Loading...
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