HomeMy WebLinkAboutC2023-258 - 12/5/2023 - Approved DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD5000B-B322-48DA-97DB-BD41 DAAESADE
,gyVS C,�`
a� � SERVICE AGREEMENT NO. 5505
v
Parts and Services for CCFD Firefighting & Medic Units
N�OflPORP}E
1852
THIS Parts and Services for CCFD Firefighting & Medic Units Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and Siddons-Martin Emergency Group, LLC
("Contractor"), effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Parts and Services for CCFD Firefighting
& Medic Units in response to Request for Bid/Proposal No. SS 5505 ("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 shall provide Parts and Services for CCFD Firefighting & Medic
Units ("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. The Term of this Agreement is three years beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. The parties may mutually extend the term of this Agreement
for up to zero additional zero-year periods ("Option Period(s)"), provided, the
parties do so in writing prior to the expiration of the original term or the then-current
Option Period.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$1,200,000.00, 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:
Service Agreement-Parts and Services (Siddons-Martin) Page 1 of 7
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD50006-13322-48DA-97DB-BD41 DAAE5ADE
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, TX 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:
Tracey Escalante
Corpus Christi Fire Department
Phone: 361-826-3994
Email: TraceyE@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions,and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
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
Service Agreement-Parts and Services (Siddons-Martin) Page 2 of 7
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD5000B-B32248DA-97DB-BD41 DAAESADE
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
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.
Service Agreement-Parts and Services (Siddons-Martin) Page 3 of 7
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD5000B-8322-48DA-97DB-BD41 DAAE5ADE
12. Subcontractors. In performing the Services, the 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: Tracey Escalante, Contracts/Funds Administrator
2406 Leopard St., Suite 300, Corpus Christi, TX 78408
Phone: 361-826-3994
Fax: N/A
IF TO CONTRACTOR:
Siddons-Martin Emergency Group, LLC
Attn: Troy D. Harrison, Vice President - Service Division
1362 E. Richey Road, Houston, TX 77073
Phone: 281-442-6806
Service Agreement-Parts and Services (Siddons-Martin) Page 4 of 7
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD5000B-6322-48DA-97D6-BD41DAAE5ADE
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City must give the Contractor written
notice of the breach and set out a reasonable opportunity to cure. If the
Contractor has not cured within the cure period, the City may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City may also terminate
this Agreement upon 24 hours written notice to the Contractor for failure to pay or
provide proof of payment of taxes as set out in this Agreement.
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement-Parts and Services (Siddons-Martin) Page 5 of 7
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD5000B-8322-48DA-97DB-BD41 DAAESADE
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, followed by its exhibits, if any, then,
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-Parts and Services (Siddons-Martin) Page 6 of 7
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD50006-6322-48DA-97DB-BD41 DAAE5ADE
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.
CONTRACTOR
Docusigned by:
V'b �aVY'iSbin..
Signaturefi
:
T
Printed Name: Troy Harrison
Title:
vice President of Service
Date:11/27/2023
Res.033233
Authorized By
,GLT.YuQ,FedQ:ORPUS CHRISTI Council
F7-@5+4SDC-.j84-E _..
Josh Chronley Er-;/sAssistant Director of Finance - Procurement
Date: 12/7/2023
rA
11Xgo:as to form:
A4 (w,� 12/6/2023
��` ATESsT
Assistant City Attorney Date 0,;. �gned by:
Attached and Incorporated by Reference: Rebecca Huerta
Attachment A: Scope of Work City Secretary
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. SS 5505
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement—Parts and Services (Siddons-Martin) Page 7 of 7
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD5000B-B322-48DA-97DB-BD41DAAE5ADE
Go4ytJs
ATTACHMENT A: SCOPE OF WORK
v
Y 1852
1. Labor and Repair Time:
A. The City will notify the Contractor by E-Mail and/or phone call of vehicles being
towed or to be delivered to the Contractor for repairs.
B. The City will use its authorized contracted towing services company to deliver
the vehicle to the Contractor's shop, at this point the timeframe which to
complete repairs begins. The Contractor will be required to repair all equipment
within the time frames noted in this scope.
C. On the same day the vehicle is received, the Contractor shall send an email to
Corpus Christi Fire Department Fleet Operations Manager or designated staff
representative indicating the date the vehicle was received and the estimated
completion time of the service. This email shall also include a description of the
vehicle received and the vehicle identification number.
D. All repairs, including warranty repairs, must be completed within the time
specified below for Minor Repairs or Major Repairs, as applicable.
E. The Fleet Operations Manager or designated staff representative must approve
any requests for extension of the time for completing repairs in writing.
F. Requests for repair extension(s) must be made in writing and include an
explanation detailing the need for the extension no later than the close of
business of the third business day after receipt of vehicle. If the reason for delay
is unavailability of parts, Contractor must submit proof with its request for
extension that it took prompt action to request parts.
G. The Contractor shall notify City the day the repairs are completed by sending
an email to Corpus Christi Fire Department Fleet Operations Manager or
designated staff representative. This email shall include a description of the
vehicle, the date the vehicle was received by Contractor and the vehicle
identification number.
H. Upon completion of repairs the City will pick up the vehicle from the Contractor.
I. All repairs must be completed within the time frames established below,
whether performed by the Contractor or by Contractor's Subcontractor.
Page 1 of 4
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD5000B-8322-48DA-97DB-BD41 DAAE5ADE
• Minor Repairs, defined as repairs not exceeding $3,000 for all parts and labor,
shall be completed within 3 business days.
• Major Repairs, defined as repairs exceeding $3,000 for all parts and labor
shall be completed within 7 business days.
J. The Contractor shall get pre approval in writing by Operations Manager or
designated staff representative for vendor subcontracted outside labor.
K. All subcontracted labor must be performed by an approved factory authorized
dealer.
i. All repairs must be completed within the time frames established whether
by the Contractor or Contractor's subcontractor.
L. Charges for subcontracted labor must be supported by a copy of the outside
vendor's invoice attached to the Contractor's invoice for payment to City.
2. Labor and Repair Time-Subcontractor:
A. The Contractor subcontracting repair work must be preapproved, in writing, by
CCFD Fleet Operations Manager, or designated staff representative, before any
work commences. Request must include subcontractor's quote breaking out
subcontractor's hourly rate and cost for parts.
B. All subcontracted work must be performed by an approved/authorized factory
dealer.
C. The Contractor will sublet work to authorized approved subcontractor only
when absolutely necessary and all internal resources of the Contractor have
been expended and when the lack of tooling and expertise to perform a
particular task becomes a factor.
3. Parts:
A. The Contractor is required to maintain a stock level of parts which, within the
industry, are considered to be fast-moving, normal wear items for which two
demands have occurred within the most recent 180-day period.
B. All costs associated with shop supplies, core charges, environmental fees or any
other expenses incurred in fulfilling services included in this contract are to be
included in the Contractor's price.
C. Invoicing for parts exceeding the suggested OEM retail price will not be
accepted.
Page 2 of 4
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD5000B-8322-48DA-97DB-BD41 DAAESADE
D. Charges for overhaul or rebuild of components (i.e., hydraulic pumps, hydraulic
cylinders, auxiliary drives, ejector panels, etc.) shall not exceed 65% of
acquisition cost for a new item which meets or exceeds the specifications, unless
otherwise approved in writing by the Fleet Operations Manager or designated
staff representative.
E. Any materials or parts used in complying with the contract must be equal to or
better than original equipment.
F. The Contractor shall allow City to return unused, purchased parts and credit
City's account during the contract period, when such parts have become
obsolete for City's needs, provided that these items are in the original cartons
and in marketable condition. The credit shall be in the same amount as City
originally paid for the part.The Contractor shall not apply any restocking or other
fees. If City is at the end of the contract term, City may request a refund in place
of the credit, and the Contractor shall pay same within 30 days of City's request,
by check made payable to the City of Corpus Christi and addressed to the
Corpus Christi Fire Department Fleet Operations Manager or designated
representative at 1501 Holly Rd., Corpus Christi, TX, 78417.
G. The Contractor shall provide copies of all invoices for parts/materials (to verify
cost and markup %).
4. Replaced Parts:
All parts which have been replaced and billed must be available for inspection
by City. Upon the City's request, replaced parts shall be returned/delivered to
the City's fleet facility.
5. Invoices, Shipping, Delivery and Freight:
A. The City is not responsible for invoices not submitted and/or received beyond
60 days old.
B. Stocked inventory parts will be delivered within 7 business days.
C. Fabricated, manufactured or made-to-order parts will be delivered within four
to six weeks, unless agreed upon in writing by Corpus Christi Fire Department
Fleet Operations Manager.
D. The City will pay all freight shipping costs for orders placed using ground
shipping.
Page 3 of 4
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD5000B-8322-48DA-97DB-BD41 DAAE5ADE
E. The Contractor will invoice the City for shipping charges at cost for items with
special freight charges, only when the expedited delivery is requested and
approved in writing by the City.
6. Warranty
The Contractor will warrant all parts and labor for a minimum of 6 months or longer
if the manufacturer warranty states. This includes all work sublet.
Page 4of4
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD5000B-B322-48DA-97DB-BD41DAAE5ADE
,SUS Com`
O
Attachment B - Pricing Schedule
City of Corpus Christi
H�ORpuPIO Quote Form
1852
1 . Refer fo "Sample Service Agreement" Contract Terms and Conditions before
completing quote.
2. Quote your best price, include freight, for each item.
3. In submitting this quote, vendor certifies that the prices in this quote have been
arrived of independently, without consultation, communication, or agreement
with any other vendor or competitor, for the purpose of restricting competition
with regard fo prices.
Item DESCRIPTION UNIT UNIT PRICE Markup %
1 * Labor Rate HR $ 139.50
2 Pump Testing EA $ 400.00
3 Travel Rate HR $ 85.00
4 Parts Cost 67%
I 5 Sublet Work Cost 15%
I 6 Shipping (Ground Freight) Cost
7 Shipping (Expedited) Cost
F-1 3 YR TOTAL NOT TO EXCEED $ 1,200,000.00
* Siddons Martin will provide an hourly labor rate of$139.50 for the first year.Siddons
Martin will increase labor rates by 5% by 5% annually, beginning on the second year.
These rates would also cover emergency call outs and requests before Sam and after 5pm -
Monday through Sunday.
COMPANY: Siddons MArtin Emergency Group LLC
NAME OF PERSON AUTHORIZED TO SIGN: Troy Harrison _
ADDRESS:
1362 E Richey Rd _CITY/STATE/ZIP: Houston TX 77073
_
PHONE:
281-442-6806 EMAIL: tharrison@siddons-martin.com
FAX: DOCUS 9ned byb DATE: 11/27/2023
SIGNATURE: fiV'6t (k"Wk, TITLE: vice President of service
Page 1 of 2
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID:DFD50006-6322-48DA-97DB-BD41 DAAE5ADE
THE CITY RESERVES THE RIGHT TO REJECT OR CANCEL ANY OR ALL QUOTES.TO WAIVE
ANY INFORMALITIES OR IRREGULARITIES IN THE QUOTES RECEIVED AND TO CANCEL OR
POSTPONE THIS PROJECT UNTIL A LATER DATE.
Page 2 of 2
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD5000B-B322-48DA-97DB-BD41 DAAE5ADE
Attachment C: Insurance and Bond Requirements
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this contract until all insurance
required has been obtained_and such insurance has been approved by
the City. Contractor must not allow any subcontractor,to commence work
until all similar insurance required of any subcontractor has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract
Administrator one (1) copy of Certificates of Insurance with applicable
policy endorsements showing the following minimum coverage by an
insurance company(s) acceptable to the City's Risk Manager. The City
must be listed as an additional insured on the General liability and Auto
Liability policies by endorsement, and a waiver of subrogation endorsement
is required on GL, AL and WC if applicable. Endorsements must be provided
with Certificate of Insurance. Project name and/or number must be listed
in Description Box of Certificate of Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE
COVERAGE
30-day advance written notice of Bodily Injury and Property
cancellation, non-renewal, material Damage
change or termination required on all Per occurrence - aggregate
certificates and policies.
COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence
including: $1,000,000 Aggregate
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) $1,000,000 Combined Single
1. Owned Limit
2. Hired and Non-Owned
3. Rented/Leased
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD500013-13322-48DA-97DB-BD41 DAAE5ADE
WORKERS'S COMPENSATION Statutory and complies with
(All States Endorsement if Company is not Part II of this Exhibit.
domiciled in Texas) $500,000/$500,000/$500,000
Employers Liability
Garage Keepers Legal Liability $2,000,000
Cargo/On Hook Towing Coverage $2,000,000
C. In the event of accidents of any kind related to this contract, Contractor
must furnish the Risk Manager with copies of all reports of any accidents
within 10 days of the accident.
Il. ADDITIONAL REQUIREMENTS
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 statutory amounts according to the Texas Department
of Insurance, Division of Workers' Compensation. An All States Endorsement
shall be required if Contractor is not domiciled in the State of Texas.
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 renewal certificates of insurance
throughout the term of this contract and any extensions within 10 days of
the policy expiration dates. All notices under this Exhibit shall be given to
City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD5000B-B322-48DA-97DB-BD41 DAAE5ADE
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, and volunteers, as
additional insureds by endorsement with regard to operations, completed
operations, and activities of or on behalf of the named insured performed
under contract with the City, with the exception of the workers'
compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not
apply to the City of Corpus Christi where the City is an additional insured
shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver
of subrogation in favor of the City; and
• Provide thirty (30) calendar days advance written notice directly to City of
any, cancellation, non-renewal, material change or termination in
coverage and not less than ten (10) calendar days advance written notice
for nonpayment of premium.
E. Within five (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 stop work hereunder, and/or withhold any
payment(s) 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 contract.
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD500013-13322-48DA-97D13-BD41 DAAE5ADE
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 contract.
I. It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this contract.
No bond is required for this service agreement; therefore, Section 5 Insurance;
Bonds, subsection (B) is null and void.
2022 Insurance Requirements
Ins. Req. Exhibit - CCFD
Emergency Vehicles Repairs, Parts and Services
04/21/2022 Risk Management - Legal Dept.
DocuSign Envelope ID:803AB509-86F9-4F24-8236-4231 FBA21638
DocuSign Envelope ID: DFD5000B-B322-48DA-97DB-BD41DAAE5ADE
Attachment D: Warranty Requirements
All parts and labor are warranted for purpose and fitness from the date of the
invoice. In order to recover against any warranty, the City must return the vehicle
to the Contractor for all warranty repairs. Failure to return the vehicle cancels all
warranties provided.
The Contractor will warrant all parts and labor for a minimum of 6 months or
longer if the manufacturer warranty states. This includes all work sublet.