HomeMy WebLinkAboutC2022-068 - 4/12/2022 - Approved DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
113S c
0
SERVICE AGREEMENT NO. 3979
Gate Replacements for Mary Rhodes Pipeline (MRP)
f�'anwo�alev
1852 Easements
THIS Gate Replacements for Mary Rhodes Pipeline (MRP) Easements Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas
home-rule municipal corporation ("City") and Beck Brothers, Inc. ("Contractor'),
effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Gate Replacements for Mary Rhodes
Pipeline (MRP) Easements in response to Request for Bid/Proposal No. 3979 ("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 Gate Replacements for Mary Rhodes Pipeline
(MRP) Easements ("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) This Agreement is for one year. The parties may mutually extend the term
of this Agreement for up to two 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.
(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 June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
3. Compensation and Payment. This Agreement is for an amount not to exceed
$76,439.90, 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: Diana Zeruche-Garza
Department: Utilities Department
Phone: (361 ) 826-1627
Email: 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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
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 June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
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: Diana Zertuche-Garza
Title: Contracts/Funds Administrator
Address: 2726 Holly Road, Corpus Christi, Texas 78415
Phone: (361) 826-1627
Fax: (361) 826-4495
IF TO CONTRACTOR:
Beck Brothers, Inc.
Attn: Austin McCray
Title: Project Supervisor
Address: P.O. Box 712 Beeville, Texas 78104
Phone: (361) 358-2957
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
Fax: N/A
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) 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 June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
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 June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
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 June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
CONTRACTOR
DocuSigned by:
Signature: '
Austin McCray
Printed Name:
Title: Project Supervisor
Date:
1/28/2022
(SQFb90RPUS CHRISTI
M2022-049
Authorized By
Josh Chronley
Assistant Director, Contracts and ProcurementCouncil 4-12-2022
4/13/2022
Date: DS
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 idSfgnedby.
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 3979 Rebecca Huerta
Exhibit 2: Contractor's Bid/Proposal Response City Secretary
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
Attachment A - Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall provide services for gate replacements from Lake Texana to
Corpus Christi on the Mary Rhodes Pipeline (MRP) easements as outlined in this
Scope of Work. There are one hundred (100) miles of pipeline easements where
gates are installed, please see Exhibit 4.
B. The gate replacements for the Mary Rhodes Pipeline easements are undertaken
in accordance with the Water Department's maintenance operations of the
Water Supply System. All areas are in Nueces County, San Patricio County,
Refugio County, Victoria County and Jackson County.
C. The Contractor shall be responsible for labor, supervision, equipment and
transportation necessary for these services.
D. The Contractor shall have enough resources and personnel to perform the work
as specified in this Scope of Work.
E. A City of Corpus Christi technician will accompany the Contractor to the pre-
designated property for the duration of the repair.
1.2 Scope of Work
A. The Contractor shall replace gates according to the details in Exhibit 1 , Exhibit 2
and Exhibit 3, which includes travel charges and labor.
B. The Contractor shall install Ranger Gates from Yoakum, Texas or an approved
equal by the Contract Administrator; all hardware must be galvanized and the
following materials must be used for each gate:
1 . The Contractor shall use 5/1 6th grade 30 galvanized chain cut at the
correct length for locking the gates;
2. The Contractor shall use 3/4" x 16" long galvanized hinges;
3. The Contractor shall use 1 - 5/8" 6-tube galvanized 16-gauge gate;
4. All augured holes shall be 16" for all the 10"x1 0' poles;
5. The Contractor shall use Exhibit 1 and Exhibit 2 for all specifications;
6. One gate replaced each year will be a double wide gate. (Please see
Exhibit 3). Each gate is l Oft wide for a total width of 20ft.
C. The Contractor shall construct the replacement gate over the center of the Mary
Rhodes Pipeline which will be at the same location of the gate being replaced,
unless directed to a different location by City staff.
D. The Contractor shall make gate adjustments in order for gates to open and close
correctly without binding.
Revised 11.30.20
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
E. The Contractor shall remove gates, posts and other materials not claimed by the
City at each location and dispose at the proper location/facility.
F. The Contractor shall provide gate replacements on an as needed basis.
1.3 Work Site Locations and Safety
A. The Contractor shall replace gates along the Mary Rhodes Pipeline easements
from Lake Texana in Edna, Texas to the Nueces River in Corpus Christi, Texas,
please see Exhibit 4.
B. The Contractor shall start each gate replacement location within three working
days after notification. Line location should be called in on first day in order to
start work within the three-day time frame.
C. The Contractor must be able to respond to call out for gate failure within five (5)
days for the duration of this agreement.
D. The Contractor shall be on site no later than 9:00 a.m. each day; no weekend
work unless approved by Contract Administrator.
E. The Contractor is responsible for calling in line location and responding before
work is performed.
F. Contractor shall use proper equipment and safety protocols to ensure the safety
of all personnel working at the site.
G. The Contractor shall carry their own water supply and fire extinguishers.
H. The Contractor shall not smoke on any of the properties.
1.4 Work Site Completion/Inspection
A. The Contractor shall complete each site in two days to allow concrete to dry
before having gate and spread out any excess dirt before leaving the job site.
B. The Contractor will submit invoice(s) to be paid after gate is completed and City
staff has inspected the competed gate.
1.5 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
1.6 Warranty
A. The work and materials provided shall be warrantied for one year after installation
of each gate.
Revised 11.30.20
DocuSign Envelope I D:187E9343-713130-41`64-131 2F-7626E9908782
Exhibit 1
10',cIO•CRESOTF
Treated Pog(TYMCAL) 6-Sw 1 br8Tube 48 gauge Galvanized Gate
('�
t CAM TO SWV4 OUT WAY ONLY
/
I
O(1MYpE�POST 60TSSUMLY
SSm 3
SEE OET �k
_ � .LL__"3.
12
F 314"x16"Threaded Balt ;�
EACKOCOvasTE -j t Hinges Bolted Through ,l,t, `n
OEO«
U Post -U
tom.rPOMMN WE IN RENCC SO AW n#CENTER Of 114!wt a ORCCTLY
ABOVE AQ CEWCRUXE Or PROPOSE WATERUNt OR AS CLOSE TO INt
CENTER AS FOSSMA KT CITE TO BE INSTALLED AT FENCE CORNER.
2. SEE SPtG?GTOG SECIM 026M TOR LOOK RLCUW9 KMM.
_2 TYPICAL GATE INSTALLATION
�: SCALE:N=
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
A
ILI
t
9
x � c
d � a
a 'o
cr
.:.. _�
a°
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
() w.
"
d Co
fk ces
( 70
D
uj
F
w � 00
t g
.:
r
aiF,�
f w
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
Exhibit 4 - Map
DocuSign Envelope IDI:187E9343-7BB0 4F64-B12F 7626E9908782
r. i ivy:
Y N
I�
r
I
A
1 I
�v
u0n l aa=
t t W6 x
i 4
a � J
r �
A
Gr
N
�11he yn
s ,
2
1 I
i.
I
" n
u
„
u
n
"
arm x r I� G
+wn
�m
JI, �P0
,
i
u
r
H)
h; r
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
Attachment B - Bid/Pricing Schedule
of
� r°R EI, AN I R ei l Ie I,
BID FORM
PyoBP OAAl
r RFh No. 3979
Gate Replacements for (MRP) Easements
PACE 1 OF 2
Date:
�
���
Authorized
Bidder: Signature: %
t^
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 ®eseription UNIT Annual` Unit PrigT®taI Price''
Q �
1 . Remove and replace typical EA 12 $ $
gate assembly per detail (seep
Exhibits l & 2); (include f ,=Y
materials, parts, equipment,
labor & trip charge
2. Remove and replace EA 1 $ $
doublewide gate assembly per
detail (see Exhibit 3); (include € fA-ilf' �P
materials, parts, equipment,
labor & trip charge
Total
$ - .
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
s year xtensioti Option
herr ®ascription ' UNITAnnual ! Unit Prick Total Pricy.
Y
1 . Remove and replace typical EA 12 $ $
gate assembly per detail (see
Exhibits 1 & 2); (include '� { E� R
materials, parts, equipment,
labor & trip charge
2. Remove and replace EA 1 $ $
doublewide gate assembly per Y
detail (see Exhibit 3); (include ` ���
materials, parts, equipment,
labor & trip char e
Total
::.2nd._Year Extension option
Iter' ®ascription UNIT Annual Unit'Pride TotaI Price
qty
1 . Remove and replace typical EA 12 $ $
gate assembly per detail (see
Exhibits 1 & 2); (include , ;R
materials, parts, equipment, ( '
labor & trip charge)
2. Remove and replace EA 1 $ $
doublewide gate assembly per
detail (see Exhibit 3); (include
materials, parts, equipment, r: l
labor & trip charge
Total
Grand Total
i
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
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. Contractor
must not allow any subcontractor Agency to commence work until all similar
insurance required of the subcontractor Agency has been so obtained.
2. Contractor must furnish to the City's Risk Manager and Contract Administrator,
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 for 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 $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) $ 500,000 Combined Single Limit
1 . Owned
2. Hired & Non-owned
3. Rented & Leased
WORKERS' COMPENSATION Statutory
Employer's Liability $500,000 / $500,000 / $500,000
3. In the event of accidents of any kind related to this project, Consultant must
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'
Revised 11.30.20
Page 16 of 21
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
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;
■ 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
Revised 11.30.20
Page 17 of 21
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
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.
Bond Requirements:
No bond requirements, therefore, Agreement Section 5 Insurance; Bond subsection
5(B), is hereby void.
2021 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
Revised 11.30.20
Page 18 of 21
DocuSign Envelope ID: 187E9343-7BB0-4F64-B12F-7626E9908782
Attachment D - Warranty Requirements
The work and materials provided shall be warrantied for one year after
installation of each gate.