HomeMy WebLinkAboutC2020-265 - 7/28/2020 - Approved DocuSign Envelope ID:7080557A-2487-4340-BCFO-0CAB16EA72BC
Go, US Clkis
-!I
SERVICE AGREEMENT NO. 2948
v , � Mowing and Grounds Maintenance for SW Groups 5A1
1852
THIS Mowing and Grounds Maintenance for SW Groups 5A1 Agreement
( Agreement") is entered into by and between the City of Corpus Christi, a Texas
home-rule municipal corporation ("City") and Cutrite, LLC. ( Contractor"), effective
upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Mowing and Grounds Maintenance for
SW Groups 5A1 in response to Request for Bid/Proposal No. 2948 ("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 and Grounds Maintenance for SW Groups
5A1 ("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-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.
11
3. Compensation and Payment. This Agreement is for an amount not to exceed
$216,486.00, 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 SCAN N E D
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
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
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:7080557A-2487-4340-BCFO-OCAB16EA72BC
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 March 9, 2020
DocuSign Envelope ID:7080557A-2487-4340-BCFO-0CAB16EA72BC
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: 5352 Ayers Building #4, Corpus Christi, TX 78415
Phone: 361-826-3493
Fax: 361-826-4352
IF TO CONTRACTOR:
Cutrite, LLC.
Attn: Martin L. Salazar
Title: VP of Operations
Address: 26256 Hwy 281 North #4, San Antonio, TX 78258
Phone: 830-438-9145
Fax: N/A
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form March 9, 2020
DocuSign Envelope ID.7080557A-2487-4340-BCFO-OCAB16EA72BC
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 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.
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form March 9, 2020
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
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.
111 Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form March 9, 2020
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
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.
CONTRACTOR,uSigned by:
11ut444itA, (,. IttAVW
5
Signature: `_S4GASRA0.5ZdGi
Martin L. Salazar
Printed Name:
VP of Operations
Title:
7/21/2020
Date:
,1ILEb9ORPUS CHRISTI Res.032171
Authorized By
VA.M Q' g -- 07/28/2020
1o,03clA700344r.. Council
Kim Baker
Director of Contracts and Procurement DS
7/29/2020 / Sv
Date:
Attached and Incorporated by Reference: ATTs
Attachment A: Scope of Work US "°'by
Attachment B: Bid/Pricing Schedule ` ""`U4 4t,
Attachment C: Insurance and Bond Requirements ` T°TT1i2P06Hu ert
Attachment D: Warranty Requirements Rebecca Hue
City Secretary
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 2948
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form March 9, 2020
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
ATTACHMENT A: SCOPE OF WORK
1. General Requirements
Provide complete mowing and grounds maintenance services for street
rights- of-way, circles, and medians including all reasonable and necessary
labor, supervision, equipment and supplies to keep contracted areas
properly maintained. Grounds at each site are always to be safe and
presentable.
2. Scope of Work
Provide complete grounds maintenance including litter and debris removal,
mowing, trimming and applying fertilizer to City owned property as shown on
Attachment A-1.
A. Prep Work
1 . The Contractor and all related employees shall attend an orientation
prior to the term of the contract and each extension
Parks and Recreation Maintenance
5352 Ayers St. Bldg. 4
Corpus Christi, Texas 78415
2. 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.
3. 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. However,
if the debris is too large to haul, the Contractor shall pile the debris, take
a picture and email the picture and location to the Contract
Administrator prior to leaving the location.
4. Contractor is required to cover/tarp debris while transporting for
disposal and while moving from site to site. Should the Contractor
dispose of the litter and debris at an illegal dumpsite, it is grounds for
termination of this agreement.
B. Mowing and Trimming
Page 1 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
1. Turf shall be mowed to a height of three inches using reel or rotary type
mowers. Rough cutting, scraping and bush hogging will not be
permitted. Turf shall be mowed to maintain a neat appearance. If any
mowing is to be omitted or delayed, it shall be omitted or delayed only
at the discretion of the Contract Administrator or authorized designee.
Mowing cycles must be completed according to the cycle description
indicated below.
2. Cycles Description
• Growing Season (March- October)
**Bi-weekly- 16 cycles
**The Contractor shall schedule mowing cycles 12 to 15 days
apart not mowing less than two cycles per month. Cycle 1
should be during 1st-14th Cycle 2 15th- to end of month.
• Non-Growing Season (November- February)
**Monthly - 4 cycles
**The Contractor shall schedule mowing cycles no more than 25-
35 days apart
3. Mower height to be measured with mower on a flat, paved surface. A
high quality of cut shall be provided using mowers with sharp cutting
blades so as not to tear, but cleanly cut the blades of grass. Mowing
shall be performed in a manner as not to damage trees, shrubs, plants,
signs, or other obstructions.
4. String line trimmers shall not be used to mow or trim turf areas wider
than 24 inches, except in areas approved by the Contract
Administrator.
5. Mowing and trimming operations shall be performed in such a manner
as to prevent the piling of excessive and unsightly grass clippings and
leaves on lawns. The Contractor shall remove excessive clippings
immediately following each mowing cycle prior to the work crew
leaving the work site.
6. All resulting clippings and leaves shall be removed from any roadway,
walkway, parking area, or any other hard surface including curbs and
gutters and from plant beds, tree collars, etc.
7. Contractor shall perform all trimming for each cycle using herbicides,
hand labor, or mechanical devices. Trimming shall include around all
trees, shrubs, beds, fences, groundcovers, utilities, poles, buildings,
obstacles, curbing, sidewalks, parking lot, concrete pads, including
cracks and expansion joints, edges of all exterior hard surfaces. Any
vegetation not cut by the mowing operation located adjacent to,
above, or hanging over the curb must be trimmed each mowing
cycle. At time of each mowing, trimming shall be done in a manner as
not to damage trees, shrubs, fences, etc. At no time shall wild
vegetation be allowed to grow out of these areas.
Page 2 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
8. At the time of each mowing, the Contractor shall remove "sucker"
growth at the base of trees before it reaches one foot in height and
all materials and debris shall be removed from site after each such
pruning.
C. Edging
1. A steel disk or steel blade edger shall be used for all required edging
for one cycle during March, June, and October. This includes edging
of all curbs and sidewalks. String line trimming is acceptable for
general monthly maintenance.
2. The Contractor shall promptly remove all debris, including soil and
trimmings from the areas, sidewalks, and roadways after each edging
operation prior to the work crew leaving the work site.
D. Fertilizing
The Contractor shall provide an application of a 3-1-2 ratio of slow release
fertilizer during the growing season. Apply fertilizer that has been
formulated for this area, is appropriate for the type of turf grass being
fertilized and use manufacturer's recommendation for rate of
application.
3. Work Site and Conditions
A. The work shall be performed at locations throughout the City as defined
by group. See Attachment A-1 for locations.
B. Contractor shall supply the City with a work schedule to indicate the
normal starting and completion times for its operations. The Contractor
shall provide landscaping and grounds maintenance only in appropriate
months and in accordance with the City's cycle requirements. Changes
in such work schedules must be approved by the City.
C. Work Hours: Contractor will confine all operations to daylight hours,
Monday through Friday, unless one of the days is a City designated
holiday. Saturday and Sunday work will require approval from the
Contract Administrator to ensure there is no interference with activities,
rentals or special events.
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. Ozone Warning Days:
1. No mowing will be done on the designated Ozone Action Days except
in the case of a special event, emergency or removing a liability. If
mowing is necessary for such a situation, mowing will be kept to a
minimum. However, the Contract Administrator or designee will retain
the right to determine and notify the contractor of any such special
event, emergency or liability.
Page 3 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
2. All push mowers, string line trimmers, riding mowers and other small
engines will not be used at all.
3. Diesel powered mowing equipment will be allowed to operate on the
second day of back-to-bock Ozone Action Days if equipment is labeled
stating the type of fuel used and the contractor has contacted the
Contract Administrator, or designee, and received permission to
proceed with work order.
4. Equipment using reformulated gas will be allowed to operate on the
third day of back-to-bock Ozone Action Days if equipment is labeled
stating the type of fuel used and the contractor has contacted 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.
5. Safety Requirements
A. 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 mowers 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 thereto 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.
B. Chemicals: All products (chemicals) shall be kept in a properly labeled
container and a Safety Data Sheet (SDS) kept on each item, in a clearly
marked SDS notebook by the contractor. The Contractor shall also
supply a copy of all SDS sheets to the Contract Administrator.
6. Equipment
A. All Contractor's grounds maintenance equipment must be
equipped with safety devices which conform to manufacturer's
standards and all applicable OSHA regulations to prevent
Page 4 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
damage to property. All equipment shall be kept in good
operating condition and shall always be maintained to provide a
clean sharp cut of vegetation. All equipment shall be approved by
the Contract Administrator. The typical type of equipment
required for the ground maintenance operations are commercial
riding lawn mowers 60" or larger, blade edger, string line trimmers
and blowers.
B. Should the Contractor's equipment require service while at any
location, the Contractor must notify the Contract Administrator or
designee. The Contractor shall not permit any oil grease, or
lubricants to spill onto or to contaminate the soil. The Contractor
shall be responsible for any clean up and disposal of contaminated
soil in accordance with all applicable City, State, and Federal
Regulations.
7. 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.
8. Notifications and Inspections
A. Each Monday morning prior to 7:00 a.m., the Contractor shall email
the Contract Administrator or designee indicating the locations
and work being performed that week for approval. If the locations
listed on the approved schedule were not mowed and the
schedule requires modifications the revised schedule shall be
submitted to the Contract Administrator or designee by 5:00 p.m.
the day the location was missed. No work shall be done without
proper, prior notification.
B. A list of completed locations ready for inspection shall be emailed
to the Contract Administrator or designee no later than 7:00a.m.
on the day to be inspected. When a location is completed, the
assigned City Inspector shall inspect the site and advise the
Contractor of any discrepancies/rejections. In order to receive
credit for mowing rejected locations the Contractor shall take
whatever action necessary to correct the discrepancies within
one working day. Rejected locations not turned in for inspection
within one business day of the rejection will be deemed
incomplete for the cycle and the Contract will not be given credit.
For the purpose of this contract, workdays shall include Monday-
Friday, unless one of the days is a City designated holiday. The
Contract Administrator shall then make another inspection and if
the discrepancies have not been corrected, the Contractor will
Page 5 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
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 $50 fee will be charged. Failure of the fourth
inspection will deem the property un-serviced and will need to be
completed in its entirety, within the same cycle and resubmitted
for the first inspection. The Contractor shall deduct the inspection
fee from the payment to be made to the City of Corpus Christi.
C. The Contractor shall submit invoices ONLY after cycles are
completed. All areas have a 10% penalty for unsatisfactory or
incomplete work a 10% penalty will be applied to the invoice total
for incomplete cycles. Incomplete cycle payment will be adjusted
to reflect the properties missed based on the average price per
acre. The 10% penalty will apply to the adjusted invoice total.
D. The City shall have the right to examine the supplies, materials and
equipment used by the Contractor, its subcontractors, agents,
and employees at any time during the contract or extension terms.
E. Work Crew Supervision: The Contractor shall always provide
qualified supervision of each crew 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.
F. Contractor shall promptly (same day) notify the Contract
Administrator of any broken or damaged irrigation systems and
poor or inadequate irrigation patterns, holes, cave-ins, or
depressions in turf grass, mulched areas, broken signs, watering
schedules defects or hazards that impact quality of turf and/or
landscaping.
G. The Contractor shall be responsible for the replacement of any
plantings that may be damaged due to improper performance of
designated maintenance activities. In such case, the Contract
Administrator or designee shall specify when replacement is to be
made. If the Contractor fails to replace the plantings according to
instruction of the Contract Administrator, the Contractor agrees
that the City may replace and reduce the Contractor payment
by the amount of cost of replacement planting.
Page 6 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
ATTACHMENT A-1
ID Area I location
GROUP 5A1 Saratoga Acreage Landscape
05-Al Saratoga Medlars and ROW Roddfield Rd.To Cale Cuernavaca23.09 NO
G5-A6 Ayers Allercrest to Saratoga 0.42 NO
Total 23.51
G5-Al Saratoga Medians & ROW
-Iirr '
•
' jrt
�. ! dal , . ., N ,
t t• t•y 1�
+/1;; ‘,."- N• • . 1
J i4t }
^: ` i NISEIt
G5-A1 Saratoga Medians & ROW
�. / ig ; n. X!' •'-- P•`ir Dell cc a a .
iy5 •; rpt • t
IC 'e_— / r R „itikii , ,_ r t ti ' 5 �'
1 ,, ,,,, 6
.---, . __ _- .i .,-:1 — -.,. ..., .....:4,. ;
. _,
��rf ® ,..,... yy� moi'
......._ ,.... , 4.,..\__-..,_
. r.-...t1...„ ___ ,, s.._w r
- .'. ,)..
___. ._ ,
. ....it*.- st.
Page 7 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
G5-A1 Sarato•a Medians & ROW
r `
IOW
Jr V.� ill ✓� L��Y v' t'll
-• 1:-...-2-_..0/ 7. r •,..,mr+ '
F .lam �_ f,.�`•` •.___!..
•` f ®\..
�-'� �� � �t, \,..,..,:.
I , J M�~ `�'�.• .-�51` ,�� �-rig'
.-�-
..41,46‘,,,1 , „irit
' ' ::f4
..' : ,...- - . ,. .
,. ''•Ir. -. • ",,,,,, 2..-- .,-'-.%st.----�. li� f� ►1 • • :-•rte' -
.........._..., , ..„,...
C •
.'1. ,,•1 \`+l 1 0.�.. '..i'liar�
G5-A1 Saratoga Medians & ROW
t„,, ,,---.. ., -..'"--.,t\-.-- ' ' .)--",\.;cssi, \- •• .. • . --- - \. - --- ,-, ..,
1 .,..Ars,,,- i 4e?' ,i,,r. ,r r* �t; Y`"j/ .5 1 1, ,
-� 2i...-- •~,i..;.‘_.,:,
+"''r :.. ( , L[ _ pts '�
.`
il� : ;t r '4 .\ '. y b
f •es` ,� t` , »[' 'Air w� }
\/;-
:J_o .,\ ,„ - -.., .. .
1 40',.,,,,,,„V : ,..`, ,oi* `\•,.*..gift_
Page 8 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
G5-A6 Ayers
Ti s ,
T{ _Wiz_ C
• .„\ .
. ., ,,
A., y —; I, - : ... .
t•
',
Page 9 of 9
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
ATTACHMENT B: BID/PRICING SCHEDULE
c4US%
/ c ; i`'�% CITY OF CORPUS CHRISTI
t 3 7.•.-- CONTRACTS AND PROCUREMENT
°coaaoRpt .
DEPARTMENT
zs52 BID FORM -- REVISED ADDENDUM 1
RFB 2948
Mowing and Grounds Maintenance for Storm
Water Groups 5A1 , 5A2, 1A, 1B, and 1C
PAGE 1 OF 2
Dare: U. 7.20
Authorized �/
Bidder: r�y�/I� c= !�1711 a) /7iP'C� Signature: __ . "
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid. 1
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 1 DESCRIPTION r.b ?^yy';7 1�'`„,'`� ��; !I UNIT PRICE ' EXTENDED
....r., �� +t+ i COST
Group 5A1 Year 1 20 Cycle 35'o,Z CU 1 `log Lyo. c�
1 roup 5A1 Year 2 I 20 Cycle 3 o 7� 0. 2 1-1 4 ,�
Group 5A1 Year 3 20 Cycle .)7/ 25-- 1-1 , 30.571
t,.: , t(;i,'1:',, 4 . ��, ;:t f,�},0, tiyti�x ,T,:t7, a rTkr ,A ?1 :i',0 1 { il-,q,¢''^.,_
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
P?GF-7 OF
ITEM DESCRIPTION 1 QTY
1� UNIT UNIT PRICE EXTENDED
. ICOSH •
vroup SHL -,. Lar i Z i CyL-6 ? 1 t — ` 41., / 5- u---
'
2 vr0up 5,-\2 .e:cai 2 20 Cy..l� ) 7 j 17-6-7/£�J
LroUp 3i-kz T ecar : z:. L,yz..iu- .. 9 J -1 /i ~ f �-, f u' '
TOTAL aRour SA2tl / :� �`/,, /-
IITEM DESCRIPTION QTY UNIT UNIT PRICE EXTENDED
COST .
L7roup IA r ear I 2u iL.)/L-1 , ',1-- -I •/i> >�,�,r
S plutip 1n 11..11 2 20 Cy,-1,, .A)_ 3- f - `} 5, 4,)3.9,
Troup i H r ear 2J C,,L _'; "'I - . ;1 4-r`)i50
ITEM I DESCRIPTION QTY . UNIT UNIT PRICE EXTENDED
COST '
Group 1B Year 1 2U Lycie ; f, v
3� io
4 CIUv� 1 D Yt..LAI 2 C�cic l Z, ��= +
j �
�vrc� , i y'��r ,j t c., ,_6 i t C 1_ 7. ul• j`�'t 14c -
-
4c —
a r rsTA T,OTAL,GROUr 16,Et- ":120
ITEM DESCRIPTION . 'QTY UNIT UNIT PRICE EXTENDED
— COST
i roup i L Year i ;2 Cyc.l <3 j 1 / 4,2 '0
,roup IL Year 2 i / I Lycie .� �� 'i; 13/. 7 `-IY
Frau i -recur i 12 CyL.}C 37/-1,, 5�
t 7Z-
R
TOTAL Cour 1 C,� / /,323
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
ATTACHMENT C: INSURANCE 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 Damage
required on all certificates or by Per occurrence - aggregate
applicable policy endorsements
Commercial General Liability $1,000,000 Per Occurrence
Including:
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
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.
Page 1 of 3
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
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.
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.
Page 2 of 3
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to remove the exhibit
hereunder, and/or withhold any payment(s) if any, which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to which
Contractor may be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor's performance of the work covered
under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self insurance carried by the City of Corpus Christi for
liability arising out of operations under this agreement.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
2019 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite 04/26/2019 Risk
Management - Legal Dept.
BOND REQUIREMENTS: Bonds are not required for this agreement, therefore
Section 5. Insurance; Bonds. (B) is null to this agreement.
Page 3 of 3
DocuSign Envelope ID:7080557A-2487-4340-BCFO-OCAB16EA72BC
ATTACHMENT D: WARRANTY REQUIREMENTS
Section 8. Warranty. (A) & (B) is null to this Service Agreement
d
I
41
Page 1 of 1