2-BF06-C69EAB6B839A---ACHMENT B-1
11"
11011
WWWASNP
p
CORPUS CHRISTI HARLEY-DAVIDSON
502 S.PADRE ISLAND DRIVE o CORPUS CHRISTI o TX 78405
(361)854-3146
November 17, 2021
CORPUS CHRISTI POLICE DEPARTMENT
321 John Sartain Street
Corpus Christi, Tx 78401
RE: CORPUS CHRISTI POLICE MOTORCYCLE MAINTENANCE PROPOSAL
Corpus Christi Harley-Davidson (CCHD) is pleased to present the following proposal for maintenance
of the current Corpus Christi Police Department Harley-Davidson motorcycle fleet.
As requested, CCHD is providing this proposal for a four-year maintenance contract. After review of
the current usage of the police motorcycle fleet, CCHD is making this proposal with the assumption
that the typical annual mileage of each vehicle will be approximately 15,000 miles.
This proposal is for standard interval maintenance, specifically all suggested 5,000 and 10,000 mile
interval services, front and rear tire changes as indicated by wear and mileage.
The four-year maintenance contract does not extend to or include additional service for mechanical
failure, service for typical wear and tear items, or collision/damage repair.
Based upon the 15,000 mile estimate of mileage per year, CCHD is proposing annual maintenance
of three front and rear tire and brake pad changes, an oil change at the 5000 mile service interval
and a full 10,000 mile service each year, for four years. The cost per motorcycle for the four-year
contract will be $12,576.00 Said sum for the four-year maintenance contract includes all hard
mechanical parts, tires, and labor.
CCHD further proposes to perform all repair work not covered under the maintenance contract but
authorized by the city at CCHD's posted labor rate and with a 10% discount off the manufacturer
suggested retail price for all hard parts, painted parts or other parts required for repairs not covered
by the four-year maintenance contract.
CCHD will maintain the current "turn around" times as stated in the pervious maintenance contract
with the City, with the exception that CCHD is no longer open on Mondays. CCHD, for immobile
vehicles,will provide pick up service at no additional charge. Once vehicles are repaired and operable
it is assumed an officer or representative of the Police Department will pick up the vehicle.
Thank you very much for the opportunity to make this proposal.
Best Re rds,
S. Preston"Douglass, Jr.
Corpus Christi Harley-Davidson
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance required
has been obtained and such insurance has been approved by the City. Contractor
must not allow any subcontractor Agency to commence work until all similar insurance
required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy
of Certificates of Insurance (COI) with applicable policy endorsements showing the
following minimum coverage by an insurance company(s) acceptable to the City's Risk
Manager. The City must be listed as an additional insured on the General liability and
Auto Liability policies by endorsement, and a waiver of subrogation is required on all
applicable policies. Endorsements must be provided with COI. Project name and or
number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
Commercial General Liability Including: $1 ,000,000 Per Occurrence
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
GARAGE KEEPERS PHYSICAL DAMAGE Actual Cash Value of Vehicles While in
COVERAGE including: Care, Custody or Control
Physical Damage on a Direct Primary Basis
C. In the event of accidents of any kind related to this agreement, Contractor must furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
accident.
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
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 an amount sufficient to assure
that all workers' compensation obligations incurred by the Contractor will be promptly
met.
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 a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All notices
under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
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, 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 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.
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
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 remove the exhibit
hereunder, and/or withhold any payment(s) if any, which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
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 agreement.
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 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.
BOND REQUIREMENTS: There are not bond requirements for this service agreement.
2021 Insurance Requirements
Ins. Req. Exhibit
Contracts for General Services -Services Performed Onsite - Garage Keepers
03/26/2021 Risk Management - Legal Dept.
DocuSign Envelope ID:593C3BA2-5FFC-4C12-BF06-C69EAB6B839A
ATTACHMENT D: WARRANTY REQUIREMENTS
Thirty day warranty for labor and workmanship.
Page 1 of 1