HomeMy WebLinkAboutC2020-163 - 5/12/2020 - Approved DocuSign Envelope ID:D9FDD66333337-CAD3-4FBF-A98D-104938602399
ces tIli "Jj
� o SERVICE AGREEMENT NO. 2931
Mowing for Storm Water and Sheet Right of Ways
1852
THIS Mowing for Storm Water and Street Right of Ways Agreement ("Agreement")
is entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and 2Chainz Brushing Clearing, LLC ("Contractor"), effective upon
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Mowing for Storm Water and Street Right
of Ways in response to Request for Bid/Proposal No. 2931 ("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 Mowing for Storm Water and Street Right of Ways
("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. The parties may mutually extend the
term of this Agreement for up to zero additional zero-month 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
$1,049,976.00, 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 March 9, 2020 SCANNED
DecoSign Envelope ID:09F06337-CAD3-4FBF-A98D-706938602399
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:
Name: Tessy Gonzalez
Department: Public Works/ Storm Water
Phone: 361-826-3493
Email: TessyG@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 March 9, 2020
DocuSign Envelope ID:D9FD6337-CAD3-4FRF-A98D-704938602399
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 3001 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 March 9,2020
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
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
unless the subcontractors were named in the bid or proposal or in an Attachment
to this Agreement, 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. The City may, at the City's sole discretion, choose not to
accept Services performed by a subcontractor that was not approved in
accordance with this paragraph.
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: Tessy Gonzalez
Title: Contract Administrator
Address: 1201 Leopard St., Corpus Christi, Texas 78401
Phone: 361-826-3166
IF TO CONTRACTOR:
2Chainz Brushing Clearing, LLC
Attn: Joe Chaney
Title: Owner
Address: P.O.Box 126, Lolita, Texas 77971
Phone: 361-920-1383
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form March 9,2020
Docusign Envelope ID'D9FD6337-CAD34FBF-A98D-704938602399
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
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 it 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.
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form March 9, 2020
DacuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
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.
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form March 9, 2020
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
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.
CONTRACTORu3igned by:
Signature: jot,`—DoCOC A.97Q4vA.
Joe Chaney
Printed Name:
Title: owner
4/13/2020
Date:
CITY OF CORPUS CHRISTI
if
CYCQ ATTEST. i
C IL �J RE CCA HUERTA
Kim Baker CITY SECRETARY
Director of Contracts and Procurement
AUTHORILL
Date: S. l3.Zoz
If (6111011. .
Attached and Incorporated by Reference:
Attachment A: Scope of Work se;-
Attachment
TAttachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 2931
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form March 9, 2020
I
DocuSign Envelope ID'.09FD6337-CAD3-4FBF-A980-704938602399
ATTACHMENT A: SCOPE OF WORK
1. General Requirements/Background Information
The Contractor shall mow storm water and street rights-of-way in accordance with
the Storm Water Department's maintenance operations of the Storm Water
Drainage Collection System. All areas are located within the City limits of the City of
Corpus Christi
2. Scope of Work
A. Prior to each operation, the Contractor shall remove all litter and debris,
including paper,cans, bottles, bags, grass clippings, accumulated leaves, palm
fronds, and other tree litter including tree limbs from the identified locations.
Including, but not limited to, fence lines, sidewalks, trees, shrubs, groundcover
beds, all curbs and gutters, and other hard surfaces within the identified
location. Pick-up shall consist of removal of visible litter larger than three inches
square. Special attention shall be given to insure the removal of objects, which
may cause injury, if thrown from equipment.
B. Mowers shall be adjusted for a cutting height of approximately five inches.
C. Cycle Description:
• Street Right-of-Way-8 Cycles/ Year
• Storm Water Drainage-4 Cycles/ Year
Street Right-of-Way cycles will run 45 days and Storm Water Drainage cycles
will run 90 days. If a cycle is finished before the days are up, the Contractor
will not start another cycle until the day after the completion of the previous
cycle. There will be only 8 cycle cuts for street right-of-way and 4 cycle cuts
for ditch right-of-way in a contract year. Contractor will notify the Contract
Administrator upon completion of mowing for a cycle.
D. All mowing equipment shall be equipped with sharp blades so as not to tear,
but cleanly cut the blades of grass.
E. The Contractor shall mow as close as practicable to all fixed objects exercising
extreme care not to damage trees, plants, shrubs, fire hydrants, sign and
power poles, guardrails, culvert head walls, delineators or other
appurtenances which are part of the right-of-way.
F. The Contractor shall hand trim around all fixed objects such as trees, plants,
shrubs, fire hydrants, sign and power poles, guardrails and culvert head walls,
unless specified otherwise and will be subsidiary to the mowing operation.
Page 1 of 23
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
G. The Contractor shall be responsible for notifying the Contract Administrator of
large objectjs), including, but not limited to furniture, appliances and massive
dump sites etc. Any large objectjs) which are too large to set aside, shall be
mowed around until removal is coordinated by the City. The Contractor shall
coordinate the rescheduling of mowing the uncut area with the Contract
Administrator.
H. After operations, the Contractor shall remove any visible trash and debris that
were cut up during the process. The Contractor shall not dispose of any trash
or debris into dumpsters located on City property. The trash and debris must
be removed from City property and disposed of in accordance with all City
ordinances. All trash and litter shall be disposed of properly at the Contractor's
expense and proof of such proper disposal through third party invoices or
landfill receipts shall be turned in to the Contract Administrator on a monthly
basis.
I. Emergency Mobilization: Under extraordinary conditions, the City may be
required to pull the Contractor from an area actively being worked in order
to address an emergency situation. The City recognizes this may create a
hardship for the Contractor in terms of equipment and personnel costs. Under
such authorized emergency mobilizations the Contract Administrator will
authorize the Contractor to charge no more than $75.00 for fuel for each
piece of equipment and $50.00 per person, not to exceed $250.00 for labor
and equipment in addition to the standard contracted rate for acreage
mowed. An "authorized" emergency mobilization is a mobilization initiated by
the Contract Administrator. Any unauthorized emergency mobilizations will
not be paid for by the City. In addition, the event of an authorized emergency
mobilization does not relieve the Contractor of its obligation to maintain the
contracted mowing schedule.
J. Drought Stipulation: The City intends on establishing a routine scheduled right-
of-way mowing program which will control the growth of grass and weeds to
an acceptable level. However, the lack of rainfall throughout the contract
period may slow the growth of grass and weeds to a level which does not
require mowing of the rights- of-way at the predetermined scheduled dates.
In the event a drought situation develops at any time throughout the contract
period, the Contract Administrator will consult with the Director of Storm Water
Operations or designee and in turn will direct the Contractor to either continue
mowing, mowing on a limited basis or suspend mowing altogether. Cycles
which are canceled due to drought conditions will not be made up.
3. Work Site and Conditions
A. The work shall be performed at locations throughout the City as defined by group.
See Exhibit 1 for locations.
Page 2 of 23
DocuSign Envelope ID'.09FD6337-CAD3-4FBF-A98D-704938602399
B. Contractor shall supply the City with a work schedule to indicate the normal
starting and completion times for its operations.
C. Work Hours: The Contractor will confine all operations to daylight hours, sunrise
to sunset and the schedule must be approved by the Contract Administrator prior
to commencing the mowing program. It is expected that the work will
be scheduled effectively throughout the contract period in order to accomplish
an overall well managed mowing maintenance program.
D. Non-Work Hours: The Contractor may not store any equipment or tools on any
site. After completion of work at any site, the Contractor must remove all
equipment, supplies, and materials from that site.
E. Mowing will not be permitted when, in the opinion of the Contract Administrator,
soil and weather conditions are such that the rights-of-way will be damaged.
Cycles which are canceled due to rainfall will be made up only if needed, as
decided by the Contract Administrator. The Contractor will coordinate
rescheduling of make-up cycles with the Contract Administrator.
F. For Ozone Warning Days the following restrictions apply:
1. No use of chain saws, pole saws, motor scooters and other small engines will
be allowed.
2. Diesel powered trimming equipment will be allowed to operate on the
second day of back-to-back Ozone Action Days if equipment is labeled
stating the type of fuel used and the Contractor has made contact with the
Contract Administrator, or designee, and received permission to proceed
with work order.
3. Equipment using reformulated gas will be allowed to operate on the third
day of back-to-back Ozone Action Days if equipment is labeled stating the
type of fuel used and the Contractor has made contact with the Contract
Administrator, or designee and received permission to proceed with work
order
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.
Page 3 of 23
DocuSign Envelope ID'.D9FD6337-CAD3-4FBF-A9BD-709938602399
5. Traffic Control
The Contractor shall follow all traffic regulations in accordance with the current
version of the Texas Manual on Uniform Traffic Control Devices. Signs, sign stands,
safety flags, and all other safety materials, devices and safety vests are required to
protect the mowers and the traveling public.
6. Equipment
A. All mowers must be equipped with safety devices which conform to
manufacturer's standards and all applicable OSHA regulations to prevent
damage to property by flying debris from under the mower. Maximum cutting
widths for rigid frame rotary mowers shall be 108 inches. Hinged or batwing
mower cutting widths shall be approved by the Contract Administrator. Slope
mowers to have 72 inches cutting width and 28 foot or greater cutting reach. All
mowers shall be kept in good operating condition and shall be maintained to
provide a clean sharp cut of vegetation at all times. All equipment shall be
approved by the Contract Administrator.
B. The Contractor shall provide a minimum of 1 slope mower, 2 bat-wing mowers,
2 weed eaters and 1 blower for this Work.
C. Contractor shall have sufficient resources and personnel to perform the work
as specified.
7. Safety Requirements
Public Safety and Convenience: The safety of the public and the convenience
of traffic shall be regarded as prime importance. All portions of streets shall be
kept open to traffic. The Contractor shall coordinate all Work with the Contract
Administrator and shall place warning signs in accordance with the current
version of the Texas Manual on Uniform Traffic Control Devices. Signs, sign stands,
safety flags, and all other safety materials or devices as well as safety vests will be
required to protect the trimmers and the traveling public and will be furnished by
the Contractor. The Contractor will be responsible for the maintenance or
replacement of these items as necessary. If at any time work is in progress, the
traffic control devices do not accomplish the intended purpose due to weather
or other conditions affecting the safe handling of traffic, the Contractor shall
immediately make necessary changes there to correct the unsatisfactory
conditions. These provisions for directing traffic will not be paid for directly, but
shall be subsidiary to the various bid items of this contract.
Page 4 of 23
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
8. Security and Protection of Property
A. Security Requirements:
1. The Contractor shall maintain and abide by the security measures at all
locations including locking gates when leaving the sites.
2. The Contractor shall not enter the buildings at any location for any reason
without receiving prior approval from the Contract Administrator.
B. Protection of Property:
1. The Contractor shall take proper measures to protect all property which
might be damaged by Contractor's Work hereunder, and in case of any
damage resulting from any act or omission on the part of or on behalf of
the Contractor, and shall restore at its own expense the damaged
property to a condition similar or equal to that existing before such
damage was done, or shall make good such damage in all acceptable
manner.
2. All damages which are not repaired or compensated for by the Contractor
will be repaired or compensated for by City forces at the Contractor's
expense. All expenses charged by the City for repair work or compensation
shall be deducted from any monies owed to the Contractor.
9. Notifications and Inspections
A. Each Monday morning prior to 7:00 a.m., the Contractor shall call or email the
assigned Contract Administrator indicating the locations and work being
performed that week. No work shall be done without proper, prior notification.
B. When a location is completed, the assigned City Inspector shall inspect the
site and either approve the work or advise the Contractor of any
discrepancies.The Contractor shall take whatever action necessary to correct
any discrepancies within one working day. The Contract Administrator shall
then make another inspection and if the discrepancies have not been
corrected, the Contractor will be notified and a $25 re-inspection fee will be
charged for a third inspection. At that time, the Contractor shall have one
working day to complete the work. If the discrepancies still have not been
corrected, the Contractor will be notified to correct the discrepancies and a
$25 fee will be charged for each additional inspection necessary until
discrepancies have been corrected. The City shall deduct the inspection fee
from the payment to be made to the Contractor for that cycle of
maintenance.
C. The City shall have the right at all times to examine the supplies, materials and
Page 5 of 23
DomSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
equipment used by the Contractor, its subcontractors, agents, and
employees.
D. Work Crew Supervision: The Contractor shall provide qualified supervision of
each crew at all times while working under this Contract. Each supervisor shall
be authorized by the Contractor to accept and act upon all directives issued
by the City and Contract Administrator. Failure of the supervisor to act on said
directives shall be sufficient cause to give notice that the Contractor is in
default of the contract, unless such directives would create potential personal
injury or safety hazards.
Page 6 of 23
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
Exhibit 1
STREET RIGHT OF WAY
Zone 7 Section 1
ID Street Name Location Acres
1 Bates Street Flato to S.P.I.D. 1.22
3 Bear Lane S.P.I.D. to Joe Mireuir Road 8.45
4 Bush S.P.I.D. to Los Robles 3.00
6 Flato Road Agnes (S.H. 44) to Bear Lane 5.06
7 Forrest Lane NPID to Gibson 0.25
8 Greenwood Saratoga to Dead End 2.76
9 Hereford Agnes (S.H. 44) to Leopard 2.69
10 Heinsohn Road Agnes to Bear Lane 3.33
11 Holly Road Greenwood to Los Robles 0.59
12 Leopard Navigation to N.P.I.D 6.10
13 McBride Leopard to Up River 3.64
14 Molina/Rockford Alley West Point Rd. to Dead End 2.67
15 McCampbell Agnes (S.H. 44) to Leopard 3.33
16 Navigation Old Brownsville Road to Up River 15.48
17 N.P.I.D. North Bound - Bear Lane to Agnes 3.64
18 N.P.I.D. South Bound - Gibson to Bear Lane 1.46
19 N.P.I.D. South Bound - Leopard to Lexington 0.85
20 Old Brownsville Road Post to Morgan 1.08
21 Old Brownsville Road S.P.I.D. to Saratoga 25.21
22 S.P.I.D. N. & S. -Greenwood to Bear Lane 3.39
23 Talbert Road Agnes (S. H. 440 to Pavement Ends) 2.09
24 Villa Agnes (S.H. 44) to Baldwin 1.41
25 West Point Road S.P.I.D. to Old Brownsville Road 4.01
Total 101.71
Page 7 of 23
DocuSign Envelope ID.D9FD6337-CAD3-4FBF-A98D-704938602399
STREET RIGHT OF WAY
Zone 7 Section 2
ID Street Name Location Acres
26 Agnes (S.H. 44) Gilliam to Rand Morgan 2.73
27 Alpine Manning to N. Clarkwood Road 4.88
28 Bearden Suntide to Hunter Road 1.06
29 Benys Road Leopard to Hampshire 0.62
30 Bockholt Road Agnes (S.H. 44) to McGloin Road 7.68
31 Bronco Road Agnes (S.H. 44) to Sedwick 5.55
32 Chickery Alpine to Dead-End 0.83
33 N. Clarkwood Road Agnes (S.H. 44) to Up River Road 14.60
34 S. Clarkwood Road Agnes (S.H. 44) to City Limits Line 13.45
35 Commerce Agnes (S.H. 44) to Eklund 1.38
36 Corn Products Road I.H. 37 to Hopkins Road 10.41
37 Eklund So. Clarkwood Road to Commerce 0.69
38 Gilliam Root to Alpine 0.34
39 Hopkins Road Lexington Blvd. To Agnes (S.H. 44) 4.97
40 Hunter Road Leopard to Up River Road 2.94
41 Iris S. Clarkwood to Commerce 0.90
42 Lantana Lexington Blvd. To Up River Road 8.49
43 Leopard N.P.I.D. to Corn Products Road 7.75
44 Leopard Corn Products Road to Rand Morgan 42.34
Road
45 Lexington Blvd. Leopard to N.I.P.D. 4.16
46 Manning Agnes (S.H. 44) to Sedwick Road 5.36
47 McGloin Road S. Clarkwood to City Limits (F.M. 763) 10.00
48 Rhew Street Sedwick to Bearden 3.02
49 Root N. Clarkwood to Gilliam N. Side 0.13
50 Rusk Street Agnes (S.H. 44) to Dead-End 0.41
51 Sedwick Road South Minerals Road to North 9.31
Clarkwood
52 South Minerals Road Up River Road to Sedwick 6.29
53 Stillwell Lane Leopard to End of Pavement 1.11
54 Suntide Road Leopard to Lakeview Circle 3.72
55 Tuloso Road Stillwell to Up River Road 0.82
Total 175.94
Page 8 of 23
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
Street Right of Way
Zone 8 Section 1
ID Street Name Location Acres
56 Baskett Countiss to Robby 0.36
57 Butler Violet Road to Cliff Cranshaw 0.74
58 Callicoatte Road Up River to City Limits 10.77 _
59 Carbon Plant Road Up River Road to City Limits Line 0.70
60 Church Street Leopard to Dead-End 0.42
61 Cliff Crenshaw Willowood to Blades 0.88
62 County Rd. 69 F. M. 624 to Co. Rd. 52 1.73
63 County Rd. 52 (North Side) Hwy 77 to County Rd. 69 0.68
64 E. Harrington Leopard to Dead-End 1.00
65 Emory Rushing to Dead-End 2.12
66 F. M. 624 Wildcat Drive to City Limits 34.13
_
67 N. Harrington McKinzie Road to Irma 1.45
68 Harney Dead-End South to Dead-End North 0.31
69 Haven Road Violet to Pavement Ends 2.24
70 Hart Road Leopard to Up River Road 1.65
71 Hearn Road Callicoatte Road to Brooklane 6.46
72 Kingsbury McKinzie to McCain 1.06
73 Leonard Starlite to Leopard 3.56
74 Leopard Street Rand Morgan Road to Violet Road 17.92
75 Leopard Violet Road to Railroad Tracks 14.46
76 Lois Leopard to N. Harrington 0.36
77 Mallard Violet Road to Widgeon 1.43
78 Mobile Robby to Rhodes 0.47
79 McCain Leopard to Dead-End 1.64
80 McKinzie Lane McKinzie Road to Carbon Plant Road 3.37
81 McKinzie Road Kingsbury to City Limits 8.59
82 Nelon Violet Road to Dead-End 0.51
83 Rand Morgan Agnes (S.H. 44) to I.H. 37 23.00
84 Rehfield Up River Road to I. H. 37 0.77
85 Rhodes Ct. Leopard to Mobile 0.30
86 Robby Leopard to Kingsbury 2.19
87 Sessions Road I.H. 37 to End of Pavement 1.49
88 Shady Lane Starlite to Leonard 0.72
89 Shane McCain to Dwyer 0.35
90 Starlite Violet Road to Sunny 2.37
91 Up River Road I. H. 37 (Violet) to McKenzie 6.10
92 Up River Road Rand Morgan to Clarkwood 1.60
93 Up River Road I. H. 37 to Sharpsburg Road 10.30
94 Violet Starlite to City Limits 5.76
95 Widgeon Dead Ends to Haven 0.95
96 Warrior Haven to Horseshoe 0.44
Total 175.35
Page 9 of 23
DocuSign Envelope ID: D9FD6337-CAD3-4FBF-A98D-704938602399
Street Right of Way
Zone 8 Section 2
ID Street Name Location Acres
97 Buckhorn Leopard to Railroad Avenue 0.22
98 Cynthia River Lane to Sharpsburg 1 .91
99 Elliff Leopard to Railroad Avenue 0.42
100 Figueroa Sharpsburg to Nueces River 2.88
101 IH 37 E. side Sharpsburg to Sharpsburg 2.33
102 Railroad Avenue Redbird East to I.H. 37 0.50
103 Ripple St. Highway 77 to Northwest Trail 0.37
104 River Lane Zamora to Dead End 5.31
105 Sharpsburg Road Up River Road to Leopard (I.H. 37) 3.98
106 Zamora Sharpsburg to River Lane 0.68
Lexington to Rand Morgan,
107 Leopard 2nd Cut medians and shoulders 15' 52.35
width. Rand Morgan to RR
tracks, shoulders only 15' width
108 Saratoga Blvd. Greenwood to Old Brownsville 26.90
109 C R 73 FM 624 to 5155 CR 73 0.98
110 FM 1889 FM 624 to City Limits at 1400' both 1 .00
sides
Total 99.83
Street Right-of-Way Total Acres 552.83
Page 10 of 23
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
STORM WATER DRAINAGE DITCH RIGHT OF WAY
ID ZONE 7 AREA 1
5 C. C. Industrial Ditch Agnes (S. H. 44) to Airport Ditch #2 2.11
6 Dona Ditch Up River to dead-end 0.69
7 Donigan Ditch Agnes (S.H. 44) to Kosar Ditch 9.09
8 Enterprise Ditch #1 Agnes (S.H. 44) to S.P.I.D. 27.46
9 Enterprise Ditch #2 S.P.I.D. to Kelly Ditch 18.54
10 Flato Road (Collector) Agnes (S. H. 44) to Bear Lane 3.18
11 Heinsohn Ditch N.P.I.D. to Kosar Ditch 10.34
12 Hopkins Ditch 3.68
Lexington to Acme Ditch
(Roadside)
Hopkins Road Ditch 1.81
13 (Collector) Hopkins Ditch to Acme Ditch
14 Kosar Ditch N.P.I.D. to Joe Mieur 11.63
15 Navigation Ditch #1 Navigation to Airport #2 0.76
16 Navigation Ditch #2 Navigation to Airport #2 0.76
17 Weil Ditch Leopard to City Limits 1.77
18 L-Rod Ditch Charles- Upriver- 1st Telephone pole 1.17
19 Carbon Plant Drainage 2.76
UpRiver Road to IH 37
_ Ditch
20 Till Creek Drainage Bearden to IH 37 to UpRiver Road 3.61
Ditch
Total 99.36
ID ZONE 7 AREA 2 & ZONE 8 AREAS 1&2
21 Church Violet Road to dead-end 0.43
22 Clarkwood Ditch Bark St. Channel to Clarkwood East 5.43
#1
23 Clarkwood Road Ditch 8.20
Leopard to Bark Street Channel
(Collector)
24 Clarkwood East Ditch #2 0.31
So. Clarkwood Road to Clarkwood
Ditch
25 Clarkwood E. Ditch Agnes (S.H. 44) to So. Clarkwood 2.29
26 Five Point Outfall U. S. 77 to Emory Street 8.91
27 Gilliam Ditch Gilliam St. to the Bark St. Channel 0.35
28 Kingswood Ditch 1.35
Turkey Ditch to Starlite Lane
(Collector)
29 Magee Ditch I. H. 37 to 500' N. of Up River Road 2.11
30 McNorton Ditch Blanco Rd. to Clarkwood 25.67
31 Railroad Ditch Railroad Tracks to N. of Up River Rd. 2.72
32 Ravine Ditch Leopard to Dead-end 0.64
Page 11 of 23
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
33 River Ridge/Wal-Mart Riverside to dead-end 4.50
34 Turkey Creek Ditch Frontier to Up River Rd. 21.59
35 Violet Ditch Turkey Ditch to dead-end 14.42
37 Woodriver Ditch #1 Dead End to 620 ft. N. of Beal 3.86
38 Woodriver Ditch #2 Woodriver Street to City Limits 3.77
39 Turkey Creek Ditch Leopard to West Guth Park 1.60
40 Emory Ditch East Side East side of Emory Road 2.71
41 Kelly Ditch Kosar Ditch to Hwy 44 16.16
42 Julianna Ditch Sessions to Juliana 0.52
Total 127.54
STORM WATER DRAINAGE DITCH RIGHT OF WAY TOTAL ACRES 226.90
Page 12 of 23
st7:4,,T,r,t"..-gt.'rt34,37 ,7,.1761«.7.20.39.
f —,......
/ -...._. - /
---,
i ?)
\N,
---..,..... 0
,.._
/ -----1-____
-„„,...
7.‘. LEGEND
/ / . ....•*..,--.
.- .
/
...'.:..'.;;,,,:-.5". ' ... . -..
4 .•;
- - SOW Ram Untracl
MOVAld by State
tri Ottch
r-
. r-N, 1.„...,1 , /
.
-,... EtStett
RoatIscle
//%.•".'''. 7 t .
\
%,..,,, !, I
1 / .
7-Uy Lints
/
, , I
/`..Z.
..., ...,_ ;
,,
..,.„ it
i , ,. ...., ...,
...; ;.
) 1 i
i ,,,.... /
,-.... . .I I
...., "...s. ....
._..L._
1 1 ..., \ , \ ..,_ .``..., ......,
/...4
.... .; ,
-.-.. ..,
1 .....T, i 1 i/ iN'. •—
...'....***.s.'"---j..11 II
1 / ........ „ . — -.. ..// //I IL
..,.
_ ...
..... i ! ,
, •- _ • LEO.. AL.c9Ast.0
\
• I
!. ; a /, ' i
I
\ I i i ...... -
...,...., , .
t i ••••••• ,,„.,„,,,.
I ,,,
...........".
I I .... .....,-- 1 .4,....
. tr •
F 4,-/ -..., ,...
-.... // > ......_ .......,
,....
i--- , I.
I --- 44
<.,,, i/i .......
_ .. 11 I Iv ii .I...........
In I `,,, ''..
.„„...: ....... ......
ii , I i .
i , i V 1
74:41;----- 1 I 1......*
i1 1—. — — . --- Artf..S•'.... . .7°1 '• ---•.' — AS•77,.. ,
j
,. i
.-__
,,,:z. ....
..., -
_... .. .., \I! . , ---, 1 . , :.., •
.
; 1 I 1 ...-T..„ . ,„ ‘
___.....
i11--...,.......- i!!.. , f „,, . ..... I
, i --.. 1 -; ...... 1 , i i ".` 1 MOWING
---
...... 1 I MORO,: •) • ZONE
1 ,"*.
— §
!
t—H I 1 I "--. ! ,1 ! 1 ......',. '',
(11 / z.,-.7.1 ....--,,,,,,,o,'1 1 1 I /--I, A....... .,,, 1 // I'
SM.ktas mu.GeV.1-03-C.4 GS 04 07...C4 4111.•10..1,..t,10.05..09
Page 13 of 23
O SI Er.r 4 r.tD D9FD8337 AD3-F8F-Ai8O-7O 388OT399
4,
1 ,
1RTTlM3
Jar
'` t , la�eN.s
I i ; ,
ACNES l ACNFS r ---�"
E , `
I -
....cEND
II •I 3.••-. '-••.t f 2 f —pN,RON Core.
f } Siroei ROW Cork.
Mo.40y SI.
r..... ) ' vr 1 1 E 'I....:... OIIeN
f — ..... i ..;‘e'a
'fin € Ra
oD..1,0.1'':ro
i .....,<... .r. "�" voxr.Ax ■ r tart,
1 __..– .... g
e
f 0Q `
ai I iskI �..
,� i i itti ` yy
I-7 w HORNEI ,'1 / d� ( a..,.,'
i f. F I r ' uT.1� "va
._. _._ MOWING
I S ZONE
te. I f ,,�, '` 1
dF f7 s. s l S 11 ! 1 ' i 1 i,, • { I 4e / ` / ie / 'r
saiw Nec 64+3.+(+s,.$3.roc•.c.cT;m,as.®
Poge 14 of 23
OccuS79n E'ckpc 0 D9fp633;CA03-,c8F496070<938502399
.4" \ \ i 0
t \, f �¢� /y�—fg16i al _ �
LEGEND
v' r
\ .. —
N. .✓' a I
! .ali AA„SAA I -- `� MAGI
{ € '1� �+�' — It, \ 1 i y
•
•
SIU0.Y'wV1A
•
J 3 MOWING
ZONE
' 1 f
Sflo,A1,9?I 00.1,W.790A 79.1A,9+,.79!2.79-.519,99C W Page 15 of 23
CO.:44,En..ebx 10 64i0633I.C.,D3-46F A%D.TN94507YG
i .
i
y
\ t —OK.ROW Caleact
—arose ROW coram
' Ditch
} 1i re.ovoe
Tti..--
1 i1 i \ a/t aru ,
,.' r �/ i.,.........
`.�.�:; /..r P 'J -;`1 .off:
•
•
I)
71j
f,
r J
i +
--I_ I_ : f
r f !
a
f
I
i MOWING
1 f�6 ZONE
i /
S flnM N"11,MaL,NAL«N.4$-9..13..4. S./ --
Page 16 of 23
OowSg E. rra'o.1 iD Defns>,t7.GD3-def.IgIG70401k027Yi
I `; r•r_, r��
I .-.....,, \ •
0
r W a ti k.
j--
LLGLND
n.rrn. _i I ,, \—C .c HG .it
�t `_-! -+�� ; SIwI ROM Un.,r
•
1 11 1— 'i""--ye- t gnu. ... _MaweDY 9atc
i S ! W+ ` r MMott
aas
.„ f ems,.•,
.1 yr—
.
W-1.4.* 1 r 1
):::1 I
••.
•
•
•
`i° f �� t
�/
Z., / -..
a -`
t
S1OVA Av,F
1eN, / 1 r
J 'N / MOWING
-1_ 1� • ZONE
s.ao,..,45.umu.w.e.,,q.12.0.1.3-44.1,d46,3$5025103 .043$0655475S. Page 11 Of 23
6c...o•Sqr;C4;cr.e 09,061.37.OAD3-0F13F:4986:7.1.030602309
-. !
• I
\ r „,......-....._......_ ...._......-••,.
/i 7 \ . ......• ..--
.•
.......,. ..-....
.
\I-
.
. ..._..._..._
, 1 % .0 LEGENO
, ...•-•
'''' 7 [....\\1‘ ..r. • ,...elt,-..0 _ ._,.. .
,....„..• . , 1 , 110...."' \ —D.ROW Cowan
' -Mowed ty Staw
....„........
'• --r .......h
0111111 1 i
_-__,-• .....„, i . ,..,-
I j
_—
s I i N V'' - \
. ..
..--
•••,..., _ ‘
•' \
'. *°"'i - 1, -._ _.._.., ......*•" s. 1 I ‘.. "' 6ei.ei-7....,
- - ------- § " \-, 211 -- 1.0••., \_._.? ._'....._' ._ i
........a • t.''i••-......
1
. -. \ \ \I
\ 40 \
{ II % .„.
,s,
..."
.11'.i.‘ .-• --, 1 —.
1 •-. ,/ _c,,,,, .‘_
.....,_ Li ..,..... \\\:\
, .
....
,,..
1 i _...7.,
. .......... . ,.,,_. % ..,. \
.....,..z, .1-- i• --.. - -....i• , i ---,.." - ...
. ,,,.....„. ,,
. .
•.., .
..--
...,--7
4 .,..
'-..re''' • i ,..... ..
.`•:.:.::. •
....,_ ..,..
• ..._.._._ _ -
MOWINGt,..
.• ZONE
SICIO.A00.13..15.55..-4:9...2.604,..02.41.05.41.07..0).40..ti...1.4..is...p2.Q.0
Page 18 of 23
&: S 9'E,,I.V<I0.0BF053.37-CA03-..FBF4.930404938602339
/ I if / / „_._,_ '
. , ' '-'---\-.. , ;
.'
/ .
,
i
.
.
.
/ .
.
•
, . .
/ .'. ..., i
,....\,
. \,
‘• LEGEND
—DNA ROw COnbtft.1
.. -Smet ROW Contract
, ........ / . .
1 . ER.
' . •Occro
. 'Raw...
',V
i
.....
l•WIMLIE ..... --lir'...,-
. ---• ••-,•i.-„,--
• . .. 1_ ,..-„..,-14 1 ,I 1 4 i
i
. •--••.•
•
. .N.,... .......L _
. NE.•....... .
•
• '''N • '.A4-"...
/ 1 . .
./.
/ ti\c" /
„i I
• si .•
L.,. /''''.
• •••• /
...........
4....
1-1 .
/ ,...- .....
''''• ,..,..... 4 /
9 I / )t
i 11 ...-.- .. ,..
-.....
....— . --. .. .. .
.....,.•-
/— II
... ........ ei. '
4' y
•
* ...... I 7...,e'..
. .........
/ .5'
% a u..........: , i .ti, ,,/
et men.:.• — ._.,...,
117416 L r P
1 1 .,......., / .. ,., t <---------------------.---..--)i// ' 57.;1'15‘,NWYSt
..........waco..cvo. ....,.. p.c..... '
.._
.--...i
1 - 1/
i -Ti MOWING:
/ ZONE
1 g
I it...Z.” Aft.1117
..,..„. .....
\ , / .,-., /.... i :I': /
9s96e.1.14.•.18.15.58.63.01,47.0,11..12..15.46.57.011.-13.1170,05.-0e
Page 19 of 23
DocuSpn Envelope ID.D9FD6 37-CADNFBF.A98D-]0493850'1399
• ..n _ ti �. 12;2...3
b._
wS_y' .perm.
�«.. 4 1 S•ar ANDYORO.. n.._I r //
��
! R
r Via, /,
4
• {{ 9p `
/ t 5} ' .Y / 1 1 LEGEND
i.._w 7 X.ROW Contrea
...n.... -- •^m it i_) —5 IrtOw CM 4a
1!,
� It¢ .
Sf
Y$ j� DI 1X0 Sala
e..a.w'..,.o 3 rw.P. _ m.mw.w —_^moo nr.P4~LJ •C Lents
j 1
ie
Q, I -'1- , .f::. 1
Of -----
eI / i
i:... / 1 4
1 r�/I
/ / / ,/
i • 9f
� l
/ .1'//
(
Wy " ,r L1 / / \'`\ A1411iyJ6fL
• _;. ZONE
..
r
.11
ewvro+Nep 56•34,-Q 6!03510.1%0 81(65)4103®58055,-1 en1:6i-9
Page 20 of 23
Gb<uSpn Envelop;10 09FG63.]/LAM-IFBF-A9DD-N4936602390
•
I 4ICY,G. _
--C-'1''ci„;...?„,,,,
I I
\i
ono
LEGEND
I // _7 -
(7-::
4 —SvNxRRGpvVi C
e.rz
r
/ I7-• conn
— •
. ..0 .
......i ......,...., 1 ..„..-
6 1 f
Fr ..... 0.00,
.... ~,+.......�� ....,... --1---,,--,--- AGREE - w
�_ .- -,:;-:•_*......,..,,,. --- — - -- —- -- -- _ ---� __ —` .....1„.......,. � AGI. MOWING
11
-- 1 I . ZONE
,.
. -,.. I If .-- -••••,. 1 i ; .
�.U6.H ,969
Page 21 of 23
Dr90.2 F.,..1,e.P.D9f997-CACP-.tBF.PSF".?"C23"
1 1 I I ....in.. 2.121126‘\\ I.
1 •••••••••
— ....
I I
. . . ,
'it .. 1 ..,....-__
I 1 ...-0
I I .o...... I -- gir_
-
I 1 it ...........::,. ...it
. __ ._._ - ....._
\
i I
..''. .."..".' . sr.
..,L. 1..,...... 1, 1
/ '
.ritarini. '-'-SROWC**COninnin
, inn. —
' .. ..Mni t
i \ .'
t---,
1 I I
r.
Olt.
MD.
2 -City Lin.
I
JV
..... .•••-
i , s•\
,
....V
(... I ti VA— \\
-.,,ii
\•
...... '
\__..
it
0 i
1 i
....., ir---........ , I __if —
1_
-
\ ---- / 1
. . ......
.... -
,...., I
Ni li 1,
....
,k 1
..., ...,
/
"ii.,..
a MOWING
de i ZONE
e
./. '
...
Page 22 of 23
DO Spn 6rnelope 10.69F66331-C/134F3F7A40-106936601399
1 -I k% \ I � 2.t•2"3
wuRoec
1= S i i
I
ge
LEGEND
_ —Dern ROW Conrad
-- __` -_Svwe1RDNCcotrxt
f 6 '*•` _, warn
iI
?'
A
2 i
l6 II 6 m�
—"' i
E § t e W
1I a ;
!CLL.,'/
I
Iii 1i .
...... i 7 g�_- Lim.. if
9 ' ..t -weI� Bee
~� ... 1� I B--
/
� � tet• .�.:` i
1 , .12
1
-.iNOMIV,VIA
I i 3
iS "' MOWING
is ll ; s d ZONE
i;: i{
A s
Seco"...76•6.1909:•0•>-4•s.eeaa.e9r.e1.8134 CO.36 37.o:*1.
Page 23 of 23
DocuSign Envelope ID:D9FD6337-CAD3-4F9F-A98D-704938602399
e
ATTACHMENT B: BID AND PRICING SCHEUDLE
A` CITY OF CORPUS CHRISTI
1111 CONTRACTS AND PROCUREMENT
DEPARTMENT
Sasz BID FORM
RFB No. 2931
Mowing for Storm Water and Street
Right of Ways
312/ /2020 PAGE I OF I
Date:
Authorized
Bidder: 20)&02. brush Signature: Cr11a
116/-
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.
Item Description QTY Unit Unit Price Total Price
1 Mowing Street Right of Way 8 Cycles 9DINC1 1(6;1012
Year
2 Moonwig Street Right of Way 8 Cycles
Year
gill/gel q
v ILp5iClg2-
3 Mowing Street Right of Way 8 Cycles
Year
?Or/ ILvS r�Cf2
4 Mowing Storm Water Drainage 4 Cycles ,f
Year1 4E400 I�ry �
S Mowing Storm Water Drainage 4 Cycles 4.4000 V I /
Year
6 Mowing Storm Water Drainage 4 Cycles r
Year3 j`t " 1 .'
TOTAL iyo4_I /COO
DocuSign Envelope ID:D9FD6337-CAD3-4FBF-A98D-704938602399
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 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
required on all certificates or by applicable Damage
policy endorsements Per occurrence - aggregate
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) $1,000,000 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
Page I of 3
DocuSign Envelope ID:D9FD6337-CADS-OFBF-A980-701938602399
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, 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 assure
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 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
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
• 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.
Page 2 of 3
DocuSign Envelope ID:D9FD6337-GAD3-4FBF-A98D-704938602399
E. 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.
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 Contractors 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.
BOND REQUIREMENTS:
No bonds are required, therefore, Service Agreement 2831, Section 5 Insurance Bonds
subsection 5(B) is hereby void.
2019 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services-Services Performed Onsite
04/26/2019 Risk Management- Legal Dept.
Page 3 of 3
DocuSign Envelope ID'.D9FD6337-CAD3-4FBF-A98D-704938602399
ATTACHMENT D: WARRANTY REQUIREMENTS
No warranty is required therefore. Service Agreement 2931 , Warranty, Section
8(A) and (B) is hereby void.
Page 1 of 1