HomeMy WebLinkAboutC2022-198 - 8/23/2022 - Approved DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
113S a
SERVICE AGREEMENT NO. 4258
Stop Loss Insurance Services
f'anwo�alev
1852
THIS Stop Loss Insurance Services Agreement ("Agreement") is entered into by and
between the City of Corpus Christi, a Texas home-rule municipal corporation ("City")
and Summit Risk Advisors, LLC., dba SA Benefit Services ("Contractor'), effective upon
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Stop Loss Insurance Services in response
to Request for Bid/Proposal No. 4258 ("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 Stop Loss Insurance Services ("Services") in
accordance with the attached Scope of Work, as shown in Attachment A, the
content of which is incorporated by reference into this Agreement as if fully set
out here in its entirety, and in accordance with Exhibit 2.
2. Term.
(A) 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
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
$2,496,000.00, subject to approved extensions and changes. Payment will be
made for Services performed and accepted by the City within 30 days of
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
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: Rose Bond
Department: Human Resources
Phone: 361-826-3878
Email: RoseB2@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: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
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: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
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: Rose Bond
Title: Benefits Manager
Address: 1201 Leopard St., Corpus Christi, Texas 78401
Phone: 361-826-3878
Fax: N/A
IF TO CONTRACTOR:
Summit Risk Advisors, LLC., dba SA Benefit Services
Attn: Stephanie Chtata, MHA, MBA
Title: Chief Eexecutive Officer
Address: 11844 Bandera Rd. #429, Helotes, Texas 78023
Phone: 210-996-2190
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
Fax: 210-996-2195
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: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
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: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
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: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
CONTRACTOR
� DoruSigned by:
Sf t f6tAk (Uafa
Signature: 666"'_
Printed Name: Stephanie Chtata
Title: CEO
Date: 8/22/2022
M2022-133
Authorized By
8-23-2022
(S9fb,9ORPUS CHRISTI Council
Ft65 ASAFSHI•Fe DS
Josh Chronley
Assistant Director of Finance - Procurement
Date: 8/26/2022
Attached and Incorporated by Reference: ATTEST:
Docusigned by:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule � 4
Attachment C: Insurance and Bond Requirements Rebecca Huerta
Attachment D: Warranty Requirements City Secretary
Incorporated by Reference Only:
Exhibit l : RFB/RFP No. 4258
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: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
ATTACHMENT A: SCOPE OF WORK
v�
1.1 Background
The City of Corpus Christi (City) has been administering a self-funded plan for
more than ten years. The medical claims are currently administered by BlueCross
BlueShield of Texas and the Pharmacy Benefit Manager (PBM) is CVS Caremark.
The City has an onsite Wellness Clinic at City Hall in conjunction with Concentra
under a contract that will continue until 2024. Developing a broader primary
care presence is a goal of the City including targeting chronic disease states
and comorbidities among their population. The group that will be covered
consists of all eligible employees and at the current time there are 2,792 active
employees and 81 pre-65 retirees.
1.2 General Requirements
A. The Contractor will provide Stop Loss Insurance Services.
B. The Contractor must maintain a rating financially sound with an AM Best
rating of A- or higher.
C. The Contractor must implement the plan(s) with an effective date of
October 1 , 2022.
D. The City or its agent reserves the right to audit the Contractor's
performance by reviewing pertinent records and documentation,
including clinical records, subject to appropriate confidentiality
requirements.
E. The stop loss insurance is for claims incurred in the 24-month period and
paid in the 12-month period immediately preceding the end date of the
contract period. The Contractor agrees to provide specific stop loss
protection to the policyholder for a catastrophic loss per individual
claimant with an attachment point of $300,000 and unlimited maximum
and covers both medical and prescription claims.
Page 1 of 1
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
ATTACHMENT B - SCHEDULE OF PRICING
SA
BENEFIT
SERVICES
Plan Sponsor:City of Corpus Christi
Effective:10101/2022
FIRM AND BINDABLE
Stop Loss Terms Current Option 1 Option 2 Option 3
MGU(If MGU not identified then a
direct carrier)
Stop Loss Carrier Granular Granular Granular
Network BCBS BCBS BCBS BCBS
Months in Contract 12 12 12 12
Specific Terms
Specific Deductible $250,000 $250,000 $300,000 $350,000
Aggregating Specific Deductible N/A N/A N/A N/A
Maximum Coverage Limit Unlimited Unlimited Unlimited Unlimited
Contract 24/12 24/12 24/12 24/12
Coverages Med,Rx Med,Rx Med,Rx Med,Rx
Run-In/Run-Out Limit N/A N/A N/A N/A
Terminal Liability Provision No No No No
Renewal Rate Cap(No New Laser) No Yes-40% Yes-40% Yes-40%
Plan Mirroring Coordination approved No No No No
Advance Funding Yes Yes Yes Yes
Stop Loss Premium(Fixed)
Specific Composite 2,849 $74.25 $78.87 $66.18 $57.81
Annual Specific Premium $2,538,459 $2,696,408 $2,262,562 $1,976,408
%Increase 6.22% -10.87% -22.14%
Qualifications
*Please review actual proposal contingencies regarding each
stop loss carrier option.
SA Benefit Services Service Fee of 5%is included in the rates
quoted. Broker commission included in the rates is %.
*Issued as a FIRM quote.Our FIRM offer will expire EOB on
09/01/2022,before this date both the attached proposal and
disclosure statement will require signature to bind the groups
desired option.
'G mumu 111 aw11:111:111M sxll:miice'ss 0010112022
2022 2023 I1..aasem's
Rx ID-44074762902-Solids-$600K Laser
SA Benefit Services
11844 Bandera Rd#429
Helotes,Texas 78023
Prepared By:Stephanie Chtata
Phone:210-996-2190 Ext.1088
Email:schtata@sabenefitservices.com
www.sabenefitservices.com
Pagel of 3
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
anular
0
i
i
O
00000000000000i0000i//
,n 0001111111110111111
1 11111111111111111111111111111 � .�% % ,
11
�� i 1111111111 l
i
1 1 1
11
i
i
.. r
Granular Stop Loss Contract Option
OVERALL COST SUMMARY
Coverages Medical, Rx Medical, Rx Medical, Rx
INDIVIDUAL EXCESS LOSS COVERAGE
Specific Annual Attachment Point per Individual $250,000 $300,000 $350,000
Specific Contract Term 24/12 24/12 24/12
Specific Annual Maximum Reimbursement Unlimited Unlimited Unlimited
Specific Lifetime Maximum Reimbursement Unlimited Unlimited Unlimited
Specific Payable Percentage 100% 100% 100%
Aggregating Specific Deductible $0 $0 $0
Rates Include Terminal Liability Option No No No
Rates Include Advanced Funding Option Yes Yes Yes
Number of Employees 2,849 2,849 2,849
�I II IIII
wlul 1 vi i;. u]�i a I" :,. Iii `i iwiu °s°i " .1163-1 I vi " i" Iwlul w w rl .r.
Quoted rates are firm
Quoted rates include the following:
0%commission
Rate cap of 40%and no new lasers upon 1 st year's renewal
Lasers as indicated below:
[Rx ID-44074762902-Soliris]-$600,000
Granular Insurance Company I t.866.984.2067 I Demo I'rr4IG1/j,Sjf',�cJ-1 today!
Page 2 of 3
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
anular
of
FOR
o
i
r i
r
000000000�
i
Rates and Factors subject to attached Qualifications and
Contingencies and Plan Document Assumptions
All claims are reported/paid in U.S. dollars.
The proposal is based on the data provided.The proposal may be modified if data changes or under other conditions
as specified in this document.
This proposal is based on the continuation of the current plan(s)of benefits.
If the number of covered employees or the percentage of family participants change by more than 15%this proposal
may be revised.
If this proposal includes an offer of aggregate coverage,the monthly aggregate factor cannot be finalized more than
90 days from the effective date.
Advance Funding is included.
Retirees are covered under the Granular Insurance Policy. It is the responsibility of the employer to identify to
Granular Insurance all retirees to be covered under the Granular Insurance Policy. If a group does not have retirees,
their rate will not be impacted.
This proposal is valid only if presented by a licensed insurance agent or broker who is appointed by Granular
Insurance Company.
The agent/broker does not have the authority to bind or modify the terms of his offer without prior approval of
Granular.
We require notification 30 days prior to the acquisition date of any employer completed merger or acquisition.
Underwriting serves the right to modify coverage terms when a new division is added or deleted from coverage or
when plan and/or network changes occur.
Granular agrees to accept for claims reimbursement the employer's plan document.
If the aggregate is quoted,then the minimum annual aggregate total is 90%of the first month's enrollment times
monthly aggregate attachment points.
Granular Insurance Company I t.866.984.2067 I Demo I'rr4IG1/j,SJf',�cj-[today!
Page 3 of 3
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
ATTACHMENT C: INSURANCE REQUIREMENTS
L 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 a 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. Project name and/or number must be listed in
Description Box of Certificate of Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
PROFESSIONAL LIABILITY $1,000,000 Per Claim
(Errors and Omissions) (Defense costs not included in face value
of the policy)
If claims made policy, retro date must be at
or prior to inception of agreement, have
extended reporting period provisions and
identify any limitations regarding who is
insured.
C. In the event of accidents of any kind related to this contract, Contractor shall furnish the Risk Manager
with copies of all reports of any accidents within 10 days of the accident.
II. ADDITIONAL REQUIREMENTS
A. 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
at least A-with a Financial Size Category of Class VII or higher.
B. Contractor shall be required to submit renewal certificates of insurance throughoutthe 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
Page 1 of 2
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
C. Certificate of insurance shall specify that at least 30 calendar days advance written notice will be provided
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.
D. 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.
E. 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.
F. 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.
G. 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.
H. The insurance required is in addition to and separate from any other obligation contained in this contract.
2022 Insurance Requirements
Ins. Req. Exhibit 3-H
Professional Services - Other Professional Services
08/18/22 Risk Management—Legal Dept.
Page 2 of 2
DocuSign Envelope ID: EC457CAF-65CE-4226-81 C4-8EOB64EO762E
ATTACHMENT D: WARRANTY REQUIREMENTS
No warranty required for this service agreement.
Page 1 of 1