Loading...
HomeMy WebLinkAboutC2018-052 - 2/20/2018 - Approved B � t.a SERVICE AGREEMENT NO. 57433 TRAK Equipment Maintenance of the 1852 Fuel Management System for Fleet Maintenance THIS TRAK Equipment Maintenance of the Fuel Management System for Fleet Maintenance Agreement ("Agreement') is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and TRAK Engineering, Inc. ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide TRAK Equipment Maintenance of the Fuel Management System for Fleet Maintenance in response to Request for Bid/Proposal No. N/A ("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 TRAK Equipment Maintenance of the Fuel Management System for Fleet Maintenance ("Services") in accordance with the attached Terms and Conditions, 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. 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 nine 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 $7,553.00, 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 "'^^�•'�'^ '^• ^^^oval of all phases of performance and operations under this 2018-052 2/20/18 Page 1 of 7 Res. 031368 TRAK Engineering Inc. INDEXED Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Tambra Lynn Milot Department: Fleet Maintenance Services Phone: (361) 826-1902 Email: TambraL@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 46) In the event a payment bord, a performanco bond, or both, arc required of the Contractor to bo provided to the City undor this Agreement before performance can commence, the terms, conditions, and amounts required in the 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 it 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. Page 2 of 7 8. y. {A) The Contractor warrants that all products supplied under this Agreement arc new, qualify items that aro free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. warranted by tho 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 et 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. AH 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. Page 3 of 7 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. 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: Tambra L. Milot Title: Functional Analyst Address: 5352 Ayers, Bldg 3B, Corpus Christi, Texas 78415 Phone: )361) 826-1902 -- - Fax: (361) 826-4378 IF TO CONTRACTOR: TRAK Engineering, Inc. Attn: Katherine Blyth Title: Vice President Address: 2901 Crescent Dr., Tallahassee, Florida 32301 Phone: (850) 878-4585 Fax: (850) 656-8265 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 Page 4 of 7 ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City 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 Manager may also terminate this Agreement upon 21 hours written notice to tho Contractor for failure to pay or provide proof of payment of taxes as sot 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: Page 5 of 7 A. Attachment A B. this Agreement excluding attachments and exhibits); C. all other attachments; D. the bid solicitation document including any addenda (Exhibit 1); then, E. 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. 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) Page 6 of 7 CONTRACTOR Signature: .tidclAnir.e AW. . Printed Name: Katherine Blyth Title: Vice-President Date: January 21, 2018 CITY OF CORPUS CHRISTI Signature: T(\may--- . °-Q_ Printed Name: - ko_G r..---_- -- Title: Pr v c�.r.o M. �.c... ,c � Date: a- A t I t ATTEST: `e�.!A. krAPV17A RE ECCA HUERTA APPROVED ATO LEGAL FORM CITY SECRETARY Ai1Ak. Q AV( = 7421) 1 Assistant City Attorney •Bl.....0 13fiuKii.,.. Attached and Incorporated by Reference: 8 Attachment A: Scope of Work �Y COtINCII......_.,,. Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements SECRETAR gl- Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. N/A Exhibit 2: Contractor's Bid/Proposal Response Page 7 of 7 Attachment A: Scope of Work CIIIIIIIIIIIIIenAKng.coin MEMBER Corporate Sales: :wi Crescent Drive, Tallahassee,FL 32301enzei Fuel Managenent nj PH 850_878-4585 FAX 850.656.8265 www.trakeng.corn geefuS Since 1981 August 21, 2017 City of Corpus Christi erlindaAcctexas.com Maintenance Services Attn: Erlinda Klubertanz PO Box 9277 Corpus Christi, TX 78469-9277 Dear Ms. Klubertanz, Enclosed please find the Quotation for an Equipment Maintenance Agreement on the TRAK Fuel Management Systems. Your current agreement is due to expire September 30 2017. The TRAK Equipment Maintenance Agreement covers the replacement or repair of all part failures due to normal wear and tear. The TRAK Equipment Maintenance Agreement also provides: • Unlimited telephone support at no charge • All software updates,plus • Complete system upgrades at a substantially reduced cost Please issue a purchase order for the amount shown to insure this valuable coverage. If you have any questions regarding the above, or if the list of equipment on your maintenance agreement is inaccurate in any way,please contact me. Sincerely, Accounting Department ARAtrakeng.com TRAK Engineering, Inc. PHONE: (850) 878-4585 FAX: (850)656-8265 Enclosure Visit our WEBSITE @ http:\\www.trakeng.com Page 1 of 4 eng.com MtM■EN Corporate Sales: 2901 Crescent Drive, Tallahassee,FL 32301cTliill nputerzed Fuel Managementt )Eb 59 850-878-4585 FAY A5o-656 8?65 www.trakeng.com amino tions Since 1981 Equipment Maintenance Agreement Quote August 21, 2017 City of Corpus Christi System #132 By this agreement, the technical knowledge and skill of our customer service organization is made available to you to assure that your Fuel Management System is kept in efficient operating condition. For an annual fee, our factory-trained personnel will perform the service and maintenance on the equipment listed below for one year in accordance with the enclosed Terms and Conditions. The Effective Dates of this Equipment Maintenance Agreement would be: October 1, 2017 through September 30, 2018 Equipment List Desclrii an Unit lite Total Fuel 3 1,216.W 3648.00 Hose Ccntrds-StaidErcl 8 160.00 1,362.00 Deb Converter 1 194.00 194.00 Sc tonere 1 396.00 386.00 Bilk 01 Ccntrds(Ntt Covered 3 0.W 0.00 1 -Vit Facto 2 312W 624.00 IP Said Device 2 170.00 340.00 *Shipping 1 284.00 284.00 Zone Charge 1 715W 715.W Tata) $7,55300 *Due to high increase in shipping charges Trak has now added a line item in quote to allow for this increased expense. Customer may elect to provide Trak your own shipping account number(US Mail, FedEx, UPS)to charge and we will not assess this item. Full Service Maintenance Agreement This quote does not include applicable taxes This quote valid for 90 days Please review the above equipment list for accuracy. Any equipment that is not listed will not be covered under this agreement. Visit our WEBSITE @ http:\\www.trakcng.com Page 2 of 4 TRAK ENGINEERING, INC. EQUIPMENT MAINTENANCE AGREEMENT TERMS AND CONDITIONS FOR FULL SERVICE AGREEMENTS 1. In order to assist our customers in maintaining their equipment in efficient operating condition, Trak Engineering, agrees to furnish support and new/refurbished parts for the equipment described under "Equipment List" at the rates specified upon the terms and conditions that are stated below. The Equipment Maintenance Agreement (EMA) also provides unlimited telephone support at no charge, all software updates, and complete system upgrades at a substantially reduced cost. 2. This agreement shall be for a one (1) year period of support and new/refurbished replacement parts during the period listed on the Equipment Maintenance Agreement quotation. Only equipment manufactured and installed by Trak Engineering is covered under this agreement. 3. Maintenance agreement charges are payable yearly in advance at the annual rate on the annual payment date shown on the Equipment Maintenance Agreement, or quarterly if the customer is a federal government facility. 4. Trak Engineering, Inc. reserves the right to change (increase or decrease) the rates specified herein at each anniversary date of this agreement. Each change will be in writing and notice provided to the customer at least thirty (30) days before such change occurs. 5. This maintenance agreement may be cancelled by either party with a written notice sixty days (60) prior to cancellation. If Trak Engineering effects cancellation for any reason, charges will be prorated and Trak Engineering will refund the unearned portion of any amount prepaid thereunder. If customer effects cancellation, Trak Engineering will prorate and refund that unearned portion of any amount prepaid. 6. Emergency calls will be made during regular business hours at no extra charge. Emergency calls made during non-business hours will be subject to additional charges. Service calls initiated by the customer to repair any piece of equipment that is found to be working upon arrival of the repair engineer will be charged at the standard per call rate of one hundred fourteen dollars and nineteen cents ($114.19) per hour or one hundred fifty five dollars and ninety three cents ($155.93) per hour in California, New York, and New Jersey. 7. Trak Engineering will replace parts that have broken or worn out through normal use and are necessary for servicing. This agreement does not apply to repairs made necessary by accident, misuse, abuse, theft, vandalism, fire, water, electrical failure, acts of God or other casualty. Replacement parts will be shipped ground (UPS / US Mail). If the customer wishes quicker delivery, then the customer will be billed for the difference only. Emergency parts will be shipped "Next Day" delivery. Emergency parts consist of: Sentry Keyreader Barrier Control Panel Sentry Power Unit Page 3 of 4 TRAK ENGINEERING, INC. EQUIPMENT MAINTENANCE AGREEMENT TERMS AND CONDITIONS FOR FULL SERVICE AGREEMENTS (Continued) 8. Certain non-working parts must be returned with a RA number within ten (10) days of receiving the replacement part. If Trak Engineering does not receive the item within ten (10) days of the customer's receipt of the replacement part, the customer will be billed for the full price of the replacement part. 9. An emergency call will be determined over the telephone by Trak's Customer Support. An Emergency call will require on-site service support by a Trak Engineering Field Technician, or authorized Dealer or Electrician. Trak Engineering will always make a best effort to provide timely service for each emergency call that is classified as a class one problem. A class one problem is classified as unable to pump fuel of a particular type from all available dispensers even in manual override. 10.It is the customer's responsibility for initial trouble shooting to determine if the problem is with the Trak Engineering equipment, the fuel dispensing equipment, or the telephone lines. The customer is responsible for the installation of the user replaceable components whenever practical. 11.This agreement does not cover oil pumps, oil reels, oil nozzles, or the piping used to carry the oil to the dispensing location from the reservoir. 12. Service hours: Monday-Friday are 8:00 a.m. - 6:00 p.m. Eastern Standard Time. Calls after 5:00 p.m. are chargeable at the single call rate of one hundred sixteen dollars and twenty-five cents ($116.25) per hour, or one hundred sixty-eight dollars and seventy- five cents ($168.75) per hour in California, New York, and New Jersey. 13. Phone Support Hours: Technical support is available Monday- Friday from 8:00 AM to 6:00 PM EST, excluding recognized holidays. Trak also provides 24 hours a day, 7 days a week emergency response phone support at NO EXTRA CHARGE. 14.This agreement does not cover on-site repairs for the system's Central Controller (microcomputer, monitor, keyboard, or printer). At Trak Engineering's discretion, Trak will repair these units at its facilities in Tallahassee, FL or arrange repair at the local computer store. 15.This agreement does not cover EE Memory Keys, SMARTags, VMU'S or BID's. Any additional or replacement keys, VMU's or BID's must be purchased by the customer. 16.Trak Engineering, Inc. may elect not to extend this agreement to any customer if, for any reason, the warranty or Equipment Maintenance Agreement coverage has lapsed for a period of more than thirty days. 17. Upgrades or installs are optional. Labor for upgrades or installs will be billed at a rate of one hundred sixteen dollars and twenty-five cents ($116.25) per hour, or one hundred sixty-eight dollars and seventy-five cents ($168.75) per hour in California, New York, and New Jersey. Additional charges for technician travel time, plus needed parts and materials may be quoted in a lump sum price. Page 4 of 4 Attachment B: Quote/Pricing Schedule CIRAKMEMBER ng.com �]C'Corporate Sales: 2901 Crescent Drive, Tallahassee,FL 32301 �"Gputerized Fuet Management _ PH 850-8784585 FAX 850-656-8265 www.trakeng.ccm �E w n put--------fiorts Sfitt 1981 Equipment Maintenance Agreement Quote August 21, 2017 City of Corpus Christi System #132 By this agreement, the technical knowledge and skill of our customer service organization is made available to you to assure that your Fuel Management System is kept in efficient operating condition. For an annual fee, our factory-trained personnel will perform the service and maintenance on the equipment listed below for one year in accordance with the enclosed Terms and Conditions. The Effective Dates of this Equipment Maintenance Agreement would be: October 1, 2017 through September 30,2018 Equipment List Desorption lhit Rate Total I-u I Sentry 3 1,216.W 3,648.W FiteeCaitrds-Sta>ciatd 8 1e9.W 1,352.W ata Caiverte- 1 194.W 19403 Ed Calk Cards(Ntt Cae'ecf) 3 0.03 O.W 1-VtttRatio 2 31203 624.03 IP Said Device 2 170.03 340.03 ��� 1 284.03 28.4.W 1 715.03 715.03 Total $7,553.00 *Due to high increase in shipping charges Trak has now added a line item in quote to allow for this increased expense. Customer may elect to provide Trak your own shipping account number(US Mail, FedEx, UPS)to charge and we will not assess this item. Full Service Maintenance Agreement This quote does not include applicable taxes This quote valid for 90 days Please review the above equipment list for accuracy. Any equipment that is not listed will not be covered under this agreement. Visit our WEBSITE @ http:\\www.trakeng.com Page 1 of 1 Attachment C: Insurance Requirements INSURANCE REQUIREMENTS 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 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 • Page I of 3 WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this not Exhibit. domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. 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 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; Page 2 of 3 • 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 payments) 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. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2018 Insurance Requirements Purchasing Equipmeni Maintenance Agreement for TRAK Fuel Management System 01/17/2018 sw Risk Management Page 3 of 3 Attachment C: Bond Requirements No bond requirements necessary for this service agreement; Section 5. (B) is null for this Service Agreement. Page 1 of 1 Attachment D: Warranty Requirements No warranty requirements necessary for this service agreement; Section 8(A&B). Warranty is null for this Service Agreement. Page 1 of 1