HomeMy WebLinkAboutC2023-191 - 9/19/2023 - Approved DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
113S c
SERVICE AGREEMENT NO. 4701
Mowing Services at Mary Rhodes Pipeline Easement and
f�'anwo�alev
1852 Rincon Bayou Pipeline Easement
THIS Mowing Services at Mary Rhodes Pipeline Easement and Rincon Bayou
Pipeline Easement Agreement ("Agreement") is entered into by and between the City
of Corpus Christi, a Texas home-rule municipal corporation ("City") and 2Chainz Brush
Clearing, LLC ("Contractor'), effective upon execution by the City Manager or the City
Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Mowing Services at Mary Rhodes Pipeline
Easement and Rincon Bayou Pipeline Easement in response to Request for Bid/Proposal
No. 4701 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all
specifications and which RFB/RFP and the Contractor's bid or proposal response, as
applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2,
respectively, as if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Mowing Services at Mary Rhodes Pipeline
Easement and Rincon Bayou Pipeline Easement ("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 two years 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 two 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.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
3. Compensation and Payment. This Agreement is for an amount not to exceed
$126,000.00, 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: Diana Zertuche-Garza
Department: Corpus Christi Water
Phone: 361-826-1827
Email: DianaG@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: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
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: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
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: Diana Zertuche Garza
Title: Contract Funds Administrator
Address: 2726 Holly Rd, Corpus Christi, TX 78415
Phone: 361-826-1827
Fax: 361-826-4495
IF TO CONTRACTOR:
2Chainz Brush Clearing, LLC
Attn: Joe Chaney
Title: Owner
Address: P.O. Box 126, Lolita, TX 77971
Phone: 361-923-1383
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
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: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
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: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
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: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
CONTRACTOR
Docusigned by:
Signature:
JOE CHANEY
Printed Name:
owner
Title:
6/30/2023
Date:
CITY ( FSCQ PUS CHRISTI
M2023-144 Authorized By
Josh Chronley
Assistant Director of Finance - Procurement Council 9-19-2023
Date: 9/21/2023
D3
Attached and Incorporated by Reference: Er-;/s
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements ATTEST:
^-DocuSigned by:
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 4701 Rebecca Huerta
Exhibit 2: Contractor's Bid/Proposal Response City Secretary
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
Attachment A- Scope of Work
1.1 General Requirements
A. The Contractor shall provide mowing services up to 1800 acres for two
years, 900 acres per year, at the Mary Rhodes Pipeline Easement and
the Rincon Bayou Pipeline Easement.
B. The mowing services for the Mary Rhodes Pipeline Easement and
Rincon Bayou are undertaken in accordance with the Water
Department's maintenance operations of the Water Supply System. All
areas are in Nueces County, San Patricio County, Refugio County,
Victoria County, and Jackson County.
C. The Contractor shall be responsible for labor, supervision, equipment
and transportation necessary for the services. Per section 2.3, the
Contractor must submit documentation showing list of equipment
owned to preform services.
D. The Contractor shall have enough resources and personnel to perform
the work as specified in this Scope of Work.
E. The Contractor shall follow Federal, State and local laws, ordinances
and regulations for the services
1.2 Scope of Work
A. The Contractorwill perform two mowing cycles in a year, 450 acres per
cycle. First cycle shall be done from the last week of August-
September (Fall Mow) and Second cycle shall be done from middle
of April- May (Spring Mow). The Contract Administrator will notify
Contractor of the start date for each cycle. In the event of bad
weather or wet conditions the Contract Administrator will adjust the
start date to minimize damage to pipeline easement.
B. The Contractor shall mow a minimum of 40 acres each day. Additional,
property may be added or deleted due to wet areas, property owner
request and/or conditions encountered in the field. Not all properties
are mowed. There may be distances between properties that are
mowed. The Contract Administrator will develop a list of properties to
be mowed before each mowing cycle.
C. The Contractor shall perform all operations in daylight hours 8:00 a.m.
to 6:30 p.m., Monday through Friday.
D. The Contractor shall perform mowing services to various locations
Revised 11.30.20
Page 1 of 5
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
along the 50" wide pipeline easement from Lake Texana to Corpus
Christi.
E. The Contractor shall mow to a cutting height of approximately five inches.
F. All mowing equipment shall be equipped with sharp blades so as not to
tear, but cleanly cut the blades of grass.
G. The Contractor shall mow as close as practicable to all fixed objects
exercising extreme care not to damage trees, plants, shrubs, fences,
cattle and livestock pens, roads, power poles, guardrails, culvert head
walls, delineators or other appurtenances which are part of the
easement.
H. The Contractor shall hand trim around all fixed objects such as trees,
fences, Corrosion Monitoring Station (CMS), Air release valve (ARV)
RV/vaults, signs, power poles, guardrails and culvert head walls, unless
specified otherwise and will be a subsidiary to the mowing operation.
I. Mowing will not be permitted when, in the opinion of the Contract
Administrator, soil and weather conditions are such that the easement
will be damaged.
J. Care shall be taken to prevent discharge of grass clippings onto paved
surfaces such as streets, parking areas and drive areas.
K. The Contractor shall be responsible for cleaning the area of trash and
debris prior to mowing to prevent the scattering of trash; and
afterwards to retrieve and dispose of any trash and debris. The
Contractor shall ensure that at no time will trash such as soft drink cans,
bags, rags or other debris be discarded intentionally or accidentally
onto the property during the maintenance operation, or cause spillage
of oils, gasoline, diesel, or other chemicals onto the property. The
Contractor shall have available all necessary cans, pans, absorbents
or other means of capturing chemicals that leak on equipment or
spillage during fueling or servicing of equipment occur.
L. The Contract Administrator must approve the schedule prior to
commencing the mowing program. However, the work must be
scheduled during the daylight hours, 8:00 a.m.to 6:30 p.m. It is
expected that the work will be scheduled effectively throughout the
contract period in order to accomplish an overall well-managed
mowing maintenance program.
M. The Contractor's weed eater crew will complete the property, before
mowing crew will be permitted to mow the next property.
Revised 11.30.20
Page 2 of 5
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
1.3 Equipment
A. A minimum of two 15-foot batwing mowers with enclosed cabs are
required for this work. A separate weed eater crew is required with their
own transportation. Equipment verification by the Contract
Administrator will occur prior to awarding contract.
B. All Contractor equipment must be equipped with safety devices that
conform to manufacturer's standards and all applicable OSHA
regulations. All equipment shall be kept in good operating condition
and shall always be maintained to provide a clean sharp five inch cut
of vegetation. The Contractor Administrator shall approve all
equipment.
C. The Contractor shall not leave equipment within 30 feet of any travel
lane during non-working hours.
1.4 Safety Requirements
A. 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. The signs, sign stands, safety flags, and all other safety
materials, devices and safety vests which may be required to protect
the mowers and the traveling public will be furnished by the Contractor.
The Contractorwill be responsible for the maintenance or replacement
of these items as necessary. If at any time work is in progress and 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 therein to
correct the unsatisfactory conditions.
B. The Contractor shall take proper measures to protect all property
which might be damaged by Contractor's work, and, in case of any
injury or damage resulting from any act or omission on the part of or on
behalf of the Contractor, he/she shall restore at his/her own expense
the damaged property to a condition similar or equal to that existing
before such injury or damage was done, or he/she shall make good
such injury or damage in an acceptable manner. All damage which is
not repaired or compensated by the Contractor will be repaired by City
forces at the Contractor's expense. All expenses charged by the City for
repair work shall be deducted from any monies owed to the
Contractor.
Revised 11.30.20
Page 3 of 5
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
C. Fire Extinguisher, minimum of five lbs for each vehicle or tractor.
D. No smoking shall be permitted on any of the properties.
1.5 Compensation
F. The quantity mentioned in the bid/pricing schedule is the maximum
quantity needed to be mowed during the term of the contract under
ideal conditions. The quantity to be mowed depends on the
circumstances in the field.
G. The Contractor shall be compensated at the provided unit price per
acre for the mowing. Unit price/acre includes but not limited to labor,
supervision, equipment, transportation necessary to perform the
services.
1.6 Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control
Program that is acceptable to the Contract Administrator to assure that the
requirements of the Contract are provided as specified. The Contractor
will also provide supervision of the work to ensure it complies with the
contract requirements.
1.7 Sample List of Properties
The sample list of properties is for reference only on the Mary Rhodes
pipeline and not all properties listed are to be mowed. Changes will be
made based on conditions encountered in the field.
Jackson County South of the town of LaSalle to the North bank of Garcitas
Creek
JA-032 Wood 5,1 1 1 '
Victoria County South of Garcitas Creek to South bank of the San Antonio
River
VI-002 Keera n 12,198'
VI-004 Dail 12,200'
VI-005 Shelton 4,538'
VI-006 Kanaly Trust 8,218'
VI-33A Cogswell & Rubac VI-033 1,033'
VI-36 Kovar 4,449'
VI-37 McCan 25,837'
VI-40 H a ri tas 12,384'
Revised 11.30.20
Page 4 of 5
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
Refugio County South bank of the San Antonio River to South of Aransas River
RE-001 K.O. Conner 1,530'
RE-002 Shelton 9,366'
RE-003 Martin O'Conner 3,400'
RE-005 Welder Heirs 7,000'
RE-006 Frances Heard Billups 4,540'
RE-007 Vivian O'Conner 10,000'
R E-008 Heard 2,406'
RE-009 Shay Cantu 2,107'
RE-010 Cunningham 5,480'
RE-012 Pfeil 2,133'
RE-013 Pfeil deduct 600' 1,295'
RE-014 Heard 7,240'
RE-018 Scanio 10,433'
RE-025 O'Brien 2,669'
RE-026 Shay (CAUTION) 2,115'
RE-027 T.M. O'Conner 1,345
R E-028 Sca ni o 4,893'
R E-029 Shelton 2,509'
RE-031 Daniel Braman 5,701 '
RE-032B Wood Trust 1,717'
RE-033 Wood Trust 10,066'
ROAD Union Pacific RR 1,361 '
R E-051 Rooke 10,276'
RE-052 Aldrete Ranch 13,164'
R E-053 Rooke-Canfield 7,175'
R E-055 Rooke 8,405'
R E-056 Rooke-Canfield 7,594'
RE-057 Rooke & Sons 4,204'
San Patricio County South bank of the Aransas River to South of the Nueces River
SP-002 Pat Welder & Refuge 31,400'
S P-004 Hamilton 9,902'
S P-050 McGregor 7,800'
Revised 11.30.20
Page 5 of 5
DocuSign Envelope ID: D8D1F79D-03A8-46FE-9A09-740A5357D3C3 1 -: Bid/Pricing Schedule
° vD I';- �� CITY OF CORPUS CHRISTI
° CONTRACTS AND PROCUREMENT
�<< BID FORM
iyOflPOft At EO
1852 RFB No, 4701
Pipeline Easement Mowing Services at Mary Rhodes
and Rincon Bayou
PAGE 1 OF 1
Date:
Authorized
Bidder: U'1Gz,�12 DfiJISh �C,tf Signature:
1. Refer to "Instructions 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 RFB.
Item Description Unit QTY Unit Price Total Price
1 Easement/Mowing from South of Cycles 4 $ $
Lake Texana to West of IH 37 D
Station 5291+35 including Rincon GCP 0
Bayou Pipeline- upto 1800 acres.
900 Acres per year ,
450 Acres per cycle
Total $ tup,ax)
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
ATTACHMENT C: INSURANCE REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance required
has been obtained and such insurance has been approved by the City. Contractor
must not allow any subcontractor Agency to commence work until all similar insurance
required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy
of Certificates of Insurance (COI) with applicable policy endorsements showing the
following minimum coverage by an insurance company(s) acceptable to the City's Risk
Manager. The City must be listed as an additional insured on the General liability and
Auto Liability policies by endorsement, and a waiver of subrogation is required on all
applicable policies. Endorsements must be provided with COI. Project name and or
number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
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.
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in an amount sufficient to assure
that all workers' compensation obligations incurred by the Contractor will be promptly
met.
B. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance coverage
written on an occurrence basis, by companies authorized and admitted to do business
in the State of Texas and with an A.M. Best's rating of no less than A- VII.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All notices
under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, volunteers, and elected representatives
as additional insured by endorsement, as respects operations, completed operation
and activities of, or on behalf of, the named insured performed under contract with the
City, with the exception of the workers' compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the City
of Corpus Christi where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide 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.
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
F. In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to remove the exhibit
hereunder, and/or withhold any payment(s) if any, which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to which
Contractor may be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor's performance of the work covered
under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self insurance carried by the City of Corpus Christi for
liability arising out of operations under this agreement.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
2023 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
01/01/2023 Risk Management - Legal Dept.
DocuSign Envelope ID: D8D1 F79D-03A8-46FE-9A09-740A5357D3C3
ATTACHMENT D: WARRANTY REQUIREMENTS
No manufacturer's warranty required for this Agreement.
Page 1 of 1