Loading...
HomeMy WebLinkAboutC2018-044 - 2/13/2018 - Approved B 4 COIli teas SERVICE AGREEMENT NO. 1422 HVAC Service for Corpus Christi Fire Department THIS HVAC Service for Corpus Christi Fire Department Agreement ("Agreement') is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Rapid Air ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide HVAC Service for Corpus Christi Fire Department in response to Request for Bid/Proposal No. 1422 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide HVAC Service for Corpus Christi Fire Department ("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. This Agreement is for 12 months, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Purchasing Division. The parties may mutually extend the term of this Agreement for up to two additional 12-month periods ("Option Period(s)"), provided, the parties do so in writing and prior to the expiration of the original term or the then- current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. The total value of this Agreement is not to exceed $66,700.00, subject to approved extensions and changes. Payment will be made for Services completed 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. 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: 2018-044 2/13/18 rm Page 1 of 7 M2018-024 /17 Rapid Air INDEXED Gerardo Garcia Fire Department 361.826.8427 GerardoG@ 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 001 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 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. Any Services 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. 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 Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form 10/2/17 it has clear title to the products and that the products are free of liens or encumbrances. In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any 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. 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid or proposal, 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. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. 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 Standard Form Page 3 of 7 Approved as to Legal Form 10/2/17 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related 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: Gerardo Garcia Fire Captain 2406 Leopard Street, Corpus Christi, TX 78408 361.826.4515 IF TO CONTRACTOR: Rapid Air Attn: Eladio Castaneda Owner 2101 Leopard Street, Corpus Chirsti, TX 78408 361 .882.2313 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES'9 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, Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form 10/2/17 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 Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator 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 Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager 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. 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. 20. 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. 21. 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). 22. 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. Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form 10/2/17 23. Verification Regarding Israel. In accordance with Chapter 2270, Texas Government Code, the City may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of the Contractor verifies that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 24. Governing Law. This Agreement is subject to all federal,State, and local laws, rules, and regulations. 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. 25. 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 6 of 7 Approved as to Legal Form 10/2/17 CONTRACTOR zr.:-A2 Signature: Printed Name: g//' C M514,A.r,l A Title: D.,),,,-{L Date: /714i CITY OF CORPUS CHRISTI Signature: Or\c�� � 'per - 66 Printed Name: Yr.a, P -r ..z_-- Title: P.-.5 C-a�.v `•y`��C n Date: •2/ i `-t / 1 & ATTEST: ah Q- k ' I Ute,ArA REB CCA HUERTA Attached and Incorporated by Reference: CITY SECRETARY Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB/RFP No. 1422 Exhibit 2: Contractor's Bid/Proposal Response \ ,A- 0 B O2 HUK tc, tY COUNCIL - Ifr8 SECRfTA R Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form 10/2/17 Attachment A: Scope of Work 1. General Requirements/Background Information The Contractor shall provide on call HVAC Service and Repair for Fire Stations located throughout the City of Corpus Christi as outlined in this scope of work. Work will be performed on an as needed basis therefore; no work is guaranteed under this agreement. All quantities are estimated based on past needs. 2. Scope of work A. Service Requirements 1. The Contractor shall have a sufficient number of responsible, trained personnel qualified to provide the required services. 2. The Contractor shall ensure that all personnel are continuously trained to meet the latest technology and industry standards. 3. The Contractor shall be responsible for assuring the safety of its employees, City employees, and the general public during performance of all services under this contract. 4. The contractor shall assure that all crews are fully and properly equipped to perform services promptly and safely without delay. 5. All personnel assigned to the City's service agreement account shall meet all applicable certification requirements of any regulatory agency having jurisdiction. 6. Contractor will charge a per hour rate charge per trip . No minimum per hour rate will be charged. 7. All Technicians assigned to the City's service agreement account shall be registered with the State of Texas in accordance with TDLR and be clean of TDLR violations three years prior to solicitation date. 8. All personnel assigned to the City's service agreement shall wear a uniform, including safety equipment and any company issued photo identification, if issued by the company. The clothing shall be identifiable with a logo bearing the name of the company visible from 15 feet at all times. All personnel shall be neatly dressed in shirts, safety shoes, and long pants. Shorts or torn clothing are unacceptable. Clothing worn shall be suitable for HVAC work in accordance with NFPA 70E requirements. 9. The Contractor shall be able to perform specified services 24 hours a day, 365 days per year on an as needed basis. The City will use Page I of 5 prudent judgment when calling after regular working hours for specific services. 10.The Contractor must have personnel available to receive work order requests and/or return phone calls within half an hour of being placed by the Fire Department. 11. The Contractor shall be on site within two hours or within an agreeable time frame determined by the Fre Department and the Contractor of receipt of work order requests. 12. The Contractor shall repair the HVAC deficiencies within 24 hours of arrival on site or have communicated with the Contract Administrator of any conditions that may delay work being completed within 24 hours. 13. Contractor shall provide all necessary management, supervision, labor, equipment, material, transportation, and supplies required to repair, alter, or construct mechanical systems. All work and services performed must be accomplished in a manner that meets all applicable original equipment specifications, trade standards and provisions, federal, state, and local codes regulations. B. Service Requests are to be accepted by the following authorized personnel: 1 . Assistant Chief of Support Services 2. Captain Assigned to Facility Maintenance 3. Battalion Chief during emergency situations C. Types of services and items covered by this agreement include, but are not limited to: 1. HVAC installation and repair 2. Ductwork installation and repair 3. Wiring and cables installation and repair 4. Diagnostic test equipment 5. Inspections of equipment 6. Temporary HVAC services to facility. Temporary HVAC equipment to Fire Stations if need arises 7. Secure HVAC permits as required by city/state codes and ordinances 8. Tools and equipment 9. Supervision of project 10. Manpower Page 2 of 5 11. Training of Contractor employees for work under this contract 12. Training of Fire Personnel for maintenance of new equipment 13. Preventative maintenance D. Contractor is responsible for making repair to or replacement of any material or equipment damaged during the completion of work or as the result of action or inaction by their staff. E. Contractor shall dispose of all worn/defective parts, oils, solvents, in accordance with all applicable laws, rules and regulations as to ensure the highest level of safety to the environment and public health at no additional cost to the City. F. Contractor shall not store worn or defective parts on City premises at the end of the work day unless otherwise specified by the Contract Manager or designee. G. Contractor must clean the work site from debris or hazards at the end of every work day. H. Upon completion of service call to the Fire Station, Contractor shall submit a final work order or repair slip to the personnel on site at time of completion and shall contain the following information: 1 . Site location of the equipment repair 2. Name, model number and serial number of the equipment repaired 3. Name and model number of any replacement parts I. Repairs include dl mechanical and all electrical components related to the operation of the HVAC system. J. Contractor shall have the ability to repair/replace parts that are necessary. All materials used must be factory new/unused and free of defects in materials and workmanship. Repair parts and components must conform to original equipment manufacturer specification. K. Contractor shall provide an estimate based on the price schedule for major repairs, defined as exceeding $1,000.00. Estimates shall include labor and parts that are in accordance with the contract pricing sheet. Page 3 of 5 L. If any item of equipment covered under this agreement is deemed non- repairable by the Contractor, the Contractor shall immediately notify the Contract Administrator. M. All air conditioners will require a complete spring preventative maintenance services to be scheduled by the contract administrator. N. All furnaces will require a complete fall preventative maintenance services to be scheduled by the contract administrator. 3. Work Site and Conditions A. The work shall be performed at the following Fire Stations: Station Address Zip Station # Address Zip Code Code 1 514 Belden St. 78401 6 6713 Weber Rd. 78413 2 13421 Leopard St. 78410 7 3722 S. Staples St. 78411 3 1401 Morgan Ave. 78404 8 4645 Kostoryz Rd. 78415 4 2338 Rodd Field Rd. 78414 9 501 Navigation 78408 Blvd. 5 3105 Leopard St. 78408 10 1550 Home Rd. 78416 Station Address Zip Station # Address Zip Code Code 11 910 Airline Rd. 78412 17 6869 Yorktown Blvd. 78414 12 2120 Rand Morgan Rd 78410 18 6226 Ayers St. 78415 13 1802 Waldron St. 78418 Warehouse 1501 Holly Rd. 78417 14 5901 So. Staples St. 78413 Old St #5 3312 Leopard St 78408 15 14202 Commodores Dr. 78418 EMS Central 209 S. Carancahua 78401 16 8185 State Hwy 361 78418 B. There are approximately 46 different units in operation at the above stations. Repairs are to be performed on units manufactured by the following companies: 1 . AHRI 2. American Standard 3. Carrier 4. Goodman 5. Grande Aire 6. Lennox 7. Panasonic 8. Payne 9. Rudd Page 4 of 5 10.TempStar 11 .Trane 12.Other Brands possible 4. Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. 5. Special instructions A. The Contractor shall report to the station Captain, or to any CCFD personnel at the station upon arrival. The Contractor will check in on the Vendor Check In/Out Form. Upon completion of the project, the Contractor will notify the Captain or other CCFD employee. The Vendor Check In/Out Form shall be completed at this time to close out the service call. If the Contractor has to leave the premises to obtain parts or other materials, station personnel must be notified and these times must be listed on the form. If station personnel are not available, the Contract -- - --- Administrator will be contacted as to check in and check out. B. The Contractor shall submit a final work order or repair slip to the personnel on site at time of completion and shall contain the following information: 1. Site location of the equipment repair 2. Name, model number and serial number of the equipment repaired 3. Name and model number of any replacement parts 4. The times, in hours, listed on the Vendor Check In/Out Form C. Invoices shall include itemized records of the following: 1. Work description, location and date of repairs 2. Labor cost with backup as listed on the Check In/Out Form _ _ 3. Parts and prices with backup 4. Technician's name Page 5 of 5 Attachment B: Bid/Pricing Schedule OCITY OF CORPUS CHRISTI t 1±34 _ BID FORM 4.-u4PURCHASING DIVISION RFB No. 1422 lin Heating, Ventilating, and Air Conditioning (HVAC) For Corpus Christi Fire Departments PAGE 1 OF 1 Dale: rat, /a Authorized Bidder: RA6O Q„c_ Signature: - - _Arai 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 Purchasing office, pursuant to the Code of Ordinances,is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Item Description UNIT QTY On Call Services Markup Estimated Parts Total 1 Parts including Freon EA $25,000 % -so ' ?2,roe/ Labor Unit Price Total Price 0 Normal Hours (M-F 8:00am-5:00 HR 180 pm) g /S; r••o 4 After Hours 15:01pm-7:59am to HR 60 include holidays) $.� 9;/orr Preventive Maintenance Services Unit Qty Unit Price Total Price 5 Fall Preventative Maintenance EA 46 Ar0 ^+ 6,70'0 6 Spring Preventative Maintenance EA 46 /fa s , 1" Total _ 66,70.0 ", • Include estimated quantity times markup percentage on total price Page 1 of 1 Attachment C: Insurance Requirements A. CONTRACTOR'S LIABILITY INSURANCE I . 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. 2. Contractor must furnish to the City's Risk Manager and Director of Facilities & Property Management 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 Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all 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 Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this not domiciled in Texas) Exhibit. Employers Liability $500,000/$500,000/$500,000 INSTALLATION FLOATER Value of the equipment Page 1 of 3 3. 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. B. ADDITIONAL REQUIREMENTS 1. 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. 2. 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. 3. 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 4. 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. Page 2 of 3 5. 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. 6. 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. 7. 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. 8. 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. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2017 Insurance Requirements Purchasing HVAC Equipment New Installation, Replacement and Repair 11/08/2017 sw Risk Management Valid Through 09/30/2018 Page 3 of 3 Attachment D: Warranty Requirements Warranty A. Covered warranty on new installation shall be one year or better for all labor and material. B. Warranty on all repairs shall be 90 days or better for all labor and materials. Any additional service call to repair deficiencies, previously addressed, will not be considered for payment. Page 1 of 1