HomeMy WebLinkAboutC2026-048 - 4/14/2026 - Approved -M SERVICE AGREEMENT NO. 6800
i
' CNG Preventative Maintenance and Service
THIS CNG Preventative Maintenance and Serivice Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Mcore Energy, LLC ("Contractor"), effective upon execution
by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide preventative maintenance and service
in response to Request for Bid/Proposal No. 6800 ("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 preventative maintenance and service
("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 five 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 agree to renew the term of this Agreement for
up to zero additional zero-month periods (each an "Option Term"), provided, the
parties do so in writing prior to the expiration of the original term or the then-current
Option Term.
(B) At the end of the term of this Agreement or the final Option Term, the
Agreement may, at the request of the City and prior to expiration of the term or
final Option Term, continue on a month-to-month basis for up to six individual
months with compensation at the appropriate pro rata amount, based on the
amount listed in Attachment B, for a month-to-month term. 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 Term. During any month-to-month
term, either party may terminate the Agreement upon 30 days' advance written
notice to the other party.
3. Compensation and Payment. This Agreement is for an amount up to $174,125.00,
subject to approved amendments and changes. Payment will be made for
Service Agreement Standard Form Page 1 of 8
Approved as to Form: Feb. 2026
Services performed and accepted by the City within 30 days of the invoice date,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Quote/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.
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:
Maria Morales
Gas Department
361-885-6945
MariaM@corpuschristitx.gov
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 stated on 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 their entireties.
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
Service Agreement Standard Form Page 2 of 8
Approved as to Form: Feb. 2026
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 employee 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, 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
Quote/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 Term. Substitutions and deviations from the
City's Service and/or product requirements or applicable 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 the City's 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
Service Agreement Standard Form Page 3 of 8
Approved as to Form: Feb. 2026
not represent that a budget item will be adopted, as that determination is within
the City Council's sole discretion when adopting each fiscal 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 and
executed by an authorized representative of each party.
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. Reserved.
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: Maria Morales, Contracts/Funds Administrator
Gas Department
4225 S. Port Ave., Corpus Christi, Texas 78415
Phone: 361-885-6945
Fax: N/A
IF TO CONTRACTOR:
Mcore Energy, LLC
Attn: Younes Rouissi
700 Highlander Blvd., Ste 505, Arlington, Texas 76015
Phone: 214-773-5394
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
Service Agreement Standard Form Page 4 of 8
Approved as to Form: Feb. 2026
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 THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR
RESULTS FROM THE NEGLIGENT ACT, OMISSION, 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.
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 goods purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
goods and prior to receipt of the final payment by the City.
20. Limitation of Liability. Each party's maximum pecuniary liability under this
Agreement is limited to the total amount of compensation shown listed in Section
3 of this Agreement. In no event shall either party 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
Service Agreement Standard Form Page 5 of 8
Approved as to Form: Feb. 2026
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by law.
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 forum and
venue for such disputes is the appropriate district or county court in Nueces
County, Texas. In accordance with Chapter 2271 , Texas Government Code, if this
contract has a value of $100,000 or more paid wholly or partly from public funds
and the Contractor has 10 or more full-time employees, Contractor verifies that
the Contractor does not boycott Israel and will not boycott Israel during the term
of this Agreement. In accordance with Chapter 2274, Texas Government Code,
Contractor verifies that the Contractor does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade
association and will not discriminate during the term of the Agreement against a
firearm entity or fire trade association. In accordance with Chapter 2276, Texas
Government Code, Contractor verifies that the Contractor does not boycott
energy companies and will not boycott energy companies during the term of this
Agreement.
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
Service Agreement Standard Form Page 6 of 8
Approved as to Form: Feb. 2026
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 Standard Form Page 7 of 8
Approved as to Form: Feb. 2026
CONTRACTOR
Signature: Yoe,. ko-(
o ..,...-u in.,. o c QQT,
Printed Name: Younes Rouissi
Title: President
Date: 04/07/2026
CITY OF CORPUS CHRISTI
04/21/2026
Sergio i�asaria Lu I Date
Director, Finance & Procurement M2026-030 k,thorized ey
Reviewed by: C.;;.,, -;; 4/14/2026
CG �o`n SWIM 04/07/2026 RH/SB
aCVntracrNAanager CDT) Date
—'r--.
Attached and Incorporated by Reference: Rebecca Huerta
Attachment A: Scope of Work
Rebecca Huerta
Attachment B: Quote/Bid/Pricing Schedule DtV Secretary
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit l : RFB/RFP No. 6800
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Form: Feb. 2026
REVISED 11/03/2025
ATTACHMENT A: SCOPE OF WORK
General Requirements:
The City of Corpus Christi operates two Compressed Natural Gas (CNG) Fueling Stations
with fast-fill fueling islands that serve municipal fleet vehicles, commercial fleets, and
private customers. The Contractor shall provide preventative maintenance services,
emergency repair services, and ongoing technical support to ensure safe and
uninterrupted operation for both stations.
Scope of Work
Contractor shall perform and be responsible for the following responsibilities, including
but not limited to:
A. Perform scheduled preventative maintenance inspections for all CNG
fueling equipment.
B. Provide 24/7 emergency repair services with response times that align with
contract requirements.
C. Supply all labor, supervision, tools, materials, replacement parts, and
equipment required for service execution.
D. Ensure that all maintenance and repairs are carried out by certified CNG
technicians.
E. Comply with all federal, state, and local safety regulations governing CNG
fueling stations.
F. Maintain detailed service records and reports, including completed
inspections, findings, and corrective actions taken.
Preventive Maintenance Services Maintenance Schedule
A. Each fueling station must undergo one full preventative maintenance
service as scheduled.
B. The City will coordinate and schedule these service visits, which will each
consist of one eight-hour on-site inspection.
C. Maintenance will be conducted Monday through Friday between 8:00 a.m.
and 5:00 p.m. unless an emergency requires after-hours service.
D. Technicians must check in and out with on-site staff before and after
performing work.
Preventive Maintenance Tasks
Contractor shall perform the following inspections and maintenance tasks, which are
included in each scheduled service visit:
A. Compressor and Controls Inspection:
1 . Inspect compressor skid and enclosure for structural damage, corrosion,
and leaks.
2. Check fault logs and active system error codes using diagnostic tools.
3. Ensure cooling systems are free of dirt and debris and function efficiently.
Page 1 of 4
REVISED 11/03/2025
4. Compare transducer readings with actual gauge readings to confirm
accuracy.
5. Conduct visual and electronic leak checks for all piping, tubing, and
hoses.
6. Verify proper operation and calibration of methane detectors.
7. Inspect pressure relief valves (PRV) and vent stacks for venting issues or
obstructions.
8. Remove the drain cap from the vent stack to check for moisture buildup.
9. Ensure electrical control panels are free from internal and external
corrosion.
B. Compressor Performance and Pressure Readings:
Contractor shall perform a detailed pressure and temperature analysis for key
components:
l . Suction pressure
2. Final stage pressure
3. Oil pressure
4. Receiver pressure
5. Stage 1-4 pressure readings
6. Methane concentration levels
7. Lubrication rate
C. Inspect essential oil system components:
1 . Frame sight glass
2. Day tank sight glass
3. FFL pump sight glass
D. Evaluate drain systems:
1 . Inlet drain
2. Receiver drain
3. Accumulator drain
E. Dispenser and Time Fill Post Inspection:
1 . Conduct physical and functional inspections of hoses, nozzles, valves,
and breakaways.
2. Perform leak detection tests on the dispenser and refueling system.
3. Verify PRVs and vent stacks are operational and free from obstructions.
F. Priority Panel and Gas Storage Inspection:
1 . Check priority panel functionality and review system logs for active faults.
2. Inspect storage vessels for leaks, pressure abnormalities, or surface
damage.
3. Conduct piping and tubing leak tests using approved methods.
4. Verify cabinet condition for moisture buildup, rust, or external damage.
Page 2 of 4
REVISED 11/03/2025
5. Confirm proper PRV operation and storage vessel integrity.
G. Gas Dryer System Inspection:
1 . Conduct alarm system checks and troubleshoot error logs.
2. Perform dew point readings to ensure effective moisture removal from the
gas stream.
3. Inspect the gas dryer filter differential gauge for pressure inconsistencies.
4. Test gas dryer operation and confirm correct valve positions per
manufacturer specifications.
5. Conduct visual and functional leak tests for all dryer components.
General Site Inspections
A. Test Emergency Shut Down (ESD) functionality at multiple control points.
B. Check yard lighting and canopy lighting to verify proper operation.
Service Adjustments and Restrictions
A. The senior technician must be available for on-site and remote troubleshooting.
B. No modifications or optimizations to the fueling process or system settings will
be made without prior approval from the City's Point of Contact.
Emergency Service Repairs
Contractor shall adhere to the following response protocol for emergency service repairs:
A. Emergency repair requests will be made via phone or email, and the
Contractor shall respond within 30 minutes.
B. Repairs must be approved based on contract pricing before work begins.
C. Emergency repairs must be completed within 24 hours unless unavoidable
delays are communicated to the City's Point of Contact.
Parts
A. The City stocks commonly used replacement parts; however, the Contractor
may need to procure additional components when necessary.
B. All parts purchases must be approved by the City's Point of Contact before
placing an order.
Training and Support
A. Contractor shall provide on-site training for City personnel on CNG system
operation and troubleshooting as needed.
B. Contractor must offer 24/7 technical support via phone.
Warranty
A. A 30-day warranty applies to all service work performed by the Contractor.
B. All parts provided by the Contractor shall be covered under the
manufacturer's standard warranty.
Page 3 of 4
REVISED 11/03/2025
Invoicing and Quality Control
Contractor shall submit itemized invoices that include the following:
A. Purchase Order Number and Service Agreement Number
B. Service Address
C. Detailed Description of Work Completed
D. Total Billed Hours (including overtime, if pre-approved by the City)
E. Itemized List of Parts Used
F. Copies of Invoices for Purchased Parts, Showing Applicable Markup
Quality Control and Contractor Supervision
The Contractor shall ensure that the product and services meet quality standards and
are acceptable to the City's Contract Administrator to ensure that the requirements of
the Contract are provided as specified. The Contractor shall also provide supervision of
the work to ensure it complies with the contract requirements.
Work Site
A. Services will be performed at 5352 Ayers St., Building #20, Corpus Christi, TX
78415, and 1401 Sonny Watkins Dr., Rockport, TX 78382.
B. Contractor shall coordinate scheduled maintenance visits and emergency
responses with the City's Point of Contact:
John Flores, CCGAS Gas Systems Manager
Email: johnf@corpuschristitx.gov
Work phone: 361-885-6925
City Cell: 361-533-6370
Page 4 of 4
ATTACHMENT B: PRICING SCHEDULE REVISED 11/06/2025
CITY OF CORPUS CHRISTI
• CONTRACTS AND PROCUREMENT
BID FORM
RFB 6800
CNG Preventative Maintenance and Service
1 1-10-2025 PAGE l OF 2
Date:
Authorized
Bidder: Mcore Energy LLC Signature:
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
REVISED 1 1/06/2025
PAGE 2OF2
CNG Preventative Maintenance and Service for 5 Years
UNIT
ITEM DESCRIPTION QTY UNIT PRICE PRICE TOTAL
* 1 Preventative Maintenance Service-
Includes: 1-day (8 hours) site 30 EA $ 2,800 $ 84,000
visit ^ t^
2 Technician Labor- Service Calls 450 HR $ 85.00 $ 38,250
Regular Hours: M-F 8:00 AM - 5:00 PM
3 Technician Labor-Emergency Service
Calls. Outside Regular Hours, including 300 HR $ 85.00 $ 25,500
weekends and holidays.
24/7 -365 Phone Technical Support with 85.00
4 Senior Service Technician 75 HR $ $ 6,375
5 Parts/Materials - PM Service Calls 15 % Mark-Up
C'� $ 20,000.00
of
TOTAL $ 174,125
*scheduled, not quarterly visits, are required. _��
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 Administrator 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 the Description Box of the 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
Contractor's Pollution Liability / $1 ,000,000 Per Occurrence
Environmental Impairment Coverage
Not limited to sudden and accidental
discharge.
Including:
1 . Long-term environmental impact
for the disposal of
pollutants/contaminants.
2. Cleanup and remediation.
3. Compressed Natural Gas (CNG)
fueling station equipment and
operations.
Page 1 of 3
TCEQ Requirements:
Must comply with all requirements of the Texas Commission on Environmental Quality
(TCEQ) and Laws and Regulations.
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, the Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in an amount sufficient to ensure
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 the 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 the 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
Page 2 of 3
• Provide 30 calendar days' advance written notice directly to the City of any
cancellation, non-renewal, material change, or termination in coverage, and not less
than 10 calendar days' advance written notice for nonpayment of premium.
E. Within 5 calendar days of a cancellation, non-renewal, material change or termination
of coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
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.
No Bonds are required for this Service Agreement.
2025 Insurance Requirements
Ins. Req. Exhibit 4-C
Contracts for General Services -Services Performed Onsite - Pollution
05/10/2025 Risk Management - Legal Dept.
Page 3 of 3
ATTACHMENT D: WARRANTY REQUIREMENTS
A. A 30-day warranty applies to all service work performed by the Contractor.
B. All parts provided by the Contractor shall be covered under the manufacturer's
standard warranty.
Page 1 of 1