Loading...
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.