Loading...
HomeMy WebLinkAboutC2021-047 - 3/2/2021 - Approved DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 SC SERVICE AGREEMENT NO. 97834 v Communication Towers Maintenance for IT �'0AP04alev 1852 THIS Communication Towers Maintenance for IT Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Alpha Omega Wireless, Inc. ("Contractor'), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Communication Towers Maintenance for IT in response to Request for Bid/Proposal No. TIPS Coop 200105 ("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 Communication Towers Maintenance for IT ("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 three years, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Department, or the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so by written amendment 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. This Agreement is for an amount not to exceed $110,160.00, 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. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be mailed to the following address with a copy provided to the Contract Administrator: Service Agreement Standard Form Page 1 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 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: Phillip Grant Information Technology Department 361-826-3845 PhillipG2@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. Service Agreement Standard Form Page 2 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 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 that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Service Agreement Standard Form Page 3 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Phillip Grant IT Infrastructure Manager 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361-826-3845 Fax: n/a IF TO CONTRACTOR: Alpha Omega Wireless, Inc. Attn: Terry Donovan Inside Sales Manager 8708 S. Congress Ave., Suite 8260, Austin, TX 78745 Phone: 512-788-7231 Fax: 512-298-1646 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, Service Agreement Standard Form Page 4 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to comply with any of the terms 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. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to Service Agreement Standard Form Page 5 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 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 said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 6 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 CONTRACTOR DocuSigned by: Signature: 2B758D2D37DE[AB— Printed Name: Terry Donovan Title: sales Manager Date: 1/28/2021 M2021-042 Authorized By Council 03/02/2021 CITCU YoC�FebORPUS CHRISTI ig l / n 1 Er �DyS �Q,,l �' "-QVCCl�S 1/ Josh Chronley Interim Assistant Director, Contracts and Procurement Date: 3/3/2021 Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule ATTEST: DocuSigned by: Attachment C: Insurance and Bond Requirements L,-�" ("CUIV,fill Attachment D: Warranty Requirements Rebecca Huerta Incorporated by Reference Only: City Secretary Exhibit 1 : RFB/RFP No. TIPS Coop 200105 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 7 of 7 Approved as to Legal Form December 15, 2020 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 G� fpr �,M3 `� - W Attachment A: Scope of Work WeO&pa.v.M�+v�DoR�0.yItA 14: Scope of Work: The City of Corpus Christi's Information Technology Department uses wireless communication systems to support the city's network where there is no cable infrastructure. The City will require Contractor service, support, parts, and labor to keep the systems in full operation. Contractor shall provide annual support and maintenance through their custom silver plan to include all radios and antenna systems on the 17 towers listed below as well as maintenance inspections of the towers. The City of Corpus Christi will provide radio and antenna hardware. A. Support service included can be referenced below; 1 . 8 Hours of on-call annual support per tower. 2. Technical phone support between 8:OOAM and 5:OOPM, Monday through Friday. 3. Response within 1 hour by phone. 4. Onsite visits for troubleshooting or repair. 5. Onsite visits by the next business day in the morning. B. The following will be performed during each site visit: 1 . Test the stability of the wireless link. 2. Test RSL's against benchmarked standard. 3. Test antenna alignment and performance. 4. Test cabling for functionality and damage. 5. Inspection and replacement of weather proofing. 6. Inspection and repair of power and connections. 7. Inspection and repair of grounding and lightning protection. 8. Update radio firmware. 9. Verify throughout and system's settings. 10. Perform spectrum analysis. C. The Contractor shall handle the RMA process for any manufacture equipment under warranty. Additionally, they will perform all services to de-install the failed system and will re-install the replacement system. Page 1 of 3 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 D. The Microwave Communication Systems are located throughout the City of Corpus Christi, at the following addresses. 1 . Carmel Water Tower 509 Carmel Pkwy, Corpus Christi, TX 78411 27043'58.60"N / 97022'30.77"W 2. Cefe Landfill Tower 2397 Co Rd 20, Robstown, TX 78415 28038'4.57"N/ 97034'7.40"W 3. Choke Canyon Tower Park Rd, Three Rivers, TX 78071 28028'3.49"N / 98015'2.58"W 4. Coral Vines Water Tower 14201 Allamanda Dr, Corpus Christi, TX 78414 27034'48.34"N / 97014'6.34"W 5. Fleet Tower Civitan Dr, Corpus Christi, TX 78414 27043'41 .08"N / 97025'31 .17"W 6. Flour Bluff Water Tower 2029 Division Rd, Corpus Christi, TX 78414 27039'38.02"N / 97018'31 .94"W 7. Gollihar Water Tower 2221 Gollihar Rd, Corpus Christi, TX 78415 27044'44.08"N / 97025'22.32"W 8. Holly Pump Station Tower 4925 Holly Rd, Corpus Christi, TX 78411 27042"1 / 97023"1 9. KRIS Studios TV Tower 5002 S Padre Island Dr, Corpus Christi, TX 78411 27042'48.27"N / 97022'46.52"W 10.Mathis Dam Tower Co Rd 365, Sandia, TX 78383 280 2'1 3.93"N / 97052'20.97"W 11 .Navigation Pump Station Tower 310 Navigation Blvd, Corpus Christi, TX 78408 27047'23.27"N / 97027'8.48"W 12.ON Stevens Tower 13101 Leopard St, Corpus Christi, TX 78410 27051'33.08"N / 97037'24.65"W Page 2 of 3 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 13.ON Stevens Water Tower 13101 Leopard St, Corpus Christi, TX 78410 27°51'28.34"N / 97037"10.91"W 14. Rand Morgan Tower 2120 Rand Morgan Rd, Corpus Christi, TX 78410 27049"1 5.69"N / 97032'46.78"W 15. Rand Morgan Water Tower 9355 Leopard St, Corpus Christi, TX 78409 27049'29.61"N / 97032'49.41"W 16.Sinton Tower 504 Harvill St, Sinton, TX 78387 280 1'27.60"N / 97030'25.67"W 17.Staples Pump Station Tower Co Rd 43, Corpus Christi, TX 78415 27039'2.71"N / 97026'20.47"W E. The point of contact for this agreement is: Phillip Grant IT Infrastructure Manager City of Corpus Christi 1201 Leopard St Corpus Christi, TX 78401 Phone: (361 ) 826-3845 E-mail: F h ii II II ii p. g. . :':..e;::.e;::.:ll:.� a.: s.,c a::a irn .................................... .................................................................... Page 3 of 3 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 Product & Services Agreement Y` Date Alpha Omega Wireless,Inc. City of Corpus Christi 01/21/2021 8708 S.Congress Ave Suite 8260 Attention:Phillip Grant 1201 Leopard Street Valid To Austin,TX 78745 04/21/2021 Corpus Christi,TX 78401 Quote Number Corpus Christi202OG-Silver Support Alpha Omega Wireless is providing the following prices for product and/or services listed below as a budgetary statement. For a complete Statement of Work and complete build of materials list,a site survey must be performed. Costs Quantity Rate Amount Annual Support&Maintenance-Months 1-12-Custom Silver 17.00 2,160.00 36,720.00 (Discounted Price) List-$450 per Tower Climbers Team (TIPS-20%=$360 x 6 hours per tower) (6 x$360=$2,160 per tower) Year 1-Term:12 Months Includes all radios and antenna systems on the towers and maintenance inspections of the towers. Radio&Antenna hardware not included. Annual Support&Maintenance-Months 13-24-Custom Silver 17.00 2,160.00 36,720.00 (Discounted Price) List-$450 per Tower Climbers Team (TIPS-20%=$360 x 6 hours per tower) (6 x$360=$2,160 per tower) Year 2-Term:12 Months Includes all radios and antenna systems on the towers and maintenance inspections of the towers. Radio&Antenna hardware not included. Annual Support&Maintenance-Months 25-36-Custom Silver 17.00 2,160.00 36,720.00 (Discounted Price) List-$450 per Tower Climbers Team (TIPS-20%=$360 x 6 hours per tower) (6 x$360=$2,160 per tower) Year 3-Term:12 Months Includes all radios and antenna systems on the towers and maintenance inspections of the towers. Radio&Antenna hardware not included. Subtotal 110,160.00 Taxable 0.00 Total 110,160.00 TIPS AGREEMENT#200105 Page 1 of 1 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 Attachment C: Insurance Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1. 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. 2. Contractor must furnish to the City's Risk Manager and Contract Administer 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 Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by applicable Per occurrence - aggregate policy endorsements 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 3. 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. 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 an Page 1 of 3 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. 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 a copy of the replacement certificate of insurance to 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 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,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 • Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 5. Within five (5) calendar days of a suspension, cancellation, or non-renewal 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 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. 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 agreement. Page 2 of 3 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 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 agreement. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2020 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services —Services Performed Onsite 06/08/2020 Risk Management—Legal Dept. Page 3 of 3 DocuSign Envelope ID: 191 B7E9B-7F1 F-4F83-B7CB-467C3CE4F533 Attachment D: Warranty Requirements No warranty is required for this service agreement; therefore, Section 8-Warranty, subsection 8(A) and 8(B) are null and void. Page 1 of 1