HomeMy WebLinkAboutC2025-024 - 2/25/2025 - Approved /934
s e lli '?
"" SERVICE AGREEMENT NO. 6334
U <4°- '12 r Replacement of Boat Docks at the Marina
1852
THIS Replacement of Boat Docks at the Marina Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Florida Floats, Inc., dba Bellingham Marine ("Contractor"),
effective upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Replacement of Boat Docks at the
Marina in response to Request for Bid/Proposal No. 6334 ("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 Replacement of Boat Docks at the Marina
("Services") in accordance with the attached Scope of Work & Fees, 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 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 to complete
performance, provided, the parties do so in writing prior to the expiration of the
original term.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$218,960.00, 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 Attachment A. 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, 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:
SCANNED
Liza Elizalde
Parks & Recreation Dept.
Phone: 361-826-3026
Email: Lizan@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 B, 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 B, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item's
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City's invoice.
Service Agreement- Marina Dock Replacement (Bellingham) Page 2 of 7
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement are
new, quality items, 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 C by the
manufacturer, for the period stated in Attachment C. Attachment C 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 shall perform the Services and work
required by this Agreement as an independent contractor and will furnish such
Services in its own manner and method, and under no circumstances or
conditions will any agent, servant or employee of the Contractor be considered
an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
Service Agreement-Marina Dock Replacement (Bellingham) Page 3 of 7
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 with 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: Liza Elizalde, Parks & Recreation Dept.
400 Mann St., Suite 200, Corpus Christi, TX 78401
Phone: 361-826-3026
Fax:361-883-0676
IF TO CONTRACTOR:
Florida Floats, Inc., dba Bellingham Marine
Attn: Matthew Anderson, Manager of Project Development
2014 Dennis Street, Jacksonville, FL 32204
Phone: 850-459-4240
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
Service Agreement- Marina Dock Replacement (Bellingham) Page 4 of 7
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.
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;
Service Agreement-Marina Dock Replacement (Bellingham) Page 5 of 7
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.
(Signature Page Follows)
Service Agreement-Marina Dock Replacement (Bellingham) Page 6 of 7
CONTRACTOR
Je f fie Tratt
Signature: Jeffrey ra.[!Fr,'3222,12%SEST,
Printed Name: Jeffrey Pratt
Title: Vice President
Date: 02/26/2025
CITY OF CORPUS CHRISTI
ATT€ST a
REBECCA HUERTA
Sergio V asa a CITY SECRETARY,
Director of FinancelI & Procurement
Date: 3` U I ` . d S S%0335`� AUTHORIZED
Attached and Incorporated by Reference: BY COUNCIL ?=.5
Attachment A: Scope of Work & Fees
Attachment B: Insurance and Bond Requirements SECRETARY
Attachment C: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 6334
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement-Marina Dock Replacement (Bellingham) Page 7 of 7
Attachment A-Scope of Work& Fees
Bellingham
MARINE Florida Floats, Inc. 2014 Dennis Street (904) 358-3362
dba Bellingham Marine Jacksonville, FL 32204 FAX(904) 354-4818
The wo.id's Most Comprehensive www.bellingham-marine.com
Manna Builder
[February 11, 2025]
COOPER'S ALLEY BOAT RAMP DOCKS
--- „ _._ _
�,�P p. =,Y
IfiO�.�.,...�..�^... .e.d". .9"-- _ ~_ Jam. cs
.11 l+l �1 'fir NL 11 1�_ i `fir— 43 +t�1Wit h ti�
11
,`\ P' _ !. ‘ ems. f
•
PROJECT NAME:
Cooper's Alley Boat Ramp Docks
Bellingham
BMI CONTACT:
MARINE ® Matthew Anderson
2014 Dennis Street, Jacksonville, FL 32204
Ph: 850-459-4240
THE WORLD'S manderson@bellingham-marine.corn
MOST COMPREHENSIVE
MARINA BUILDER
Initials / 1
Buyer BMI 190426
Cooper Alley Boat Ramp Docks
February 11, 2025
Unifloat® Supply& Installation Proposal
February 11, 2025
Jonathan Atwood I Marina Manager
Corpus Christi Marina
Corpus Christi, TX
400A N. Shoreline Boulevard
Lawrence Street T-Head
Corpus Christi, TX 78401
Re: Cooper's Alley Boat Ramp Project— Unifloat® Floating Dock System
Dear Jonathan,
Thank you for the opportunity to present our quotation for the Cooper's Alley Boat Ramp
Floating Dock Replacement Project in Corpus Christi, Texas. The purpose of this written
proposal is to present our offer to perform the work identified in this proposal.
Our Quoted Price is: Two Hundred Eighteen Thousand, Nine Hundred Sixty Dollars
($218,960.00).
F.O.B.: Corpus Christi, Texas.
SECTION 1. The following items in this Section 1 are included in our proposal:
1 .1. SHOP DRAWINGS — signed and sealed by an engineer in the state of Florida.
1 .2. CONCRETE UNIFLOATS° - which, when assembled in the water will make up the
following:
. Two (2) each 7' x 42' Hinged Concrete Floating Dock with 18" Freeboard.
1 .3. FABRICATED, TREATED (CCA) WOOD WALER SYSTEM - all walers to be
Southern Yellow Pine, No. 1. Including double a single 3" x 10" SYP walers with a
2" x 10" Cover Board.
1.4. WEARDECK WALER COVER — includes a 5/4" synthetic deck board waler cover,
color TBD by owner.
1 .5. STAINLESS STEEL WELDMENTS - including 2 each 16' End Pile Guides and
Float Module Hinge Connections. Pile guides are for use with existing 16" Steel
Pipe Piling.
Initials / 2
Buyer BMI 190426
Cooper Alley Boat Ramp Docks
February 11, 2025
1.6. STAINLESS STEEL THRU-RODS — includes a single row of 3/4" Grade 304
Stainless Steel thru-rods with dock washers, lock washers, and Hex Nuts.
1.7. CLEATS — includes 24 each 15" ALMAG Cleats with galvanized attachment
hardware.
1.8. VINYL FENDERING AND CORNER BUMPERS — dark gray in color.
1.9. FLOAT GROUNDING HARDWARE — includes a 5/4" x 6" synthetic deck board
and 3" x 6' piece of D-Fendering on both ends of each float module.
1.10. PEDESTRAIN GANGWAY RAMPS — includes 2 each 6' x 20' Aluminum Bridges
to match the existing ramps.
1.11. ASSEMBLEY AND INSTALLATION OF DOCK SYSTEM. — to be done during
current marina rebuild project.
1.12. LOADING AND SECURING ON OUR TRUCKS WITH FREIGHT PREPAID TO
CORPUS CHRISTI, TEXAS.
1.13. SALES TAX.
SECTION 2. All items and quantities not specifically included in Section 1 above are specifically
excluded from this proposal. Excluded items include, but are not limited to, the
following:
2.1. PILE, PILE CAPS, OR PILE DRIVING.
2.2. CRANE FOR OFFLOADING OF CONCRETE DOCKS.
2.3. DREDGING OR SITE WORK.
2.4. MARINA UTILITY EQUIPMENT OR INSTALLATION.
2.5. SEAWALL REPAIRS OR SCOPE.
2.6. PERMITS AND LICENSES.
2.7. DEMO OR DISPOSAL OF EXISTING DOCKS.
SECTION 3. Other provisions:
3.1. FREEBOARD: The concrete Unifloats® included in this proposal are calculated to maintain a
freeboard of 18", plus or minus 1".
3.2. DESIGN CRITERIA: Bellingham Marine ("BMI" or "Seller") has based its proposal upon design
criteria furnished by Buyer, which includes site conditions relative to wind and wave exposure. If
this design criteria is incorrect, BMI will be entitled to an adjustment in the contract amount, time for
completion, or both. Unless otherwise provided herein, the Unifloat® system described above will
be for a maximum one-foot wave environment.
3.3 UTILITIES: N/A, no provisions for utilities will be made.
Initials / 3
Buyer BMI 190426
Cooper Alley Boat Ramp Docks
February 11, 2025
3.4 SHIPMENT: Will occur within 20 weeks after receipt of approved shop drawings, based on our
current production schedule. Production of concrete Unifloats®cannot commence prior to receipt of
approved shop drawings. In the event of any project delay caused by Buyer which is greater than
thirty (30) days, Buyer shall pay BMI for all work completed and stored. Storage fees will accrue at
the rate of 1.5% of the price quoted above, per month, commencing on the 31st day of delay.
3.5 WARRANTY: BMI warrants that the individual concrete Unifloat®modules will be free of defects in
materials and workmanship for a period of five (5) years from date of shipment, and that all other
dock components (including, but not limited to, walers, weldments, filler slabs, hardware, and
fiberglass components) will be free of defects in materials and workmanship for a period of one (1)
year from the date of shipment. If within the warranty period the materials are found to be defective,
the Buyer must provide written notice of such defects within ten (10) days from the date the defects
are discovered. Buyer's sole and exclusive remedy for defective materials and workmanship is
limited to the repair or replacement of the defective item by Seller. Seller is not liable for
consequential or incidental damages resulting from such defects. SELLER HEREBY DISCLAIMS
ANY AND ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO WARRANTIES OF
MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.
The Unifloat® system is intended to be free-floating and located in protected installations such as
those that exist behind a permanent fixed breakwater or floating concrete wave attenuator furnished
by BMI. Specifically excluded from this warranty is disrepair, loss, liability, deterioration, or other
damage to the Unifloat® system or its component parts and equipment as a result of any of the
following: (i) conditions exceeding the Design Criteria; (ii) an anchoring system which fails to meet
the minimum design working load capacity requirements identified in BMI's shop drawings; (iii) piles
that are out of plumb; (iv)the expansion and contraction of surrounding ice; (v) contact with moving
ice and other floating debris; (vi) abuse, misuse, accident, neglect, grounding, or improper or
insufficient maintenance (including failure to keep pile free of ice); (vii) damage to the Unifloat®
system or its component parts during installation when not installed by BMI;or(viii) repair or alteration
by any person not authorized by BMI. In the event any bonds are provided for this project, the bonded
duration of this warranty shall be one (1) year.
We hope this proposal contains sufficient detail to permit your fullest evaluation. Please feel free to contact us
at any time for further information.
Sincerely, ��11
nateitzut TZaderzllot
Manager of Project Development
Florida Floats, Inc., dba Bellingham Marine
Initials / 4
Buyer BMI 190426
Attachment B - 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 Administer 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 all applicable policies. 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 change Damage
or termination required on all certificates and Per occurrence - aggregate
policies.
COMMERCIAL GENERAL LIABILITY including: $1,000,000 Per Occurrence
1 . Commercial Broad Form $1,000,000 Aggregate
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
WORKERS' COMPENSATION Statutory and complies with
(All States Endorsement if Company is not Part II of this
domiciled in Texas) Exhibit.
Employers Liability
$500,000/$500,000/$500,000
POLLUTION LIABILITY $1,000,000 Per Occurrence
Page 1 of 3
RIGGERS' LIABILITY $1 ,000,000 Per Occurrence
PROTECTION AND INDEMNITY $1,000,000 Per Occurrence
MARINE GENERAL LIABILITY $1,000,000 Per Occurrence
Note: Other Required Coverages May Be
Included Under Marine General Liability
Policy
U.S. LONGSHORE AND HARBOR WORKERS Per Statute
COMPENSATION ACT USL&H
JONES ACT
$1,000,000 Per Occurrence
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.
II. 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
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
Page 2 of 3
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.
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.
2025 Insurance Requirements Exhibit
Marina - Cooper's Alley Boat Ramp Docks (Two) Replacement
1/28/2025 Risk Management - Legal Dept.
Page 3 of 3
Attachment C- Warranty Requirements
BMI warrants that the individual concrete Unifloat® modules will be free of defects in
materials and workmanship for a period of five (5) years from date of shipment, and that
all other dock components (including, but not limited to, waters, weldments,filler slabs,
hardware, and fiberglass components) will be free of defects in materials and
workmanship for a period of one(1)year from the date of shipment. If within the warranty
period the materials are found to be defective, the Buyer must provide written notice of
such defects within ten (10) days from the date the defects are discovered. Buyer's sole
and exclusive remedy for defective materials and workmanship is limited to the repair or
replacement of the defective item by Seller. Seller is not liable for consequential or
incidental damages resulting from such defects. SELLER HEREBY DISCLAIMS ANY AND
ALL IMPLIED WARRANTIES, INCLUDING BUT NOT LIMITED TO WARRANTIES OF
MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.
The Unifloat®system is intended to be free-floating and located in protected installations
such as those that exist behind a permanent fixed breakwater or floating concrete wave
attenuator furnished by BMI. Specifically excluded from this warranty is disrepair, loss,
liability,deterioration,or other damage to the Unifloat®system or its component parts and
equipment as a result of any of the following: (i)conditions exceeding the Design Criteria;
(ii) an anchoring system which fails to meet the minimum design working load capacity
requirements identified in BMI's shop drawings; (iii) piles that are out of plumb; (iv) the
expansion and contraction of surrounding ice; (v) contact with moving ice and other
floating debris; (vi) abuse, misuse, accident, neglect, grounding, or improper or
insufficient maintenance (including failure to keep pile free of ice); (vii) damage to the
Unifloat® system or its component parts during installation when not installed by BMI; or
(viii) repair or alteration by any person not authorized by BMI. In the event any bonds are
provided for this project,the bonded duration of this warranty shall be one(1)year.