HomeMy WebLinkAboutC2023-043 - 3/21/2023 - Approved DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
113S c
SERVICE AGREEMENT NO. 4472
Fire Station #14 Renovation
f�'anwo�alev
1852
THIS Fire Station #14 Renovation Agreement ("Agreement") is entered into by and
between the City of Corpus Christi, a Texas home-rule municipal corporation ("City")
and A M Services Company ("Contractor'), effective upon execution by the City
Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Fire Station #14 Renovation in response
to Request for Bid/Proposal No. 4472 ("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 Fire Station #14 Renovation ("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 six months 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-month 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
$84,772.00, 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
Service Agreement- Fire Station #14 Reno Page 1 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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:
Conrad Martinez
Asset Management
Phone: 361-826-3645
conradm@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
bond(s) and appropriate surety information are as included in the RFB/RFP or as
may be stated in Attachment A and/or Attachment C (the most stringent
requirements of the any of the foregoing prevails and controls), 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.
Service Agreement- Fire Station #14 Reno Page 2 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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.
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
Service Agreement- Fire Station #14 Reno Page 3 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator
unless the subcontractors were named in the bid or proposal or in an Attachment
to this Agreement, as applicable. In using subcontractors, the Contractor is
responsible for all their acts and omissions to the same extent as if the
subcontractor and its employees were employees of the Contractor. All
requirements set forth as part of this Agreement, including the necessity of
providing a COI in advance to the City, are applicable to all subcontractors and
their employees to the same extent as if the Contractor and its employees had
performed the work. The City may, at the City's sole discretion, choose not to
accept Services performed by a subcontractor that was not approved in
accordance with this paragraph.
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: Conrad Martinez
Project Manager-Facility Maintenance
1201 Leopard St., Corpus Christi, TX 78401
Phone: 361-826-3645
Fax: N/a
Service Agreement- Fire Station #14 Reno Page 4 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
IF TO CONTRACTOR:
A M Services Company
Attn: Anna Morales
Officer/Owner
4531 Ayers, #228, Corpus Christi, TX 78415
Phone: 361-883-0884
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.
Service Agreement- Fire Station #14 Reno Page 5 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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.
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 in full;
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
Service Agreement- Fire Station #14 Reno Page 6 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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.
Service Agreement- Fire Station #14 Reno Page 7 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
CONTRACTOR
DocuSigned by:
Lin" —..
Signature:
Anna Morales
Printed Name:
officer
Title:
Date:
2/6/2023
M2023-036 Authorized By
CITY OF CORPUS CHRISTI
Council 3-21-2023
DocuSigned by:
DS
Josh ron ey Er-;/s
Assistant Director of Finance - Procurement
Date: 3/30/2023
ATTEST:
Approved as to form: °°°°S'g" 'by
DocuSigned by:
U(KAU- 91(,6 ,--W 3/28/2023
Assis 'an ` iy Attorney Date Rebecca Huerta
City Secretary
Attached and Incorporated by Reference:
Attachment A: Scope of Work (including Exhibits 1 and 2 of Attachment A)
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit l : RFB/RFP No. 4472
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement- Fire Station #14 Reno Page 8 of 8
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
Attachment A: Scope of Work
1.1 General Requirements/Background Information
A. The Contractor shall provide renovation services for the Fire Station #14
located at 5901 South Staples Street, Corpus Christi, TX 78413. See Exhibit
A.
B. The Contractor shall have enough competent, responsible, trained
personnel qualified to provide the required services.
C. The Contractor shall provide all supervision, labor, transportation, tools,
materials, and equipment necessary for the completion of services. All
services must be performed in accordance with federal, state, local
building codes and Occupational Safety and Health Administration
(OSHA) safety requirements, including but not limited to IBC 2015, IPC
2015.
1.2 Scope of Work
A. The Contractor is responsible for obtaining all city permits through City
Development Services Department prior to beginning work and include
costs in bid.
B. The Contractor shall remove approximately #1 ,100 sq-ft of ceiling grid and
tiles. Material is to be hauled offsite and disposed of in a professional
manner.
C. The Contractor shall provide new suspended ceiling grid and acoustical
ceiling tiles (Armstrong preferred, Fine Fissured White, 2' x 2').
D. The Contractor shall provide new ceiling heating, ventilation, and air
conditioning (HVAC) fixtures (Supply, Return, Exhaust).
E. The Contractor shall provide a licensed master electrician to perform all
electrical work.
F. The Contractor's master electrician shall test Z-Trop system to ensure
correct fixtures are installed and working properly with the alert system.
G. The Contractor's master electrician shall upgrade Facility light fixtures.
Paget of 4
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
H. The Contractor's master electrician shall provide new LED lay in light
fixtures to dormitory, hallway, captain's quarter, kitchen, and day room.
Minimum specification - slim fit, flat panel, 5000K, 2x2/2x4.
I. The Contractor's master electrician shall update existing ceiling recessed
light fixtures with LED retro fit kits in all bath/shower rooms.
J. The Contractor's master electrician shall update existing wall light fixtures
with LED retro fit kits in all bath/shower rooms.
K. The Contractor's master electrician shall conceal all exposed wires such
as tv cables, speaker wires, etc.
L. The Contractor shall remove all vinyl flooring and prep to receive
approximately 1 ,926 sq-ft new 6" x 48" Mohawk Living Local Two Tone 20
mil. LVT Plank flooring.
M. The Contractor shall replace wall base throughout fire station.
Approximately 280 linear feet.
N. The Contractor shall replace (lea.) Sink, Faucet, and toilet in bathroom
#1 . See Exhibit B for fixture details and shall be equal to or greater than
listed items.
O. The Contractor shall remove grid/tile ceiling in bathroom #2 and replace
with sheetrock, tape, float, and paint to match existing walls.
P. The Contractor shall replace (1 ea.) sink, faucet, and toilet in bathroom
#2. See Exhibit B for fixture details and shall be equal to or greater than
listed items.
Q. The Contractor shall replace (2 ea.) sink, faucet, (2 ea.) urinals, and (1 ea.)
toilet in bathroom #3. See Exhibit B for fixture details and shall be equal
to or greater than listed items.
R. The Contractor shall replace all stall partitions in kind for bathroom #3.
S. The Contractor shall patch, prime, and paint all interior walls, doors, and
door frames. The paint color is to be determined.
T. The Contractor shall repair any areas scarified or damaged from
construction.
Page 2 of 4
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
U. The Contractor shall provide safety measures around the job site. This
includes, but not limited, to safety fencing, construction cones,
barricades, temporary fencing, etc.
V. The Contractor shall keep construction site orderly and neat daily. Site
must be kept safe from public harm or injuries from occurring.
W. The Contractor shall be responsible for acquiring the appropriate
equipment and PPE for the above services listed.
X. The Contractor shall provide warranty letters at closeout for final invoice
payment.
Y. The Contractor must obtain a Performance Bond for the full amount of
the Agreement and provide to the City prior to beginning any work.
1.3 Invoicing
A. The Contractor shall submit invoice for services to the city. Invoice shall
include:
1 . Work description
2. Purchase Order Number
3. Service Agreement Number
4. Date of Service
5. Labor hours (if applicable)
B. Approval for payment shall be authorized by the Contract Administrator
or Project Manager.
C. No Progress Payments will be allowed.
1.4 Special Instructions
A. The Contractor shall provide working schedule to include days and times.
Changes to work schedule shall be communicated by the Contractor to
the Project Manager in a timely manner.
B. The Contractor shall notify City Project Manager or designee when on site.
C. Any unauthorized changes or services performed by the Contractor will
be at the responsibility of the Contractor and not the City.
D. The Contractor shall provide updates to the project manager on a
weekly, bi-weekly, basis depending on the duration of the work.
E. The Contractor shall clean and haul away all debris.
Page 3 of 4
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
F. The Contractor shall commence work no more than 15 calendar days
from date of notice to proceed and/or date from delivery of material.
G. The Contractor will schedule and perform walk through with Customer
and Asset Management Project Manager at substantial completion for
sign-off by all parties.
H. The Contractor shall be responsible for completing punch list item(s) no
more than 14 calendar days from substantial completion.
I. The Contractor shall provide warranty letters at closeout for final invoice
payment.
Page 4 of 4
D,,,Sign Envelope ID'.A4BD8526-1098-4924-9998{3348009486A
Exhibit A: 1 of 3
a.
RESTROOM 1
DAY ROOM
KITCHEN '
I�
lap
I:
4,J .
ENGINE ROOM JA
wERROOCH.Ro
�,x
x it "
LOCK RROOM
CAPTAINS QUARTERS
NE,RDDMESH—ER 'Ip;rI,"rW
'rll r
lu l
DORMITORY
F1 LFr
l e.
x
D,,,S,gn Envelope ID'.A4BD8526-1098-4924-9998{3348009486A
Exhibit A......
2of3
b
FF"M
M IT
5�
.. .............
Ir
...
I�.
1 &
O 1
®`
L.I L
D,,,S,gn Envelope ID'.A4BD8526-1098-4924-9998{3348009486A
IAIH1 lI1I V
n�
II �. I1 ar
0
I I�
'rI L
N
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
Exhibit B: FIXTURES
Bath #1
(1-Ea.) American StandardDeclyn Wall Hund Bathroom Sink in White with 4 in. Faucet Holes
Model# 0321975.020
(1-Ea.) American StandardMadera 1-Piece 1.23 GPF Single Flush Elongated Toilet in White
Model#2857128.020
Bath #2
(1-Ea.) American StandardDeclyn Wall Hung Bathroom Sink in White with 4 in. Faucet Holes
Model# 0321975.020
(1-Ea.) ZurnEco Vantag.ej�Piece 1.28 GPF Single Flush Elongated Pressure Assist Toilet in
White
Model#Z5571
(1-Ea.) SEMI Hospitality Commercial Elongated Open Front Plastic Toilet Seat in White Never
Loosens and DuraGuard
Model# 7650TDG 000
Bath #3
(2-Ea.) American StandardDeclyn Wall Hund Bathroom Sink in White with 4 in. Faucet Holes
Model# 0321975.020
(2-Ea.) American Sta ndardWas h brook FloWise Igp Saud 0.125 GPF Urinal in White
Model# 6590.001.020
(2-Ea.) American StandardUltima Manual FloWise 0.125 GPF Exposed Urinal Flush Valve in
Polished Chrome for 0.75 in. Tori pud
Model# 6045013.002
(1-Ea.) ZurnEco Vantag.ej�Piece 1.28 GPF Single Flush Elongated Pressure Assist Toilet in
White
Model#Z5571
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
Exhibit B: FIXTURES
(1-Ea.) SEMI Hospitality Commercial Elongated Open Front Plastic Toilet Seat in White Never
Loosens and DuraGuard
Model# 7650TDG 000
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
� XP
S Attachment B: Bid/Pricing Schedule
S CITY OF CORPUS CHRISTI
CONTRACTS 'D PROCUREME
BID FORM
a F . 4472
I� �
Fire Station #14 Renovation
I
PAGE '1 OF 1 l
,ufho i/ �
1, Refer to "Instructions to Bidders" and Contract Terms and Conditions before
a
completing bid. 1
, Quote your best price for each Item. � r
3. In submitting this bid, Bidder certifies that:
j a:a. thea l.arua_e s in titor l,.:)e1 have been carrlve d (:fl independently, w0houf c.,car suit rflon,
cl �a�aPr�rr.�� olroIruc.lur�tPc:°°�ac�rarra�aerneril�sc�1l�ar°r wl�if.h ae�Ycarlother lrc�°mtcarm ear, a:,aarraFaa�a1ilaar, for 1l°rca
t u, Bidder,er, lis care . t,.oca� O� � t
��F�acariuralCy i�°I° IIc��ayc r, cancf the Disclosure of Interest ir-rtaarnn'atican i t
cera He with City's Conlrcac.ls car°xi F'rocurcrlfren1 office, fwursi„acant to the Ca;acJe of
rcluu raar�,`rcer o a aorreand
lrua.�.
" �ca �r urr� ntl wlh c10 1axr clue, and company "is In good standing
with th all
cFcac gov rhraemel agencies. I�
�
, Bickel ar eaa.lknolredges receipt and review (.fl all addenda for this FB.
r
r
. . . t
iter .. i eBcrII tion.. ,. Unit 0 Total Price
.
mal
(�v�lc rrd ay Firid aNy :00 array �a:00 r))) .... l
i � 1 I.rar.rr a ,aorta
--- "I' ll I I�/, per,
.. �..... m ... . __ .. .. .n...f.�.� ...nww.... — � ��,a
Parts ;
w..
ed Mal(,,,,rials s l Un`)r) Sun") _ � ��� �_
Total
.a
1
r
f
1 r
1 I
{{ f
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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
A. Applicable for paid employees, Contractor must obtain workers'
Paget of 3
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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
Page 2 of 3
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
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.
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.
2021 Insurance Requirements
Ins. Req. Exhibit 4-13
Contracts for General Services -Services Performed
Onsite 05/10/2021 Risk Management - Legal Dept.
Page 3 of 3
DocuSign Envelope ID:A4BD8526-1098-4924-9998-E3348009486A
Attachment D: Warranty Requirements
1 . Warranty on new installation shall be one year for all labor and workmanship.
2. Warranty on new installation shall be one year for all parts and materials.
3. Warranty on all repairs shall be one year for all labor and material. Any
additional service call for repair deficiencies will be covered by the Contractor.