HomeMy WebLinkAboutC2023-003 - 1/10/2023 - Approved DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
SERVICE AGREEMENT NO. 4320
Corpus Christi Water(CCW) Logo Painting for Elevated and
Ground Storage Tanks
THIS CCW Logo Painting for Elevated and Ground Storage Tanks Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas
home-rule municipal corporation ("City") and Viking Painting, LLC ("Contractor"),
effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide CCW Logo Painting for Elevated and
Ground Storage Tanks in response to Request for Bid/Proposal No. 4320 ("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 CCW Logo Painting for Elevated and Ground
Storage Tanks ("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 Periods)"), 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 -CCW Logo Painting Page 1 of 8
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
3. Compensation and Payment. This Agreement is for an amount not to exceed
$212,500.00, 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: Diana Zertuche-Garza
Department: CCW
Phone: (361) 826-1827
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-CCW Logo Painting Page 2 of 8
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
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 if 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-CCW Logo Painting Page 3 of 8
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
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 is permitted to
enter into subcontracts or utilize the services of subcontractors. Contractor shall
ensure that all subcontractors adhere to the requirements of this agreement,
including the provisions that require obtaining and maintaining insurance
coverages required by this agreement as well as providing proof of coverages to
the City,as set forth in Section 5 of this agreement. Contractor shall remain
responsible for the obligations and performance of the Services required to be
provided and completed pursuant to this Agreement to the same degree as if
the Contractor had performed and completed the Services."
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 some.
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: Contract/Funds Administrator
Address: 13101 Leopard Street, Corpus Christi, Texas 78410
Phone:(361)826-1827
Fax:(361) 826-4495
IF TO CONTRACTOR:
Viking Painting, LLC
Attn: John Snodgrass
Title: Vice-President
Address: 10905 Harrison Street, La Vista, Nebraska 68128 Page 4 of 8
Phone: (833) 847-8265
Service Agreement-CCW Logo Painting
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
Faso NIA
1 7® CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS
THE CITY F CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES
AGENTS "I I' " FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, L IDEMANDS, I7 R AND CAUSES OF ACTIONF
WHATEVER7 R OR DESCRIPTIONF
PERSONAL INJURIES, LOSS, F, OR ANY OTHER KIND
F INJURY, LOSS, OR DAMAGE, INCLUDINGALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYSFEESWITNESS
WHICH ARISE L I TCONNECTION
WITH A BREACH F THIS AGREEMENT ORTHE PERFORMANCE OFTHIS
AGREEMENT 7RACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT F THE CONTRACTORITS
EMPLOYEESS® CONTRACTOR MUST, AT ITS
INVESTIGATELL CLAIMSTHEIR L
OR OTHER DISPOSITION,' LL ACTIONS
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES F ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ARISINGANY KIND L7IFROM ANY SAID LIABILITY, 4
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS F CONTRACTOR UNDER THIS F LL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
o Termination.
(A) 'The City im ay t roma fe this Agreement for Contractor"s tca6Vuar had comply with
any of the terms of this Agreement. The City must agave the Contractor written
notice of the breach and set out a reasonalNe opportunity to cure. If the
Contractor has not cured within [he cure period, the City may terminate mate this
Agreement Amr edamtelly thereafter.
(IP) Ahh rnatuv ly, the City may heriminafe th is Agreement for convenience upon
0 days advance written notice tai the ontrcactor. The City rrrncay also terminate
this Acgreerrn nt upon 24 hours written notice had the Contractor for tcaUur hay pay or
provide proof of Ipayinnen-t of taxes as set out in this Agreement.
19. Owner's Mainual and Preventative Mainteraan . Contractor cacgre s to provide a
copy of the owner's rrnanucaf and/or preventative maintenance u iidaaH nes or
inshru.a bions if available ablle tcalr any equipment purchased by tlhe City Ipursuant to hh is
Agreement. ontrcactor must provide such docu.urrnentation upon defivary of such
equipment and prior to receipt of the final payment by the hhy.
Service Agreement -CCW II_oo Pa infing Page 5 of
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
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-CCW Logo Painting Page 6 of 8
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
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.
Page 7 of 8
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
CONTRACTOR
�. ,. ..�
_.. ,
�...._
Title: ....._ . . �fe
Dater � ` �2—
T-Yg'GR PUS CHRISTI M2023-004
Authorized By
�.. _.............................. _m ........_........ _ 1-10-2023
Josh Chronleym................m.. Council
Assistant Director of Finance - Procurement
Date:
1/24/2023
_. Er—;/s
...._.......,_... ---_ .
Attached and Incorporated by Reference:
Attachment A: Scope of Work ATTEST:
Attachment B: Bid/Pricing Schedule DocuSignedby
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Rebecca Huerta
Incorporated by Reference Only: City Secretary
Exhibit 1: RFB/RFP No. 4320
Exhibit 2: Contractor's Bid/Proposal Response
DocuSigned by:trltl
oved as to form: F7FF79888OD4443..
1/24/2023
6657C54D113549B...
Assistant City Attorney Date
Service Agreement-CCW Logo Painting Page 8 of 8
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
Attachment A - Scope of Work
I.I. General Requirements
Corpus Christi Water (CCW) is looking for a qualified contractor to submit a proposal
to paint the new CCW logo on the outside of four water storage tanks.
1.2. Scope of Work
A. The Contractor must have operated continuously for a minimum of seven years
as an established firm providing coating/logo application services for ground
and/or elevated water storage tanks.
B. The Contractor shall paint the new CCW logo on the outside of the following
water storage tanks:
. dress
dame and Type of Water Storage Tw _
Coral Vine Elevated Storage Tank* 14201 Allamanda Dr, Corpus Christi TX
78418
___...m., ......... ._._....
Holly Elevated Storage Tank 4917 Holly Rd, Corpus Christi TX 78411
Rand Morgan Elevated Storage Tank _._.L .. pard S —_...,,... � is ,..._.. .. ---
g 9365 Leo t, Corpus Christi TX 78409
_ _ .� ------ ..... ....... _ - ...... ......._
Staples Ground Storage Tank 5801CountyRoad 43, Corpus Christi TX
—_........ .. �_._... ........ __m ...1
*Logo for Coral Vine EST is different than the other tanks
C. The Contractor shall use the following color palette for the CCW logo:
a. The logo will be coated with Tnemec Series 700 Hydroflon applied at 2.0 to 3.0
dry mils (color to match existing color on new logo design from approved color
palette); only approved thinner, Tnemec 41-63 can be used;
b. The Contractor shall consult with the Tnemec representative to color match
from the approved color palette.
D. The Contractor shall be responsible for all labor, materials and equipment
necessary to paint logos on the exterior of the elevated and ground storage
tanks;
E. The Contractor shall obtain and pay for all required permits;
F. The Contractor shall comply with all state and federal regulations applicable to
logo painting on water storage tanks.
RFP Template 03/15/2022
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1DA
G. The Contractor shall ensure that no spent cleaning debris, dust, overspray, paint
droplets, or emissions of any kind, escape to the atmosphere, the base of the tank,
or adjacent buildings, private property, work sites and parking lots.
H. The Contractor shall provide a Safety Plan, Pollution Prevention Plan and Pollution
Mitigation Plan to CCW Staff;
I. The Contractor shall appropriately size the logos based on applicable tank
characteristics including size and orientation, see Attachments for additional
information:
a. Tank that will have one logo painted on the exterior is the Rand Morgan
EST;
b. Tanks that will have two logos painted on the exterior are Coral Vine EST
(*different than the other three tanks), Holly EST and Staples GST.
J. Thee shall provide a warranty for their we*10 last 15-20 years.
K. The Contractor shall not subcontract the coating/logo application tasks but
can hire a subcontractor in the event minor repairs are needed to complete the
coating/logo application services.
RFP Template 03/15/2022
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
1.3. Surface Preparation
A. All surface preparation and painting shall conform to applicable standards of
the Steel Structures Painting Council, NACE International and the
manufacturer's printed instructions.
B. Materials applied to the surface prior to the approval of the inspector shall be
removed and re-applied to the satisfaction of the inspector at the expense of
the contractor.
C. The Contractor shall field verify tank dimensions.
1.4. Special Instructions
A. The City will retain the services of an independent NACE Certified Coating
Inspector for construction observations and quality conformance
inspections during the project duration.
B. The Contractor is responsible for providing access to tank, communicating
work progress, and coordinating inspection services with the City's
independent consultant.
C. The inspection company shall report to Corpus Christi Water.
D. The Contractor shall not move or remove scaffolding, ladders or other
fixtures necessary to provide proper inspection until such work has been
inspected and approved by the City's independent consultant.
E. All tanks will be kept in service during logo painting unless agreed to be taken
offline by CCW. If a tank can be taken out of service for logo painting, the
Contractor is required to give CCW a minimum of 72 hours' notice to drain
the tank before work can begin.
RFP Template 03/15/2022
...... ........ �� ...... ... .. ._.....— ,,..... .......__..,
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
Affachments
1. Approved CCW Color Palette.
2. All logo elements for the Corral Wine EST (P ire Island
't' a'tty), and Logo -to be used for Holly, air it n
and St Ipllesw
. Photos of all ,t tanks,
m Engineer Drawings for all t inks will be available upon
request.
RFP Template 03/15/2022
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
m m
Ace Crl
xi
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
Logo Artwork
(D r u s
1�&.�axxam
Christi Water
Mmiii, Serving
._�A tarn+;:rrE,C�rtecxs> €..�^tr.�r.,i}�f,z��f;vf��r
....._......___._..........._........................................._...._................................_..............................................................__._..__._.....-.._....................................._ .__._...._......................................................................._.__........................................................................................................._.........__...._......._....
........
mi�
a
s
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
CCW Pacire Water Ibwer Designs
� ..
........
Corpus 10 ns I,;Alater
�* +
u,.
f �
,
orr.)(.
..,,...._.... ........... ...._........_........................ ...._._., 3
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
Turtk. Artwork
y
'',ir itv Cr phi,C,;lo?t:
.........._.........................._................._............................................................................................................................_......................................................................................................................................_........__.......................................................................................... ..............................................
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
r
ChWater
Sm
� in the astl' Send
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
4 '
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
1 I
IV
9 d 9
u.
I
�f
' liiiiii�u�llllllllllllllllllllllllll�l;uuui°°°9!!!!!I
i
i
r
, t
s
gl�
f °,I 'ii u 7 II i II III lii'iV III��i I Illli I V
P
� IGIVVV V
m
I,u �
G; r
9 �; uuuuuuuuuuuuuuuuuuuuuum�iiiuu uuuuuuuuuuuuuuuuuuuuum�i
' i � VVVVVVVVVVVVVVVVVVVVVV J
r
1 0
l
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
rr rrr
I
,ee
i///////% i
1
� r/�//r ��� �uluu ul I Illlu��u� uuu uu ulllll
uu
V
r..
i
/r iIVIVi��i�������i iii i uimiiYlll III pp
/ ���/ �� uuuu uuu uu uuu a uuuuu a uuuuu uu a uuuu
�� �//� ��/, uuo�uuuu i iii i uoi i i i i��ii m uoiuioi i i i�i uoiuiiu i iuioi i�m�uiuuuuuim
�;�(�iMnw>uNprfljr
joy_,,,, �, � muu um�i�m���� III III ...........
r/
w-
�r
_ f
d
i
h �
VIII, tlllll� jIII�I�Q�
l III � t
1_
i
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
f f%
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
fthmmaunt B - Bid Pritira /Shaun
�. CITY OF CORPUS CHRISTI
Pricing Form
CONTRACTS AND PROCUREMENT
0,16RPP No. 4320
Corpus Christi Water(CCW) ILogo Painting for Elevated and
Ground Storage Tanks
PAGE I PI
DATE:
PROPOSER AUTHORIZED SIGNATURE
t. Refer t "Instructions to Proposers"and Contract Terms and nditi i s before
completing proposal.
t.
2. Provide rur best price for each Item.
3. In submitting this proposal!, Proposer certifies that:
on the prices in anis proposal have been arrived at independently,without
consultation, communication,nicatiorn, or agreement with any other Proposer or
competitor, 'for the purpose of restricting competition with regard 'to prices;
fao Propps r is an Equal Opportunity Employer; and the Disclosure of lnterost
information on file with City's Con-tracts o nd ProCUrerrnomnt office, pursuant to the
Code of Ordinances, is current and true.
cm Proposer haus incorporated any changes lSSLje through Addenda to tine RFP in anis
�
Item ri i � r� r
I Coral n IST I — .._. Each... .1.. � _ 39,500,00 I 3%500.00
Height: 167' Diameter, 7'
Bowl Idt„ 40'
LL
ass Dffrt th
the nth it 3 t R
2flpffly RST-3MG
�. .. .. ... Ya h-.. 67,000.00�� --or---o
Heag to 171.6' Diam t r: 115'
Bowl lit° 452 L s
93,000 00 0 400¢00.00
PIn u emu QST � 4' S
Height: 158' Diameter: 5
l3oY Ht: 1
66�
t
. ._�.., Std � T�, ..... . Each�� .... _�_..... t 0
a _ 56,000,00 . .0
o.00
Height: 51' Diamet r: 1btu'
2 � s
Allowance
$10,000.00.... ._ .....ww $10,000.00
212,500.00
r
2
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
ATTACHMENT C- INSURANCE 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.
ITTYPE OF INSURANCE --__...�_..rv. MINIMUM.. ., _..._._. ._..__. ww_ ........ ..._._���N,
M INSURANCE COVERAGE
Commercial General Liability Including: 1,000,m000 Per Occurrence. �.._.....�.a,
1. Commercial Broad Form
2. Premises-Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
w �.
AUTO LIABILITY (including)
including).w ... .�_... $500,000...��... ....� ._. . ..._...��
Combined Single Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
� WORKERS' COMPENSATION .....�.. . Statutory
...... �. .� .. .... .....6�._.... � .
EMPLOYER'S ABILITY $500,000 /$500,000 /$500,000
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.
Il. ADDITIONAL REQUIREMENTS
RFP Template 03/15/2022
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
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
RFP Template 03/15/2022
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1 DA
lrnsii..araar)ce and applicaUe endorsements t0 City. City shall have the or,::rtio n to
suspend nd Co ntraactor°s performance should there be as l apse 'i n coverage at aarny
tone during this contract. F::aallure to provide and to r7roa::aHmataµaii n the required fired i n,su.araarnc
sltnaall a::naarnstiituat : a rar°naWat H°Haal breach of tt°uu,s contract.
F. lrn addition to any other r :rn°nedi s the City may have Upon Coin tractor's failure to
pr(..)vide and irmnaa'HrutaaHrn any Hrnsuaraarice or po Hcy endorsements to the extent aarnd
within tt°ne firma h reHr.n required, the City 0 ia.alll have .1.h , rHgtnt to order or-Ara ctor to
remove the eaahiUt hereUnder„ and/or withhold any paayrnrne nt(s) if any, whuctn
become a:Ja..ae to Contractor herei,..ander u..arwtHl Contractor demonstrates nstrates c orr-upHarace
Wth the req u!lire Me nts hereof.
G. Nothing to r irn contained shall be construed as l'H minim in arny way the extent to
root-nHa:;h Con-tractor rlrnaay be mala respoinsiUe for paayrnernts of dairnages tai Dersaarn.s oir
property reSUlltHrng from Co ntraact »ir''s Or Hts ,su..ubcoritractor".s Iper orranaance of than work
covered under this agreement.
IHn It is agreed that Contractor's Hrnsuraaince shall be deeirried primary and non
:a:>rntr bu.atory with respect to any insurance or salt Hrnsu.araarice carried by ttnasu C4y of
Corpus Christi for llaalk ffy arising out of opeiraflo ns under this aagre rr-ie nt.
L If is understood and agreed that the iirnsuairaarnce r ^q.Ared is in aaa:: difloi!i to and
s paraat(:� tr ni any other obligation co ntaai nee in thlis agreement,
Bond lRequir a eirmt ,°
�(B),
Bo requirements u�uir rrna�.'�m-nts therefore, Agreement a�a�fio n 5 lrnsu.araarnce,a Bond su,.A)sa�a�.�tuaarn
l^�laa bond
hereby void.,
2021 li nsuaramam."Ie Re u.ailrernrnernt,s
Urns„ Req. Eaatn'HbHt 4,,,alt
Contracts for General eMaae , Services Flertaarmaw`d Onsite
05/10/2021 Risk Moi na:a as,Mme n t........ q....e aal Dept,
i
RFP Template 03/15/2022
DocuSign Envelope ID:794EFCCC-A725-42A9-ABED-389A85CDC1DA
Attachment D - Warranty Requirements
@d-)
1 Vn L
coo`1-)
T�efef shall provide a warranty for their o last 15-20 years. ,) t,