HomeMy WebLinkAboutC2022-005 - 1/11/2022 - Approved DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
113S c
SERVICE AGREEMENT NO. 3891
Palm Tree Trimming Services for Parks and Recreation
f�'anwo�alev
1852
THIS Palm Tree Trimming Services for Parks and Recreation Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation ("City") and M&S Tree Service, LLC ("Contractor'), effective
upon execution by the City Manager or the City Manager's designee ("City
Manager").
WHEREAS, Contractor has bid to provide Palm Tree Trimming Services for Parks and
Recreation in response to Request for Bid/Proposal No. 3891 ("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 Palm Tree Trimming Services for Parks and
Recreation ("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.
(A) This Agreement is for twenty-four months. The parties may mutually extend
the term of this Agreement for up to three additional one-year periods ("Option
Period(s)"), provided, the parties do so in writing prior to the expiration of the
original term or the then-current Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$133,796.00, subject to approved extensions and changes. Payment will be made
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
for Services performed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety. 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 must be mailed to the following address with a copy provided to the
Contract Administrator:
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:
Roberta Rodriguez
Parks and Recreation
361-826-3316
RobertaO@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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. 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.
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Roberta Rodriguez
Contracts and Funds Administrator
Address: 1201 Leopard St., Corpus Christi, TX 78401
Phone: 361-826-3316
IF TO CONTRACTOR:
M&S Tree Service, LLC
Attn: Ermilo Navarro
Title: Owner
Address: P.O. Box 1348, Portland, Texas 78374
Phone: 361-548-4857
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Fax: N/A
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 may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City 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 may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City 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 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
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 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
CONTRACTOR
DocuSigned by:
Mn
Signature: �1
Printed Name: Ermilo Navarro
Title: owner
Date: 12/1/2021 Res. 032641 Authorized By
Council 01-11-2022
CIT/ ,9F (+ORPUS CHRISTI DS
docu8igneal6y:
'
Josh Chronley ATTEST:
Assistant Director, Contracts and Procurement °°°°S'g" 'by
Date: 1/12/2022
Rebecca Huerta
Attached and Incorporated by Reference: City Secretary
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 3891
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form June 2, 2021
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
ATTACHMENT A- SCOPE OF WORK
General Requirements/Background Information
The Contractor shall provide Palm Tree Trimming Services as outlined in this
Scope of Work and in accordance with ANSI A300.
4.1 Scope of work - Palm Tree Trimming
A. The Contractor shall trim all palm trees in Groups 1 , 6, 9, 10, 11 , 12, and
13 once per year and Groups 2, 3, 4, 5, 7 and 8 twice per year. See
Exhibit "A" for list and maps. Note: The "A" designation behind each
Group Number on the Bid Form in Section 5 represents the second
trimming of that Group.
B. The Contractor shall maintain all trees in a healthy, vigorous growing
condition, free from disease and large concentrations of pests.
C. The Contractor shall discard all palm tree trimmings off-site using a legal
method.
D. The Contractor shall sterilize the cutting blades on pruning shears,
clippers, blades, saws, etc. after pruning each tree to minimize the
possibility of spreading disease. When pruning trees known or suspected
to be diseased, cutting blades shall be sterilized after each cut. Sterilize
blades by dipping them in a solution of one part bleach and nine parts
water or heavily spray them with a disinfectant spray, such as Lysol. After
dipping or spraying, wait 20 seconds before using again.
4.2 Work Site and Conditions
A. The work shall be performed at locations throughout the City as defined
by group and months. See Exhibit "A" for groups and 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 prune trees only in appropriate months and in accordance with
ANSI A300. Changes in such work schedules must be approved by the
City.
C. The City has the right to modify service months for each group as
deemed necessary.
D. Work Hours: The Contractor will confine all operations to daylight hours,
Monday through Friday, unless one of the days is a City designated
holiday. Saturday and Sunday trimming will require approval from the
Contractor Administrator to ensure there is no interference with
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
activities, rentals or special events.
E. 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.
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.
4.3 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 tree trimmers and the traveling
public.
4.4 Equipment
A. All tree maintenance equipment must have safety devices which
conform to manufacturer's standards and all applicable OSHA
regulations to prevent damage to property. All equipment 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. 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.
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
4.5 Hauling and Dis op sing
The Contractor shall cover their trail and all debris while transporting to
dispose. All material shall be disposed properly at the Contractor's
expense.
4.6 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 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.
B. The Contractor and all related employees shall attend an orientation
prior to beginning any work.
5352 Ayers St. Bldg. 4
Corpus Christi, Texas 78415
4.7 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.
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
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
case of any damage resulting from any act or omission on the part
of or on behalf of the Contractor, he shall restore at his own
expense the damaged property to a condition similar or equal to
that existing before such damage was done, or he 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.
4.8 Notifications and Inspections
A. Each Monday morning prior to 8:00 a.m., the Contractor shall email the
assigned Contract Administrator the work location list and schedule for
the week. No work shall be done without proper, prior notification.
B. When a location is completed, the Contractor shall email the the
assigned City Inspector. The Inspector shall inspect the site and either
approve the work or advise the Contractor of any discrepancies. The
Contractor shall take proper action 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 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
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
to give notice that the Contractor is in default of the contract, unless
such directives would create potential personal injury or safety hazards.
E. A 15%fee will be due forwork not conforming to ANSI Palm tree trimming
standards in all areas.
F. The Contractor shall replace any trees found to be dead due to
improper trimming with plant material of identical species at the
Contractor's expense. Replacement trees shall equal in size to the
originally installed tree at the time it was planted at the site. In no case
shall replacement trees be less than #24 box size as defined by the
American Nursery Association.
G. Replacement trees shall be approved for size and appearance by the
City prior to planting. Replacement trees shall be double staked with
two inches (5 cm) diameter stakes unless otherwise approved by the
City. Place six slow-release fertilizer tablets in backfill material, evenly
spaced around root ball, but not touching the root ball. Remove tree
stakes from trees when the trunks are larger than two inches (5 cm)
caliper and the trees are able to support themselves. Remove stakes
from site and dispose of by a legal method. Recycle used stakes if
possible.
H. In locations where irrigation is not installed tree bags will be used on
newly planted trees for a time period of 2 years for establishment. Trees
with smaller calipers will be hand water for a time period of 2 years for
establishment.
I. 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.
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
EXHIBIT A
Location and Palm Tree Count
Palm Trees cut once per year
Palm Trees cut twice per year
Ln Ln
v v
o v E o v E
� v a � v a
Q Q
E E o E E o
Eo o E o 6
.- Z .— Z
H H
Group and Location
Group 1-Serviced Once A Year
A Billish Park May-Jun 81
B Doudon May-Jun 44
C Ulberg May-Jun 11
D Aquarius May-Jun 5
E Commodore May-Jun 9
F Packery Channel May-Jun 4
G Windward Parking Lot May-Jun 5
1 Park Rd 22 May-Jun 150
J Ennis Joslin May-Jun 9
318
Group 2-Serviced Twice A year 1st Round 2nd Round
A Ocean Drive Mar-Apr 230 Aug-Sept 230
B Shoreline(Oleander Point to 1-37) Mar-Apr 98 Aug-Sept 98
C Cole Park Mar-Apr 129 Aug-Sept 129
D Oleander Point Mar-Apr 53 Aug-Sept 53
510 510
Group 3-Serviced Twice A year 1st Round 2nd Rnd
A Poenish Mar-Apr 12 Aug-Sept 12
B Ropes Mar-Apr 16 Aug-Sept 16
C Palmetto Mar-Apr 13 Aug-Sept 13
D Swanter Mar-Apr 19 Aug-Sept 19
E Doddridge Mar-Apr 6 Aug-Sept 6
F Retama Library Mar-Apr 10 Aug-Sept 10
G City Hall Mar-Apr 14 Aug-Sept 14
90 90
Group 4-Serviced Twice A year 1st Round 2nd Rnd
A CC Museum Mar-Apr 35 Aug-Sept 35
B Harbor Playhouse Mar-Apr 33 Aug-Sept 33
C Asian Art Center/Visitor Center Mar-Apr 21 Aug-Sept 21
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
D I Art Museum Mar-Apr 2 Aug-Sept 2
E Water Garden Mar-Apr 10 Aug-Sept 10
F Bay Front Fountain Park Mar-Apr 234 Aug-Sept 234
335 335
Group 5-Serviced Twice A year 1st Round 2nd Rnd
A Sister City Mar-Apr 157 Aug-Sept 157
B Lot 10 Mar-Apr 6 Aug-Sept 6
C Lot 5 Mar-Apr 14 Aug-Sept 16
D Lot 6 Mar-Apr 14 Aug-Sept 14
191 193
Group 6-Serviced Once A Year 1st Round
A Lawrence T-Head Mar-Apr 48
B People T-Head Mar-Apr 69
C Upper Broadway Mar-Apr 52
D Cooper's Alley Mar-Apr 11
E Artesian Park Mar-Apr 9
189
Group 7-Serviced Twice A year 1st Round 2nd Rnd
A Emeral Beach Mar-Apr 11 Aug-Sept 11
B Sherill Mar-Apr 90 Aug-Sept 90
C Old City Hall Mar-Apr 124 Aug-Sept 124
D McCaughan Mar-Apr 203 Aug-Sept 203
E Art Center Mar-Apr 13 Aug-Sept 13
441 441
Group 8 North Beach-Serviced Twice A year 1st Round 2nd Rnd
A Burleson Parking Lot April-May 4 Aug-Sept 4
B Central Restrooms April-May 7 Aug-Sept 7
C Dolphin Park April-May 6 Aug-Sept 6
D Kiwanis Park April-May 8 Aug-Sept 8
E Lexington Parking Lot April-May 22 Aug-Sept 22
F Timon Blvd Medians April-May 85 Aug-Sept 85
G Surfside Park April-May 15 Aug-Sept 15
147 147
Group 9-Serviced Once A Year 1st Round
A Block 11 May-Jun 1
B Block 12 May-Jun 4
C Block 15 May-Jun 11
D Block 16 May-Jun 5
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
E I Block 17 May-Jun 3
F Block 18 May-Jun 10
G Block 19 May-Jun 11
H Block 20 May-Jun 8
1 Block 22 May-Jun 10
J Block 23 May-Jun 8
K Block 24 May-Jun 8
L Block 25 May-Jun 4
M Block 26 May-Jun 15
N Block 27 May-Jun 9
O Block 28 May-Jun 7
P Block 29 May-Jun 7
Q Block 31 May-Jun 1
R Block 32 May-Jun 1
S Block 33 May-Jun 3
T Block 34 May-Jun 1
U Block 36 May-Jun 1
V Block 37 May-Jun 3
W Block 38 May-Jun 1
X Block 39 May-Jun 1
Y Block 40 May-Jun 0
Z Block 42 May-Jun 5
Aa Block 43 May-Jun 3
Ab Block 46 May-Jun 9
Ac Block 47 May-Jun 15
Ad Block 48 May-Jun 4
Ae Block 49 1 May-Jun 4
173
Group 10-Serviced Once A Year 1st Round
A West Guth Jun-July 1
B Tom Graham Jun-July 3
C Westchester Jun-July 11
D Glen Royal Jun-July 1
E Chi uito Jun-July 1
F Joe Garza Park Jun-July 3
G Dr. H. J. Williams Jun-July 1
H Park & Rec Annex Jun-July 2
1 Oveal Williams Sr. Jun-July 12
J South Bluff Jun-July 3
38
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 11-Serviced Once A Year 1st Round
A Louisiana Parkway Jun-July 3
B Lindale Jun-July 11
C Belaire Jun-July 1
D Collier Jun-July 4
E Vanderbilt Jun-July 1
F San Diego Jun-July 4
G Health Complex Jun-July 19
H John Jones Jun-July 7
I Moody Jun-July 6
56
Group 12-Serviced Once A Year 1st Round
A Garden Sr. Center Jun-July 3
B Cullen Jun-July 3
C Oso Place Park Jun-July 1
D South Pope Jun-July 4
E Neyland Library Jun-July 10
F Malibu Jun-July 5
G Stone ate Jun-July 10
H St. Andrews Jun-July 16
52
Group 13-Serviced Once A Year 1st Round
A South Bay Jun-July 13
B Paul Jones Sports Complex Jun-July 7
C Sgt. J. D. Bock Jun-July 2
D South Seas Jun-July 8
E Waldron Jun-July7
F Parker Jun-July 5
G Breckenridge Jun-July 4
H Cimarron Jun-July 7
r-
1 Cross ate Jun-July 2
J Bill Witt Jun-July 3
58
Total 1st Round 2598
Total 2nd Round 1716
Total Serviced for the year 4314
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Palm Tree Trimming Services Maps
Group 1A—Billish Park
a Ii
y
v 'lF /
you
i
Group 1B—Doudon Park
u.
i � r
„y wun�e A v�d ., :.,�rfu w. ��l ,,�...a.,e„a�C2alG ��✓i✓,„J�li I r. �Ilti�rrlc
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 1C—Ulberg Park
"r
n/r,
r
/ T u
,w
Group 1D—Aquarius Park
r
t v✓/,i I i
!r,
�!; ;✓/vfr���fy � r �I
1
� v
r r
rig
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 1E—Commodore Park
� rro ,:��. � �, � ✓� 1� / w der `�� ���� p�"p�-
d 0
I
r!
f
i
Group 1F— Packery Channel
r
r
� it it
G i
AM
j <
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 1G—Windward Parking Lot
N „y � �, W mimrvmmmmmono�oaom mo ,�.....
1
1 �
III V 1 �
I.
Group 11—Park Rd 22
r
/
,
A
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 1J— Ennis Joslin
V
pai
u
r
v,% Y
e
i
y m uyp
r
Group 2A—Ocean Drive
e.
MINE
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 2B—Shoreline (Art Center to 1-37)
i
1
r,d
1 l
q y
(Q
1��x
� I;✓w
Group 2C—Cole Park
�r� l
�r
� 4 I
wa
m
r „
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 2D—Oleander Point
r
n Vir� `✓ �„ r'�
t
Group 3A—Poenish
a
4fff1� iit:
lU
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 3B—Ropes
r
� r
�rl Irl
ra e
n
Group 3C—Palmetto
1
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 3D—Swantner
z
u
f
°f
,
iy w i
w
� , 1
a i
"
"
Group 3E—Doddridge
a
r
f � 1
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 3F— Retama Library �J
;n t
i
I i
Group 3G—City Hall
i
li
V!� IIII i
J J
I
,
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 4A—Corpus Christi Museum
i
I
a ,✓1j ///� irk r� j� � �i
/
f
i
f w
Iur�iO�V4 i'", u�/6i�„/�/moi,j� � e('ri'�✓ ;im,/i/, w/�,�„vlo-il�/nr a�... �+idu..
Group 4B—Harbor Playhouse
t
r'
iv Ir ,
m,
f ry
/` �i ,J /tiro rJ p '% ir✓/ / 'I /r/� J % r
,,,, /,r„�G�IOW//d �,%� �>���, ��� ��; ,. �'r i � � ” / ; ✓rvj�%/, j/�
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 4C—Asian Art Center/Buccaneer Commission
N�
I
� i
II.i
I ,
, �%// �r, � ��,� ,,,,,,, „� ? 1// i�l i ✓ /� �� �� ,ill// f /ii%
�r �� 1 % >� /� �� 1 // /�/✓�% iii/ii
1
r� n�
Group 4D—Art Museum
l I U
✓, i � ji %� / iii
I
a Jf �v r
a; a
( / I
i
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 4E—Water Garden
r
r
u
Ifi
Group 4F— Bay Front Fountain Park
diN iu��iill �f� ��. IUQ .,Ui i4U .nU1i1M oiGN ' 'G7` 1U� MIN
om
„, Ail aN��l�i ' el a �Wida
u
i
000uSignEnvelope ID:osocoA41-8AoA-4c4c'oAoo-7nooFFo44o7o
Group 54—Sister City
Group 5B—Lot 1U
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 5C—Lot 5
/
r
v,rr
/ rMFig,
Group 5D—Lot 6
r
n/ I�
rub
A
,a
��/` "' ��, ��� a� %�/% ;�, mN �����/�//%�///�✓i��'f
rig
I /ri
'', �/I IY�I//�/fir///atrllli� %/�i,Dr/ %i(l�" r r l r tri✓ir% ,/
ile,✓��J,r/��)�� ) � I //;„�,1��1�///��.;/ vqi ri + r,,V:rG � r /rf //J
rnr
r
� ,,: �„//�/r��, ;... �,r /l ,J/,r/ ✓i ////%%/////�j%///r rr, i%�/..,r, '.11�dlt7 l ,�r��g ���/G%/��%/Ul/�/Ir� rcr/:rrw.W r�rra��,r.
;:.
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 6A—Lawrence T-Head
//�/%�%%y%///%%,'IyWpO/11)Y(%?NYJIIP!//iGr(/////Jrid/Jrl�{i'�'V'VVFIOJL�iI//O!� /%///O//Illlt*b";� iyfdYK6"/I>fail1,!J%lraYf"7//1M(i�VlylNyf�,G!a<kW�ll;�pVr'i/fo<yr �0✓APd��f1�r'�VYV;VI;��W1➢IUN!�Wf1,'AfllVreV'rr'�� "1A64YG>'fif �fF �u..
ter,%
r'
r,
is
eQ r r
ll,
, r
Group 6B—People T-Head
�lri�Vf '(MIh�IJI�'GNWI iitieii ro ii r .;a h ��n, � �„
s
i
1
t
I
f I
�i
h
E
r
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 6C—Upper Broadway
rt y/ ( iii
o
ti
r,
�y
r r
i
U
i
i"
r
j
Group 6D—Cooper's Alley
i n fj» .,
t.
u�
i
i 1
I
i
l�
J
I !�i
r
r,�,,,.. �� ,, ,✓, iii / <�, „ // /� / i � ,r
���d!!��j�d�"�/�i,/✓�%%;,°,li,(r;//��I/r„l%���%����,,, ///,,/%11/�� /���1//�%1,� �lll,�i/r, �/��f���l�f f<� C
Ir
jr ✓w
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 6E—Artesian Park
G, 1,
I
r
Group 7A—Emerald Beach
� �1 r n�� N��� ����� IIWD�I���n�l�lll��������1 f7 rY�'�,Y l��✓r��� '�'' , ' � '
�� ✓,rce� � f � ' l r�r°Ifll��� '� i I �� /a
f /
c
i
`
�f
/7d'
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 7B—Sherill Park
q r/l
lsf J✓„ j
r'
"
/
I
". ✓/ ; ",,,.// /,'//GU.f%�/ ///�////Il,,,, %��i�„ «a l �1,�!!�a=f, ��O/////////fir'/////�l0/////� I
/✓ /!////��,�r it,/! /Oi„r„, �f ”,i;'
r f li
Group 7C—Old City Hall
1
IM
k
n
„✓f,f I u ,.:",,, ,; ," „/., %%/%%%r/i�/i„ ;iif/��i/ri/ /%i%l///,l,//�//i llri/%/ /%�G;l/�/i%%////l1%/i///ii��i/ ��.
1 ✓ ui ip / / /%i ",iii„/��b„!„� �/// � r/ /�' r// rr: lr �%%//14��d�Y�/%11%' �%%/,< i'
/
>,,
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 7D—McCaughan
r � t �✓G
„
r
J �
V �
ek
o
11yy
N�
�1
' � � ,� � � � �� i/'i/ ////a%��., /fill%Gl/////%/// r r r i,i, „✓i,,,i�„ri„�///iii/iii r/iii;iii/, k
r r �r; r rr rr„r�r,rrrrrr� r
Group 7E—Art Center
r
io�ufviYrf (dor%rrri�r” �,� ;
' �,` gimua�ki"�axoNnaa k�d�vS.i rtiur�0i�iui('
m
14 �� ff( ,_ �' .._ wirai rt rc�rouirll�tio�mwi air
r m a
��////n r/fill/(�rr�///�/71uIl�;IgOfllfl7p
�i %,y.b1 fIr ;�,.�r/�1l/✓u�/i�,rrayyhl/e�,„//�/,,,,r�.rr,.1�,���,�,.r i,rr� r/G,//irr,,:..
I�
r!�
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 8A—Burleson Parking Lot
i�,,,,,,,,,,r��//.. r/ii�j, ,..% o / r,,, /, oa', ur�//� r �, � �/��s/e6 �, dr �/., l�r ;>r /✓fi o <�f,
//„ ,,,, ,%,,;; „ .ail// rr��✓r�/�i„r, :,,„ ,, �/ rf../i�/ / �,/% ,t C...err �r/liG.�/�� ,/ Fry v/�j,/
,.,/,,.; /��l / .,,o;pr % ,,//rl �ro,�1/,iiv/ U/t�1/0 �r� /,o✓ r r
,,,;. �%,: ,,,,,;,�/� rn '%��,�� // «a, h,v.., ,,,, J/r/o. ,,, ,. r/ o ,✓-. ,1/r�,..rr ,r ✓1,.. y
'�', e,,, f... �/, ,,,r� �.f,�1�` / ,:T%�%/�-, y�9�i'. fnr�✓//r�I ,,` l/",✓ ,,, e�o�`J Jl��/
,r: /r,,,;,,,,,:,i; // ���✓./ /f/,�//Jf � � �////�.�Jifi/�.. rr/ r 1.,, / rr wrrr /r r✓:� r,-„,1,.
” ,� � , �: /� :..: r IIVi "'„/r ,//� �•, 4 aY rl i, r,��S.e^Mxv✓9%w� n�IV��i✓,t/ ,Vrr
r
r
r
/r,,r % /ii it %/ � ✓i ;r ,,, a„i /, /,r ,/
,, � r r,,,rvr/l/ r � ✓ l,, r,.,, /
/// //iii o„r / v.,,, ,/ ,i / , . ,//✓ fir, , ,r�,.Ii ,,,, r �i w r,
Group 8B—Central Restrooms
f
I � q
7`7' r MI weumrV
l
r r/
Irl r an oil � (j/
�li ��1�, ( 1r "� / �% � v✓ir ,` iii/�%
/ l/,ii �. /ii//- ,,, (YY �J� / r %u,�, rlr�/,✓-rrUC ra„,r rr�Gn.,ri,,,,.,,c�, ,��,������I✓�, ! -/ // ,
,� �:�w>” �w��.,� � „�>wu w���w www�rr�� �/l�r�r�r�f w '/r�� r��/�w�uf��i>wlr�l�lb�� I ✓�� '�� Ir , rr
,'% r, ,,r„�n ra �, �'t, ,f ,ii„!/ r r�,�N< / /,�/ NJ m4 loll���Il�'��/r”" �', w,+VRly»/a:;ails/lrra rr.�h:wi'a��,l�Gw�r✓s+✓4d ��o,�rr /r l�,r!r�
a„r , i6 re,, rr „Vrrl„/r �i/,/I�/ ///////��rr 1 ✓ 4 rr �„ "s
o i 1 r, „r � /%//i/l „/l//�” /il ,/, /� l�/ Gv, rr w ti„ .,,,, »,� ;” �r�x r�,l,r✓, r r /r r ri
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 8C—Dolphin Park
Vi
�/✓ 7J l
I it
6
t
«✓. / /�!��,r�,l�/%��i�/eU���,{r,/l Yr�>/";l Y�J/uY'�'�' 'l,rY`����"'/�l%���i % , �Y+ ////��/%, ,,,A
Group 8D—KiwanisP/ark
/
/ 9
P!
!
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 8E—Lexington Parking Lot
ruJ�
I
�1
� G ���uiumoiniufwmViVinuV III II
i
3„
/
� � � ,,, r,,�il= v Y ✓.' � ff I ��i%���'1�����`%�/��i rr �r �, �u �. �nr�.�u„ - �,i ,,, ,,,,e;��„":;
r f
f J
X /
�i
Group 8F—Timon Blvd Medians
i
„r
r
I r I
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 8G—Surfside Park
1
�h✓l �r
r
`r I
/ rw.
I 0
r7m I,r,
r�W J_�„ � �l',1✓�,,,//f�/,�i�11?'),1,5 /�/,�/.,�,,;.� i m ��y..LM�.�.%,,�r,,; -�lil� n � u �� �.
Group 9A—Block 11
�I
I�
V
i gin. w
r 11 '
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9B—Block 12
iii,��, r �' �i�' f ;��✓io �' m,� -i,. ��I` I,,,,w � IY V 9 � � 7r �r
/
II ' rry
i
r
r b NII IIwt ✓
r OI y
r 7 rrri fi 1� r ,,
Group 9C—Block 15
Ilk
ti� dti r
Ip
w
g r ii
r
rl�
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9D—Block 16
r/
rr�^
l ��u
u
/������ m,
j/�// ) { u�ii✓/r�i� '+'% �f f
�
i
r
" ll
Jrf i
I
Group 9E—Block 17
V 7
o
c
b
e
/
r
y J
if
, ���jJrAllie J�,mr 'ARG r kvr:� �.. "'° ,'✓ � J /� b,
f
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9F— Block 18
o
r , t
r
Group 9G—Block 19
„�;'du 'w-.,�,w a�"imm�M1ryry 'g➢i / ,,, ,,. (r1 �(�raa/1�.., T' ` '� � r it i I �r, ia' ,1 ,9i�P/u� �.
Sul M�
si�ii,r h� ���`������i� ��/�j/� I � r /�,/iiioiii%G%' re;" +,/nl✓e�/iii /%% N, rrR �r„�
r,
V l i V
/
r
f
r �gra i
0
m
4
I
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9H—Block 20
0
N •
i
uii It ili h/ a >a F
nA i
Group 91—Block 22
uurr
✓��° � f D � /// 4111���Wn
f ,
,f
f
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9J— Block 23
/
ra
la SIS
i
� q
I
i I I
i
� al4 V � p7�,Mx�a�,� . ���j ✓ / I
rye^ tlk4
/
Group 9K—Block 24
� � /JJ��! riff(irr��lJrrrrrrrdR �, E
yl� I
wd
I
Iiliry ISI I�y I,
c
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9L— Block 25
I III r
/ !Y Iwr✓hnnr i
1 ( errti�urw� Iwl a r/
qq r r
F07
At 17
��Y^ ; ��,.7 Pn, aril V'/Y „ f 1, r✓�i /��/dui ,.�,,,,.,�.,,q
I tier r� u �
i
Group 9M— Block 26
r J
r
11
I
(Pl rl f �i f
r
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9N—Block 27
VAI
r
yypp i
r
Group 90—Block 28
ry
77
ff
i a
i
i
��r J
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9P - Block 29
�`/J� r�f� � ` rrr�' ��� .;;, Jj1�/�jlrf>lf�i r�l��7r�l� �".>N / j � ��I �il�;; ����'fi •w
1 �
a
i
y
/ VIII I,
e
v
Group 9Q—Block 31
r
lfu� r
l
ff F'��
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9R—Block 32
I
J �
i
�n
rz��
Illy`
r:
/r
l�
I�fi� a o ^ i � �i I ��°Il uu IVI Ilii ✓!' uiil�i 1�1��11��ut C(�I�I�II�I
r
u
l i�w
Group 9S— Block 33
r✓s ' i
�J
vi,
w
r .
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9T— Block 34
r
R,,
1
rr r
j/ I✓%�/i I 1 i rr i /, f
' � ' � r r✓-, r /l/;/��1/%/i°iJ���f�jf�pp'gq�Jir�J�i� ���/ r I llff n r�rl i f1 //✓r �� /!�
�� r r r 1 r IINNi�°�1D1%�Il I r
I
r
IIIII��I
Group 9U—Block 36
l N r 1Po lYIIV SeiV h'„ .�
r �rur rrr��,id✓a���R��K iur� � � 1 r r� a UI 'u
/// �rrr� ;p k��6�j��r.��i/��/a fl/�r 1 wok„ ,�✓ 2
If
I,
K
51, i t ///f(1 ✓l ✓i1 a %/ i jjri
fi
w
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9V—Block 37
NY ,,`. / ".p, � f�r !%�///%/////aiDl✓l fff0Uffi911 d I�NI,N I,n/� � ,'"r��/lld r rNh d,�i,�Ual ll�..Y.4U„�l�l � NI' 'Jnf; f
e... /�/, �:^ r /z,,u//,Ji/lJ '1// w 2tiM++r�wW, /,wl"1r77�r�//�� hu lU�ryli °. lr'I f I n„"•,7t 1J➢:,r/„O4
11�%"rni”"�I o uuuIIVIII � / /
y �
,
%�l � uuuuu
r
/ri� rUUUJ Gal IJ fr /i / 'Ir ��r I/ � tri✓l!
r
/ " r
Group 9W— Block 38
. d �r /i r iir�roHnrrr/rlrrrarrnrN n�,fin�rrrnr r
���� �: P� uU%ulul ioip �v �D � r ✓� ��irr�i
I
r
/r
I�
��V111�I
y„ )
"
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9X—Block 39
!
r
r
r '
pro iISS
z
Group 9Z— Block 42
////�r r oyrr r W kVW4tiGW°�
"iy�CNglti ui I'V�1�114i i I''� M '1 Y�lilii��i6;S�V1d'lld'�i�rrr ai
a'r
1/ / , i 'i 1 ai rr��wir Jnr, �it )r�r✓ilr
r� resp@dll YV�
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9Aa—Block 43
V '
l" ie a r
4 � i9 l.• � „f�
4 / /
h
i
Group 9Ab—Block 46
�Iq � w. '" ����/` i,, ✓; Iced
,, 1 /,�/Gl r� l /% i I/i f ✓yr
uum. II „i
�/ � ✓� u � i 7 � �� iii/ g��t�����y���
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 9Ac— Block 47
0
f
w me
i
tea
! rig
v
1
Group Ad—Block 48
s
i
w , r
rUT
t
i r7J
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group Ae—Block 49
%!�����' �� /�/�% ���� � 1� �,,,, ate:... / ��// � ,!✓��j,Y, g
Group 10A—West Guth Park
f
SII
9
i
r
�i III iG for r „�III��
' m Ilii
Yea f' ��IIIII
%J ml
i
r � r
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 10B—Tom Graham Park
w
l i ",,, ,,�/ p ��' ii✓i � ,ID���1WY0����{/Vlnl kll 7. ,
r
i
S
Group 10C—Westchester Park
r
� J
I
/
r
• w� ii�J/i
i
� ,1, i ii.✓ // :����/���iii�i„iii,,,, ,,,;� ,,,,� 9�,,, ,,, ,� r/� /J � ///i/�/%�� ,/l,��wti�il �� �„ ,/
i
i4 fir/
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 10D—Glen Royal Park
rr �iii� ���/r ��II� �r/�����I�I. �6�"'Itw � �hn J .,� ��" ' ii X% /✓u" ' .li.
w ,
I mil i
I
f ihlf i
lI i
i
Group 10E—Chiquito Park
f
r�
r
7v/ o l` r ,r✓Jy/l/iid? ! /�) % ,lll // rrr /I //i/a/!f�/�,c/iaii�'�O�i i
�����G/r.� r J/G, i� o'Y�r'',✓//�!%I!N'/� �r/%iii I� rP �Gi�aiioi�Jlll�� Y/'/%//iiiiai%/%rii�r r ///i /%//D1/ J
i r
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group IN—Joe Garza Park
'1
D � �
�I w
(/1
r
Group 10G—Dr. H.J. Williams Park
W �
0
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 10H—Park & Rec Annex
1 0
I
r
Y �
Group 101—Oveal Williams Sr.
'�s. r �/,g0��,,�.,?,,,,'��„ � �;,Ad��J�IYI, � �l� � ';'✓"/.j1N��0 �JA r✓ 7 Y ��,-,..� � �.
r
i
l � r
i i I
�1
A
y
,o-
ssir �7"�rli�r��rn
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 10J—South Bluff Park
✓,� ���- � r�� y1//�1�,� �i a, � �/Oi ///,�l il�`a'r 1�� fti� !Y�aa, 'r�dNXN`� � �� �%r�
r �
i I
"
w � !
� f
F
P� r
�� IIIIIV i� r
Group 11A—Louisiana Parkway
a
�� � � � 4i�y ✓',�'fi,//�i�/ INIV ON@�NY
4� Ni� IGNi(L(i�' J ri'�1illa r
r �r
i
11 N11lP��l��'dlr`l�(�((�J1dUfNU !��1JJJ11111J�IJIffI((lllrllll�url111/101Jiifll��� � ��r(�l,'�lf �(f�///l%/////I ��1�/��(flf'�ll(�➢�p, f Y%���w � ''
, r
uAs�r ��„ 4�g;Ww�ww�miwiww�r! m ! �k)nN�fl�d6nl '
unumu � N . irlmr, ��
i
� a
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 11B—Lindale Park
� 1
i r
�u
J
r
i
!
r+
r � ��/r/ri/���ii�(/�yy�,'✓'r���l�� w�d� ur''w ',.� ,?%/��,,r/�/�./��� ,(//�,„ r ///v/i,, I, �, :, ilu ,iia„�� ,' f,r�rrrm��u'li ^�
rr✓n,,m^ '/
h �
Group 11C—Belaire Park
r
r ht'�ala i r
�uu�u�u iu� ���IIIIIIV V uu uuuuuuiiii �I�q Fj f
r.
PII �lij I i i°°8uuuu �
r / ffi
i
>I��IG o I i��r�yr ...,,.i. a lihd��!� ��,, r,r �✓f,,., m/'i �.�, a.
r/ r
/
^
^M f
r
V �
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 11D—Collier Park
u
r I
r
Group 11E—Vanderbilt Park
� I
uG w / �Q Ili
r
1
w
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 11F—San Diego Park
��iVY�GII� V
l
r
�J
n�
0w �111 14
I
Group 11G—Health Complex
r
1 it r r � �Y'�N �i/rr r n�uG�nrmuPfi�r�tlJr7r 999 .n,"+ ln�j!rJ�n%y, r�a�i/i�v
1y M1II,, � r
z � �
I ;,
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 11H—John Jones Park
i
i
(uu' uupuui IIIIIIIIIIIII ���"' u� � ��I i{',�4 � � uPill�oiVuuuu�uu� � �
i
1� uuuup ',I
�r I II i i
� I VVVVVuu
u
i
err
Group 111—Moody Park
n, y
m;
f
f
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 12A—Garden Senior Center
�" rrnloll,�
Group 12B—Cullen
/
r�
r
��n.��
000uSignEnvelope ID:osocoA41-8AoA-4c4c'oAoo-7nooFFo44o7o
Group 1ZC—Oso Place Park
Group 12D—South Pope
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 12E— Neyland Library
V :E irn n^C fYlt' Cf roff,r,dfY trhkph,,
'��, / ( ///%����ii�/� ,�ry/�r✓1/
a
Group 12F— Malibu
/
i
ry11N;�
�✓rr' " �S, o � I I i
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 12G—Stonegate
� I I
,,n�uwr �">��'�`���� a ��/�a/�j`�i/��/711 �-;�'p�g�! ///�/u✓��„o a�" /
w >
Group 12H—St. Andrews
µ
r
t
7r•
�r��rirrrr/i
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 13A—South Bay
it
i
r
f.
;o
r
Group 13B—Paul Jones Sports Complex
//,,, � /�����/�f�/fir//✓,/��I��J,J�
r
a
pV 4I^y� ul�i fes, ,,
i
i
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 13C—Sgt.J.D. Bock
UI�� /aiw'm ,,, �1 ���%//,�/✓iG/ mel !j%' .
fj % ✓U S ,
1
s � Y
!� �"'%/Yll//r'ed � uuulu a uuuuuuuummwmrvwurvaw �muu� mrvry �m u nn a _.
Group 13D—South Seas
s i ,� � o�,1 I' � � �o/�,��,�S�T�I✓�%�/��N���VV;�o a�lu+�i'I�� �
r
✓
rrrJ
i 0
ria i;
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 13E—Waldron
,
� Is
I
a
m
I
Group 13F— Parker
r
J
7 �
i
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 13G—Breckenridge
qq r
i
a
l I ,
w
ai hs y
J u
Group 13H—Cimarron
{ {
�i)-r.'J JlJ r�J � /`J,,,' � �, ,J��J"a� +��/ �"in-a�,�+J � Y �� /f �u�✓,�.,
uu
r
J
j � 1
r f
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
Group 131—Crossgate
, t
II
r
�, IVlb � iir , .�ri�m�����✓! r �'"imp
p / j
YYV %
v
r,
uu u � I I III
"u III uuum�. 111111 iiilliilll III I
� V °°°�IIIIIIIIIIIIIII I u V IIII�� %, �/l���m e i i o1�it i �1
uumry r
uuu
I
Group 13J—Bill Witt
, a
,
k
r l
1
7i
i
I
r„
� � I
i
r
„ 1
v
a.
2
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
ATTACHMENT B - BID/PRICING SCHEDULE
BID FORM
ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE
1 Palm Tree Trimming Group 1 EA 318 $31 $9858
2 Palm Tree Trimming Group 2 EA 510 $31 $15810
3 Palm Tree Trimming Group 2A EA 510 $31 $15810
4 Palm Tree Trimming Group 3 EA 90 $31 $2790
5 Palm Tree Trimming Group 3A EA 90 $31 $2790
6 Palm Tree Trimming Group 4 EA 335 $31 $10385
7 Palm Tree Trimming Group 4A EA 335 $31 $10385
8 Palm Tree Trimming Group 5 EA 193 $31 $5983
9 Palm Tree Trimming Group 5A EA 193 $31 $5983
10 Palm Tree Trimming Group 6 EA 189 $31 $5859
11 Palm Tree Trimming Group 7 EA 441 $31 $13671
12 Palm Tree Trimming Group 7A EA 441 $31 $13671
13 Palm Tree Trimming Group 8 EA 147 $31 $4557
14 Palm Tree Trimming Group 8A EA 147 $31 $4557
15 Palm Tree Trimming Group 9 EA 173 $31 $5363
16 Palm Tree Trimming Group 10 EA 38 $31 $1178
17 Palm Tree Trimming Group 11 EA 56 $31 $1736
18 Palm Tree Trimming Group 12 EA 52 $31 $1612
19 Palm Tree Trimming Group 13 EA 58 $31 -F $1798
TOTALS 4316 $133796
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
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
Commercial General Liability Including: $1 ,000,000 Per Occurrence
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
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
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
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 30 calendar days advance written notice directly to City of any, cancellation,
non-renewal, material change or termination in coverage and not less than 10 calendar
days advance written notice for nonpayment of premium.
E. Within 5 calendar days of a cancellation, non-renewal, material change or termination
of coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to remove the exhibit
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
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.
BOND REQUIREMENTS:
No bonds are required for this Service Agreement
2021 Insurance Requirements
Ins. Req. Exhibit 4-113
Contracts for General Services -Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
DocuSign Envelope ID:63DC2A41-8AOA-4C4C-BAOD-75B8FF044073
ATTACHMENT D - WARRANTY REQUIREMENTS
No warranty is required for this Service Agreement.