HomeMy WebLinkAboutC2023-107 - 6/13/2023 - Approved DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
113S c
SERVICE AGREEMENT NO. 4683
SHORELINE MEDIANS IMPROVEMENTS
f'anwo�alev
1852
THIS Shoreline Medians Improvements Agreement ("Agreement") is entered into
by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Coastal Landscape Management & Deisgn, LLC
("Contractor'), effective upon execution by the City Manager or the City
Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Shoreline Medians Improvements in
response to Request for Bid/Proposal No. 4683 ("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 Shoreline Medians Improvements ("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) The Term of this Agreement is six month beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. The parties may mutually extend the term of this Agreement
for up to zero additional zero-month periods ("Option Period(s)"), provided, the
parties do so 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.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
3. Compensation and Payment. This Agreement is for an amount not to exceed
$150,927.34, subject to approved extensions and changes. Payment will be made
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:
Name: Monica Silva
Department: Parks and Recreation
Phone:361-826-3456
Email: monicaS5@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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond's terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
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 October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
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: Monica Silva
Title: Contract/Funds Administrator
Address: 1201 Leopard St., Corpus Christi, Texas 78401
Phone: 361-826-3456
Fax: 361-826-3864
IF TO CONTRACTOR:
Coastal Landscape Management & Design, LLC
Attn: Casey Heldt
Title: Director
Address: 1268 Juan Antonio Rd., Victoria, Texas 77904
Phone: 361-443-2325
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
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 October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
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 October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
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 October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
CONTRACTOR
Qocusigned by:
Signature:
Printed Name: Casey Heldt
Title: owner/President
Date: 6/2/2023
M2023-081
Authorized By
CI DQ.EigQPP,PUS CHRISTI
7 L 6/13/2023
Council
rae� Ess�• _..
Josh Chronley QS
Assistant Director of Finance - Procurement
Date: 6/14/2023
ATTESUTigne�d by:
Attached and Incorporated by Reference:
Attachment A: Scope of Work
19 LZ?
Attachment B: Bid/Pricing Schedule Rebecca Huerta
Attachment C: Insurance and Bond Requirements City Secretary
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit l : RFB/RFP No. 4683
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
ATTACHMENT A: SCOPE OF WORK
General Reg uirements/Backaround Information
The Contractor shall provide plants and landscaping services on medians along
Shoreline Boulevard between Kinney Street and Louisiana Avenue. (see Exhibit B).
Scope of Work
A. The Contractor shall provide and install plants with black mulch as described in
Exhibits A, B and C.
B. Required Plant Species and quantities, see Exhibit A.
C. Immediate site plans to begin at Louisiana Avenue, see Exhibit B-Site Maps,
Chronological Order of Installation.
D. Contractor shall replant/reuse a select number of existing Muhly Grass currently
planted in each median between Kinney Street and Louisiana Avenue and
incorporate in the new landscaping.
E. Any Muhly Grass not used by the Contractor will be removed by the City's Parks
and Recreation Department.
F. Prior to installation, Contractor shall contact Jesse Balderaz 361-826-1936 or by
email Jesse BCE?cc exas.com.
Work Site and Conditions
The work shall be performed from Louisiana Ave. between Kinney Street. The
Contractor is responsible for the following:
i. Contractor shall be responsible for collection and disposal of all debris. Worksite
will be cleaned at the end of each day.
2. Contractor shall responsible for adhering to city traffic regulations, traffic
signage, and traffic coordination.
3. Contractor shall be responsible for repairing any damage caused by
vehicles, implements, and trailers.
4. Contractor shall provide all materials/supplies, equipment, and labor to
complete the median landscape improvements.
Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control Program that
is acceptable to the Contract Administrator to assure that the requirements of the
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Contract are provided as specified. The Contractor will also provide supervision of the
work to insure it complies with the contract requirements.
Invoicing
A. Contractopr shall email all invoices related to this service to:
Accgj �tsPayableCc?cctexas.com and copy 12arksandr cinvoicesCc?cctexas.com
B. Approval of payment shall be authorized by the Contract Administrator, Parks
Operations Superintendent, or designee.
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
EXHIBIT A
Types of Plants and Quantities
rr
rlba� i �
r
r
nyrr i y
1,.LEMDN LAME NA DINA 2.YEWTOP1A PLUM YEW
i
s-
3.TJE.O A SIANS'NANA' 4.695.1A11LJAS1A1NE.
5. Muhly Grass
Plant I Iu.unmllaeir Vlaint Height Wirlth Spacing Quantity
1 Leiummoiilm Lime I Iainiiuma -,gym -,gym -,gym 92
2 Yewtolpia IRllu.uirmm Yew 3-4m _4m _4m 97
Valuma 41
m m 7
4 Asiatic Jasirmmiiiume 5-21 m m 415
5 Muhly Grass —Approximate total is 257 pieces
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
EXHIBIT B
Site Maps - Chronical Order of Project Installation
Site 1: Louisiana Avenue Median With End Tall of Median
Louisiana Ave. Median Quantity:
0 15 Lemon Nandina
0 15 Yewtopia
0 16 Nana's
0 85 Jasmine
End Tail of Median Quantity:
0 1 Lemon Nandina
0 1 Yewtopia
0 1 Nana's
0 6 Jasmine
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Vu
*PLANTING FOR THE IINNSTALLATIiCNN,N OF
1. Lemon Lime Nanadina
NNE''Al PLANTS ARE TO BE EXACT PERE
DESIGN PATCH DETAILS PER LOCATION
Uai
AND SPACING OF EACH PLANT TYPE TO
BE REFERRED THROUGH PACE A102 FOR 21 Ye topic.Plurn Yew
MORE DETAILS FOR,IN17AL 1t,DESIGN
HIORIZONNTAL PADDLE PLANNT ALWA'N S TO
j BE PLANTED ALOINNG THE MESURED ", 3,Tocoma Stans Nana
CENTER OF THE ALLOTED SPACE,WITH .
b PLANTS UBS EGUAE;NT NNEN"T TO THEM
GIVENNADEOUATE SPACIING.SPACING
RESTRICTIONS CAN BE ALTERED BASED 4,Asiatic Jasmine
ON ASIATIC JASMINE,AS IIT IS GROUND
COVER,AS WELL AS BE TRAINED IINN HOW
IT GROANS GIVEN APPROXIMATE
CONNTINUAL TRIMMINGS.PAGE f 5, Existing Tree
F`OLLO"WIINkG'WILL SHO10,'APPROXIMATE
DESIGN OF EACH BED BASED ON LAYOUT
OF LOUSIANNA FOR EASE OF LOCATI119q
APPROXIIMA.TVON. 1 6. Exustingl To Be Replaced
Mu,llie Grass
+ • i 2 QUANTITY
• . ' 1` 15 Lemon Nnndina
I 15"r`ewtopiaa
,a a 1�Naina's
2 w a 3 85 Jasmine
I *
• * I
3 1 2 al •
2
Z 2
1
� I a
r, • w
* 1 . • . w
a. i Ir C S C
1 • �, w .
�
2
I • u 1
r
3 3
3 3 C
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
OLEL ENDTAIL OFMEDIAN
I Leii Lim Nai
li . Yewtopia Rum Yew
3. Tocom Stains �Nana
l flp„
II I�ly� � I�Vi o � trip
4.Asiatic Jasi
„i lui III
I "I ExIsfing Trey:
H I 6, Exiisfingi To Be Rep�aoem
�r 'I"""' „w" � I 'Imll IIIIIIIIIIII
alba Gi
e
NO D
, . -----------
QUAi
Lemon INSaindina
.. roil^a+ ^evr�a". Y� W1ttn
*PLANTING F�OR'THIE,INSTALLATION OF i PLANTS ARE TO,BE EXACT PER
DESIICN IMATCHi OF STRE,E'T.LAYOUT 14S EXACT TO PORT ION OF MEDIAN!
CLOSEST'TCD ATLANTIiC ST AS SHOWN ABOVE I NI TIHE IEXACT LOCA'TIONm.ALL
EMPTY SPA.CES'THAT'ARE UNTOUCHED IN DRAWING IAIILL HAVE THEIR
CURRENT NwNLIILLIE GRASS READY FOR REPLACEMENT AND REPLANTING.ALL
EMPTY SPACES SHOULD BE FILLED REPLACED WITH IMUILILIEGR.AS S UNLESS
0THERWISE STATED.,
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Site 2: Median between Del Mar Boulevard and Atlantic Street
Quantity:
• 9 Lemon Nandina
• 8 Yewtopia
• 5 Nana's
10 Jasmine
1
or
a
IiM i ouuuu yV
i
i
u
l
DocuSign Envelope ID:CF3O96O2-BACC-4D79-AOB2-A8E6C42982D4
CLEC MAR TO AT ANTI
Leaen
1,Lemon Lime Nandira
2,Yeww4a pia Plum Yew
-'Az', 3.T000ma Skans Nana
i'
°. 4.Asiatic Jasmine
5,Exisbrig Tree
I
6 kixistingl To Be RepMopd
mullue Glass
a' raw
QUANTITY 2 2 1
3lLerrromh�laindlirna ?� 1
1 1 3
3 r'evAopiia 4,44--- --- ------- ------------------------------------
5 Naina's
...Mime -------- i r
10�gemru
r it
r " F r
^, .XWW
QUANTITY
2 0 Lemon Namcliina
1 3 8 Yerwrtopia
2 S Nans°s
2 3. 1 2 2 2 1 11 1 I ` 110 Jasmwime
DESIGN SHOWN FOR THE EkDTAILS OF THE ENDCAPS FOR THE,ABOVE
EXAMPLE 1p~»7EDIAN.ALL SPACE BET TEEN WILL HAVE THEIR CURRENT
MULILIErSRASS PULLED,AND,REPLANTED,AS DISCUSSED PRIOR.
ESTIMATES FOR MULLIlEGRA SS REQUIRED TO FILL IN A 3X:11 PATTERN
WILL BE REV ISTED.ADEQUATE SPACING FOR REPLACEMENT PROVIDED.
FOR FURTHER DETAILS OF EXACT MIEDIAN DIMENSIONS REFER TO A 103.,
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Site 3: Median between Avers Street to Del Mar Boulevard
Quantity:
• 9 Lemon Nandina
• 8 Yewtopia
• 5 Nana's
10 Jasmine
mN D%j /�i r q 'i� VIII iiia""
f t j I
VIII
}
I 9VIr� l/p�.
Id
u�Jl
i uVl j4
ri
u
ill!I�
i
4,
(K�
uVV
II i
���Illif
mmuu%�duiYJU '
i a",»rYe�y
r
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
AYERS TO DEL MAR
Le'icten
1,Ir,reman Ume Nandina
2,Yew lopiq Plum Yetis
3 Tocoma Stems Nana
I"
4,Asiatic Jasmine
5, Existrig Tice
E,xi: mqo To Be RepWck
Mullie Crass
�tl
/
a: ,/ �
QUANTIIT'Y 2
9 Leman Nwindiuima, 2. 1
8 yewtcjpna -- - - -- -- - -- --------- ---------- ----- ---------
5 Nana' .. ---
u
10 dmillm
- -:. M Y -
- - -- - - QU,ANTITn
2: P Lenioin Nandina
I G jasnriiine
DESIGN SHOWN FOR THE ENNDTA.ILS OF THE,E'NDC.APS FOR THE ABOVE
EXAMPLE(MEDIAN.ALL SPACE BEPNEEN WILL HAVE THEIR CURRENT
MULLIIEORASS PULLED AND REPLAI"NTE,D AS DISCUSSED PRIOR.
ESTIMATES FOR,IMUILLIIEGRASS REQUIRED TO FILL IN A?X'1 PATTERN
WALL BE RE a ISTEID.ADEQUATE SPACING FOR,REPLACEMENT PROVIDED.
FOR FURTHER DETAILS OF EXACTIME:DIAN DIMENSIONS REF'E'R TO A'103
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Site 4: Small Forefront Patch between Avers Street to Elizabeth Street
Quantity:
• 3 Nana's
• 8 Jasmine
? 1
�f 1
Erb
n
&f7
f4. I
I uuuuuuVVii �
ti
ul IIS
p�¢
4�
e: 7
I I
pif II
";uolulu �
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
r' L FO'- ,EFR "`NT PATCH Leon end
'I,, Lemon Lirne Naridirta
2, Yewtopla Plum Yew'
ail >fi
TYbcorn"Ia St ,r s Nan
"Als'llIq rim
. Existin t To Ike Replaced
rM Ui,P Grass
I �
p
Ik IJANIT"
0 Lelumain INa ndin
3 Man,a"s
Jasmine
23
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Site 5: Median between Morgan Avenue to Elizabeth Street
Quantity:
• 6 Lemon Nandina
• 2 Nana's
^ i iuuuuutlo i i , �
� � /U VVVVVVV Iluuu
T, '
mm
uuu
u � Je
Iffrr
AM
AW
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
0
ORGAN TO, ELIZABETH
2, Yewtopla Plum Ye�v
3,, Torr;orna Staris Nana
1
.5itinr
cs- EXistingi r o lBe Replaced
ullie Grass
(DU NTIIITY
2 Nan
d1as fle
tIH a"�
i 10
I I
D'E&IGN SHOWN FOR,,THE ENDT4LS OF THE EINDCA 's IFO,R THE B<DNE
EXAMPLE MEDIAN ALL .SPACE EIE.T IE:EN WILL HAVE THEIR CURRENT
U L.L.1 EGRAS.S PULLED AND EEPL INTED AS IDSC IJI SJE.D IPRI E
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
MEDIANS DIRECTLY LOCATED IN FRONT OF CHRISTUS SPOHN HOSPITAL ARE TO BE REPLANTED
WITH MULLIEGRASS. THIS SHALL BE DONE FOR THE MEDIANS DIRECTLY IN FRONT OF THE
HOSPITAL FROM AYERS ST TO ELIZABETH ST TO MORGAN AVE, ALL ALONG OCEAN DR.
1 '
M
i
ail
r
{
i
i
1,
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Site 6: Median between Buford Street to Craig Street along S. Shoreline
Quantity:
• 111 Jasmine
Jai i
�a
"ter% ill
� m
Y;
i
r
iso
DocuSign Envelope ID:CF3O96O2-BACC-4D79-AOB2-A8E6C42982D4
BUFORD ST TO CRAIG ST. ALONG S. SHORELINE Leon
z
� 1l,eia�G,n l.u�m�P�T�r�¢�in�
? Yowto,pia Plum Yew
i% 3 Tocama 8kans Nana
4 MWIc Jasmine
5,Existing"brae
m
j,r re
; k`xisun r To 6e Rep%ced
, Nlullde Grass
r � r
�i
r+
r--------------------------------------r_-----------------------------------r--------------------------------------------------------------------------
-------
�
a a a s a a. ♦ m a • .,y, I 9
«. ..
d" JJ J—JJ
., • • • m,i-ice...
-- QUA,NITr'
0 Lelnioi r Naal rdluira
0 YeAtopliia
0 1
111 J!arsrmiin�
ABOVE MEDIAN WILL CONTAIN APPROXIMATE DESIGN OF PURELY
ASIATIC JASMINE IFORF GROUND COVER.DECISIIU6 FOR JASMINE EASED
ON ENdGINEEF IIPUG DEPARTMENT NEEDS FOR EQUIPMENT RIAINTEUJA MAINTENANCE
AND USAGE ALLOW ADEQUATE,SPACING IF REQUIRED FOR EASE OF
ACCESS T'Q PANELS A,NDUQf,S,',,VTfHE,S.
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Site 7: Median between Park Avenue and Furman Avenue
End Tail closest to Park Ave. Quantity:
08 LemonNandina
p
7 Yewtopia
• 9 Nana's
35 Jasmine
1 /3 Center Closest to Park Ave. Median
Quantity:
• 3 Lemon Nandina
• 4 Yewtopia „ r
• 1 Nana's
r r m
% 1
f
2/3 Center Median Quantity:
• 6 Yewtopia
• 4 Jasmine y
r
3/3 Center Closest to Furman Ave. Median
Quantity: > '%
iJra,
• 5 Yewtopia
End Tail closest to Furman Ave. Quantity: ' /
• 8 Lemon Nandina j
• 5 Yewtopia
• 8 Nana's ,
• 15 Jasmine
✓ilk � � � �'� I� 1 �� �
it
u
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
End Tall closest to Park Avenue:
Leven
I Lemon LlIrme Nan inn
2.Yewtopia Iglu m Yew
3, Toto ma Stang Nana
4 Asiatic Jasmine
5.Exisfing Tree,
6,
MullIke Girasg
SPACES OF IMEDIIAIN SHOWN FOR
E,�AMIPLE AIRE AS FOLLOWS FROM TOP
DOWN,ALL LEFT TO RIIIGHT FOLLOWING
NORTH LEADING DOWN SOUTH OF THE
SHOWN STREET.ALL GAIPS, IF
APPLICABLE,WILL BE FILLED W1ITH
SIINGLIE MILILLIEGIRASS.
3 3
-------------------------- -------------
_ __mm
__ ___ __J____I_
.....-------
�� r a
Quantfty ---- --- 1--T [7- -11-11-7
8,Leman Nandina T-
7 Yewtopia 2 2 2 2 2 3 3 3 T
,9 NaniaMs 3 3 3 1 1 1
35 Jasmine
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
1/3 Center Closest to Park Avenue Median:
I u b I 4 °�'elo
2 2 2 1 1' 3' 1' 2.
2/3 Center Median:
2
O—C 0——0
ba
0 INa n "s
2. 2: 2 2 2. 2
3/3 Center Closest to Furman Avenue Median:
Lemon INaiindh
0
-- - - Itd�aI�i '
riun �
2 2 2 2 2
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
End Tail closest to Furman Avenue:
.y �rneP
8 Lemon Niandiima
5 Ye opia
8 Nani� e,
15 Jasmine
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Site 8: Median between Kinney Street to Park Avenue
End Tail closest to Kinney St. Quantity
• 6 Lemon Nandina
• 9 Yewtopias, J
• 6 Nana's
• 56 JasmineFl
Center Median Quantity:
• 3 Lemon Nandina
• 4 Yewtopia
• 1 Nana's
End Tail closest to Park Ave. Quantity:
• 6 Lemon Nandina t% J
• 9 Yewto is
• 6 Nana's
• 56 Jasmine j
,
1
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
KINNEY TO PARK Lecien
1, Lemon I�me Nandina
2,,Yewlopia Plum Yew
3.Tocoma Stans Nana
4,AaWlc Jasmine
5.Ex isbng Trak-
6,Exisungi To Be kepWced
mullhe Grass
SPACES OF IMIEIDIAN SHOWN,FOR
EXAMPLE ARE AS FOLUlaWS FROM TOP
DOWN,ALL LEFT'TO R111 GHT F OLLOW1 N G
NOIRTHI LEADING IDOWN SOUTH OF THE
SKaWNI STREET.ALL GAIPS, 111F
AIPPI-111CABLIE,WILL BE FILLED WITH
SINGLE MULLIEGRASS
End Tall closest to Kinney Street:
"IN
2 QUANTITY
2 2 2 3 1 3 1 3 1 1 3 1 3 1 2 2 2 2 6 Lemon Nandnen
9 yewtopi@
6 Nana's
56 jrsnl�re
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
Center Median:
---------------------------------------------------------
0 0
4h (DlJArj,'TITY
4,, Yewtopla
2 2 1 1 1
End tail closest to Park Avenue
41
" AAAAY VI y SIL I �! MI I I 1 VIII I e
I �
QUANTITY
� � 6 Lenon Nandina
13 yntDpia
2 2 5��w�ina's
2 2 2 1 3 1 3 1 31 5 1 31 5 2 2 2 56 jasn une
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
EXHIBIT C-MULCH MEASUREMENTS
1 . Kinney To Park: 14,522 sq ft
2. Park To Furman: 6,223 sq ft
3. Buford St. to Craig St, Along S. Shoreline: 2,523 sq ft
4. Craig to Morgan: 2,000 sq ft
5. Elizabeth To Ayers, Smallest Forefront Patch: 230 Sq ft
6. Ayers to Del Mar: 5,959 Sq ft
7. Del Mar to Atlantic: 4,377 Sq ft
8. Atlantic to Southern, Solely Endtail of Median: 2,656 Sq ft
9. Louisiana Ave: 155 Sq ft/1 ,491 Sq ft/294 Sq ft/328 Sq ft/ 458 Sq ft. Each patch From
North to South Down Ocean Dr.
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
ATTACHMENT B: PRICING SCHEDULE
SC
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
BID FORM
"Caavn area
RFB NO. 4683
SHORELINE MEDIAN IMPROVEMENTS
AGE 1 OF 1
Date:
Authorized
Bidder: vt". / Signature:
1. Refer to "Ins ructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RPB.
DESCRIPTION QTY UNIT 1OTAi. PRISE
Plants, Labor, and Materials
Shoreline Medians between Kinney 1 LS ! �
Street and Louisiana Avenue
r/ 5b j
TOTAL
E
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
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 $1 ,000,000 Per Occurrence
Including:
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed
Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $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
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in an amount sufficient to assure
that all workers' compensation obligations incurred by the Contractor will be promptly
met.
B. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance coverage
written on an occurrence basis, by companies authorized and admitted to do business
in the State of Texas and with an A.M. Best's rating of no less than A- VII.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All notices
under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, volunteers, and elected representatives
as additional insured by endorsement, as respects operations, completed operation
and activities of, or on behalf of, the named insured performed under contract with the
City, with the exception of the workers' compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the City
of Corpus Christi where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide 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:CF309602-BACC-4D79-AOB2-A8E6C42982D4
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.
2021 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
DocuSign Envelope ID:CF309602-BACC-4D79-AOB2-A8E6C42982D4
ATTACHMENT D: WARRANTY REQUIREMENTS
Shoreline Medians Improvements
Contractor shall warrant that all labor and materials furnished for (Landscape
Work- plants, muhly grass, mulch) work performed in conjunction with the above
referenced project are in compliance with the Contract Documents and
authorized modifications thereto, and will be free from defects due to defective
materials or workmanship for a period of ONE (1 ) year from:
Substantial Completion
Should any defect develop during the warranty period due to improper material,
workmanship or arrangement the same, including adjacent work displaced, shall
be made good by the undersigned at no expense to the Owner. Warranty
includes replacement of defective plants, muhly grass or groundcover materials
including death and unsatisfactory growth within (15 days) of written notice by
owner. Warranty includes replacing materials more than 25% dead or in
unhealthy condition at the end of the warranty period at no additional cost to
owner.
The owner agrees to give Contractor written notice of all defective work.
Contractor agrees to correct defective work within thirty (30) days thereafter.
Nothing in the above shall be deemed at apply to work which is generated due
to abuse or neglect on part of the Owner.
***WARRANTY DOES NOT COVER***
A.) Damages caused by others.
B.) Damages due to owners neglect caused from improper watering, or
malfunctioning sprinklers.
C.) Damages caused by insects or diseases.
D.) Damages caused by unusual phenomenon or weather beyond sub-
contractor's control.
Page 1 of 1