HomeMy WebLinkAboutC2023-017 - 1/31/2023 - Approved DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
SC
�a
a�
H SUPPLY AGREEMENT NO. 4283
All-Weather Asphalt for Public Works
'Ga �uan<Q
1852
THIS All-Weather Asphalt for Public Works Supply Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Waller County Asphalt, Inc. ("Contractor'), effective upon
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide All-Weather Asphalt for Public Works in
response to Request for Bid No. 4283 ("RFB"), which RFB includes the required scope of
work and all specifications and which RFB and the Contractor's bid response 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 All-Weather Asphalt for Public Works 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. "Goods," "products", and "supplies", as used in this
Agreement, refer to and have the same meaning.
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 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.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$557,760.00, subject to approved extensions and changes. Payment will be made
Supply Agreement Standard Form Page 1 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
for goods delivered 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: Velma Pena
Department: Public Works
Phone: 361-826-1933
Email: VelmaP@cctexas.com
5. Insurance. 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.
6. Purchase Release Order. For multiple-release purchases of products to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of products 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 products will remain with
the Contractor until such time as the products are delivered and accepted by
the City.
Supply Agreement Standard Form Page 2 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
7. Inspection and Acceptance. City may inspect all products supplied before
acceptance. Any products that are delivered but not accepted by the City must
be corrected or replaced immediately at no charge to the City. If immediate
correction or replacement at no charge cannot be made by the Contractor, a
replacement product may be bought by the City on the open market and any
costs incurred, including additional costs over the item's bid 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.
9. Quality/Quantity Adjustments. Any 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
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 products 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 providing the Goods, Contractor will not enter into
subcontracts or utilize the services of subcontractors.
Supply Agreement Standard Form Page 3 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
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: Velma Pena
Title: Contracts/Funds Administrator
Address: 2525 Hygeia St., Corpus Christi, Texas 78415
Phone: 361-826-1933
Fax: N/A
IF TO CONTRACTOR:
Waller County Asphalt, Inc.
Attn: Reid Dawson
Title: Vice President
Address: 22010 Faigrounds Rd., Hempstead, Texas 77445
Phone: 979-826-7075
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
Supply Agreement Standard Form Page 4 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
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.
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.
Supply Agreement Standard Form Page 5 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
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.
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.
Supply Agreement Standard Form Page 6 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
CONTRACTOR
DOGUSigned by;
Signature:
Printed Name: Reid Dawson
Title: vice President
Date: 8/17/2022
M2023-013
Authorized By
CITY OF CORPUS CHRISTI 1-31-2023
Council
Josh Chronley DS
Assistant Director of Finance - Procurement
Date: 2/14/2023
ATTEST:
o—Swed W
Attached and Incorporated by Reference: Rebecca Huerta
Attachment A: Scope of Work City Secretary
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB No. 4283
Exhibit 2: Contractor's Bid Response
Supply Agreement Standard Form Page 7 of 7
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
ATTACHMENT A: SCOPE OF WORK
General Requirements/Background Information
The Supplier shall provide bulk All-Weather Asphalt Mix Material (All Season Pre-
Coated Patching Mixture), for the Street Department as outlined in this Scope of
Work (Specifications and Requirements).
Scope of Work
A. This specification covers various street construction material used by the City of
Corpus Christi, Texas.
B. The material listed in this specification are used in the repair and maintenance
programs of the Corpus Christi Public Works Department.
Work Site and Conditions
A. The material shall meet the requirements of TXDOT Standard Specification for
Construction and Maintenance of Highways, Streets and Bridges Departmental
Materials Specifications (DMS) 9202 - Asphaltic Concrete Patching Material &
DMS 9203 - Rapid-Curing Asphaltic Patching Material.
1 ) TXDOT DMS 9202 - 6.1 .7. All Season Pre-Coated Patching Mixture
All Samson Pre-Coated Patching Mixture QASPP" 1).. Use only aggregate gradation [V to produce ASPPM.
lore-coat the coarse and tine aggregates with at least 1°fes of AC-10, PG 64-22,or equivalent materiiall lin
accordance with Item 3,00 prior to rniixirngl with,the asphalt material meeting the requirements of Table'7..
Table 7
Asphalt Material Proertli, s'far ASPPM
Property Test Procedure Mian Max
Kin>enmatic viscosity, 140,'F„o'St T 201 3007 700
Water, '% T SS I 0.1
Flash pwamnt,T.t C., ''IF T 79 250 I
CYsul atian test: T'78 i
63
Disti'illate,percentages her voy urne of t>oteI distl�llate to 0 `F' °
i
to 437'F 0 ! 0
"
to 500"F 0 �' 5
tra 60f7'F 5
Residule tra.rn dis ilhatiiorn, l,Vo7:3 100
Tests on distillabon resMdlure
Penetration, 100 g„5 see., 77'FT 49 2W d
I
Solid Hit iun trichloroethylene 1,% T`44 90.0 I
Note—Test procedures,beginning with T are AASHTCr pnacedures..
t. Only perforin this test if the binder does not appear hodrnogenouss..
Page 1 of 3
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1 153BA7070
2) TXDOT DMS 9203 Class I Dense Grade Rapid-Curing Asphalt Concrete
Table I
(lass I Dense Graded Rapid-('uring Asphalt Concrete
Asphalt Content Exclusive,of'Volatiles
Mill. Max.
fio by Weiight 4_0 6_5_
Aggregate Gradation
Sieve %bY Weight
Passing l/2" 100
Passing 3/8" 95-100
Passing l/4" 801....95
Passing No. 10 30-45
Passing No.40 8-20
Passing No.80 510
Passing No 200 2_8
Hydrocarbon Volatile Content of Mix
by Weight 0_4 1.0
—
Moisture Content of the Mix
4o by Weight 0.2
Distillation Range of Volatiles Recovered from Mix
Distillate,expressed as percent by vourne ol'toital volaffles recovered Crom mix when to by ASI M 1)86
• Offat 300'F(149"Q 0 15
• Offat 350'1,'(177*C.) 25 910
• 011'at 400'1 (204"C') 65 100
• Offal 450'F 1232'10 75 l 00
Properties of Asphalt Extracted from the IMix
Penetration,77'1'(25"Q, 100 g,5 soc- 1 6�) 12(1
Ductflity at 77T (25'C),5 ciWinin.,cm 100
Stability amid Density Properties
Stability ol'as-received tnix trio curing)at 77 025± Ft'),(inolded at 77±21' 35%
12-5,± I`C l)
Stahihty of cured mix at 140"I" (60"C (cured and molded at 140,`1 [60IICIj 401N,
Density(Mixed,cored,andniotded at 141)'T l60TI;percent density is the ratio of'
thecompactedspecifiegravity"too floc tl eorratmcal raanaxraaarrraa slaeo uluc rzuvity WON, 961N',
detennined by'l ex-227-1,-)
R"dstance to Water Damage
I lie as-received mix,evaluated by1ex-530-C,must not show evidence of more than I OIN's stripping,of the
aggregate surfirces.
B. Testing reports shall be submitted by the selected Supplier to the Contract
Administrator for approval prior to delivery. Packing slips or other suitable
shipping documents shall accompany each shipment and shall show: (a) name
and address of person delivering the load, (b) name and address of receiving
department and/or delivery location, and (c) with each delivery, furnish a
shipping or delivery ticket showing description of items and quantity.
Page 2 of 3
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
C. All material shall be transported from the plant to the designated stock storage
yard or job site in tight vehicles with metal bottoms previously cleaned of all
foreign matter and when necessary shall be covered to reduce loss material
and to protect material from weather elements.
D. Stock storage yard schedule delivery dates and standard service hours Monday
through Friday between the hours of 7:00 a.m. - 5:00 p.m.
E. Deliveries are to be made as required. Delivery will be to the City of Corpus
Christi Public Works Department Materials Storage Yard at 2626 Holly Road,
Corpus Christi, Texas 78415. Material Storage Yard is located behind Corpus
Christi Animal Care and Vector Service Center with drivable entry on Civitan
Street. Delivery shall be in end-dump dump trucks.
Page 3 of 3
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
ATTACHMENT B: BID/PRICING SCHEDULE
4 $o
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
BID FORM
12 RFB No. 4283
All-Weather Asphalt for Public Works
PAGE 1 OF 1
Date: 22--
Authorized
Bidder: WAL.11a?_ CowN ASML-r Signature:
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies,
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Item Description UNIT 1-Year QTY Unit Price Total Price
All-weather asphalt pothole
1 patching mix in bulk, no bags, Tons 3,200 $)74.30 $ 557,760
Including transportation
1-Year Total $
Item Description UNIT 1-Year QTY Unit Price Total Price
1 sr 1-Year Extension Option:
2 All-weather asphalt pothole Tons 3,200 $I"7&,30 $Stv'-1 f foo
patching mix in bulk, no bags,
Including transportation
2nd 1-Year Extension Option:
3 All-weather asphalt pothole Tons 3,200 $)'79.,30 $ 5`70,50
patching mix in bulk, no bags,
Including transportation
Extensions Total $it J20
1 Year plus Extensions Grand Total $/1(092 q$O
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
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
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.
II. ADDITIONAL REQUIREMENTS
Page 1 of 3
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
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.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
Page 2 of 3
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
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:
No bonds are required for this Agreement.
2021 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
Page 3 of 3
DocuSign Envelope ID: FCEB46F3-AA02-4051-9617-EF1153BA7070
ATTACHMENT D: WARRANTY REQUIREMENTS
No manufacturer's warranty required for this Agreement.
Page 1 of 1