Loading...
HomeMy WebLinkAboutC2024-093 - 5/14/2024 - Approved SERVICE AGREEMENT NO. 5596 Mowing and Grounds Maintenance for Athletic Fields THIS Mowing and Grounds Maintenance for Athletic Fields Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation (ÑCityÒ) and Maldonado Nursery & Landscaping, Inc. (ÑContractor"), effective upon execution by the City Manager or the City ManagerÔs designee (ÑCity ManagerÒ). WHEREAS, Contractor has bid to provide Mowing and Grounds Maintenance for Athletic Fields in response to Request for Bid/Proposal No. 5596 (ÑRFB/RFPÒ), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the ContractorÔs 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 and Grounds Maintenance for Athletic Fields (ÑServicesÒ) 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 one year beginning on the date provided in the Notice to Proceed from the Contract Administrator or the CityÔs Procurement Division. The parties may mutually extend the term of this Agreement for up to one additional one-year periods (ÑOption Period(s)Ò), 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 daysÔ written notice to the other Party. Service Agreement Standard Form Page 1 of 8 Approved as to Legal Form October 29, 2021 3.Compensation and Payment. This Agreement is for an amount not to exceed $87,803.76, 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 CityÔs 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 CityÔs Contract Administrator for this Agreement is as follows: Name: Liza Nino Elizalde Department: Parks and Recreation Phone: 361-826-3026 Email: Lizan@cctexas.com 5.Insurance; Bonds. (A)Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance (ÑCOIÒ), as proof of the required insurance coverages, to the CityÔs Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 daysÔ 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 may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bondÔs 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 itemÔs bid/proposal price, must be paid by the Contractor within 30 days of receipt of CityÔs 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 CityÔs 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 CityÔs 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 10. Non-Appropriation. The continuation of this Agreement after the close of any th fiscal year of the City, which fiscal year ends on September 30 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 CityÔs 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: Liza Nino Elizalde Title: Contract and Funds Administrator Address: 400 Mann St, Suite 200, Corpus Christi, TX 78401 Phone: 361-826-3026 Fax: N/A IF TO CONTRACTOR: Maldonado Nursery & Landscaping, Inc. Attn: Jerry Maldonado Title: Owner /CEO Address: 16348 Nacogdoches Rd., San Antonio, TX 78247 Phone: 210-599-1219 Service Agreement Standard Form Page 4 of 8 Approved as to Legal Form October 29, 2021 Fax: N/A 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS (ÑINDEMNITEESÒ) 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, ATTORNEYSÔ 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 ContractorÔs 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. OwnerÔs Manual and Preventative Maintenance. Contractor agrees to provide a copy of the ownerÔs 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 20. Limitation of Liability. The CityÔs 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 ContractorÔs 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 ÑCertificate of Interested PartiesÒ 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 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 CONTRACTOR Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI ________________________________________________ Josh Chronley Assistant Director of Finance - Procurement Date: _________________________ Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB/RFP No. 5596 Exhibit 2: ContractorÔs Bid/Proposal Response Service Agreement Standard Form Page 8 of 8 Approved as to Legal Form October 29, 2021 1General Requirements/Background Information The Contractor shall provide complete mowing and grounds maintenance for Athletic Fields and the Cricket Field including all reasonable and necessary labor, supervision, equipment and supplies to keep contracted areas properly maintained. The Contractor and all related employees shall attend an orientation prior to the term of the contract and each extension. 2Scope of Work Provide complete ground maintenance including litter, debris removal, and mowing to City owned property as shown on Exhibit A and Exhibit B specifications for locations and mapping. 1.Prep/Post Work A.Prior to each operation, the Contractor shall remove all litter and debris, including paper, cans, bottles, bags, grass clippings, accumulated leaves, palm fronds, and other tree litter including tree limbs from the identified locations. Including, but not limited to, fence lines, sidewalks, trees, shrubs, groundcover beds, all curbs and gutters, and other hard surfaces within the identified location. Pick-up shall consist of removal of visible litter larger than three inches square. Special attention shall be given to ensure the removal of objects which may cause injury, if thrown from equipment. B.After operations, the Contractor shall remove any visible trash and debris that were cut up during the process. The Contractor shall not dispose of any trash or debris into dumpsters located on City property. The trash and debris must be removed from City property and disposed of in accordance with all City ordinances. All trash and litter shall be disposed of properly at the ContractorÔs expense. C.The Contractor is required to cover/tarp debris while transporting for disposal and while moving from site to site. D.Disposing of litter and debris at an illegal dumpsite is grounds for termination of this agreement. 2.Mowing and Trimming A.Turf shall be mowed to a height of three inches using reel or rotary type mowers, with the exception of the Cricket Field which will be cut weekly at 1.5Ò located at the Westside Baseball Complex, see Exhibit B.Reel type mower is required only for the baseball fields. Rough Revised 11.30.20 Page 1 of cutting, scraping and bush hogging will not be permitted. B.Turf shall be mowed to maintain a neat appearance. If any mowing is to be omitted or delayed, it shall be omitted or delayed only at the discretion of the Contract Administrator or authorized designee. Mowing cycles must be completed according to the cycle description indicated below. C.Cycle Description Athletic Fields ¤Growing Season (March Ï October) *Bi-Weekly ~ 16 cycles *Bi-Weekly Cycle 1 runs from the 1st-15th Cycle 2 is the 16th through the End of the Month ¤Non-Growing Season (November Ï February) Monthly ~ 4 cycles ¤Cricket Field Growing Season (March-October) *Weekly* 32 cycles ¤Cricket Field Non-Growing Season (November-February) *Bi-Weekly* 16 cycles D.Mower height to be measured with mower on a flat, paved surface. A high quality of cut shall be provided using mowers with sharp cutting blades so as not to tear, but cleanly cut the blades of grass. Mowing shall be performed in a manner as not to damage trees, shrubs, plants, signs, or other obstructions. E.String line trimmers shall not be used to mow or trim turf areas wider than 24 inches, except in areas approved by the Contract Administrator or designee. F.Mowing operations shall be performed in such a manner as to prevent the piling of excessive and unsightly grass clippings and leaves on lawns. The Contractor shall remove excessive clippings immediately following each mowing cycle prior to the work crew leaving the work site. G.All resulting clippings and leaves shall be removed from any roadway walkway, parking area, or any other hard surface including curbs and gutters and from plant beds, tree collars, etc. 3.Edging A.Cut all edges with a mechanical edging device (not a line trimmer) three times per year during the growing season. This includes all curbs and sidewalks. The first edging shall be completed in March, the second in June and the third in October. Revised 11.30.20 Page 2 of B.The Contractor shall promptly remove all debris, including soil and trimmings from the areas, sidewalks, and roadways after each edging operation prior to the work crew leaving the work site. Edge only with steel disc or steel blade edgerÔs. String line trimming shall not be used for edging. 4.Weed Control. Hard Surfaces: Contractor shall use herbicides and hand labor to remove and control undesirable vegetation (weeds) from expansion joints, cracks of sidewalks, parking lots, curbing and concrete medians, including road pavement that is within two feet of said areas. 3Work Site and Conditions A. The work shall be performed at locations throughout the City as defined by group. Exhibit A List of Locations and Exhibit B for Maps. B. Contractor shall supply the City with a work schedule to indicate the normal starting and completion times for its operations. The Contractor shall provide landscaping and grounds maintenance only in appropriate months and in accordance with the CityÔs cycle requirements. Changes in such work schedules must be approved by the City. C. Work Hours: The Contractor will confine all operations to daylight hours, Monday through Friday, unless one of the days is a City designated holiday. Saturday and Sunday work will require approval from the Contract Administrator or Superintendent to ensure there is no interference with activities, rentals or special events. D. Non-Work Hours: The Contractor may not store any equipment or tools on any site. The Contractor shall at all times, keep all sites under this agreement, free from accumulations of waste materials or rubbish caused by ContractorÔs employees at work, and Contractor shall remove all equipment, supplies, and materials belonging to Contractor from and about the work area and all tools, leaving the premises clean. E. Ozone Warning Days: 1.No mowing will be done on the designated Ozone Action Days except in the case of a special event, emergency or removing a liability. If mowing is necessary for such a situation, mowing will be kept to a minimum. However, the Contract Administrator or designee will retain the right to determine and notify the contractor of any such special event, emergency or liability. 2.All push mowers, string line trimmers, riding mowers and other small engines will not be used at all. Revised 11.30.20 Page of 3. Diesel powered mowing equipment will be allowed to operate on the second day of back-to-back Ozone Action Days if equipment is labeled stating the type of fuel used and the contractor has made contact with the Contract Administrator, or designee, and received permission to proceed with work order. 4.Equipment using reformulated gas will be allowed to operate on the third day of back-to-back Ozone Action Days if equipment is labeled stating the type of fuel used and the contractor has made contact with the Contract Administrator, or designee and received permission to proceed with work order. 4Contractor 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 insure it complies with the contract requirements. 5Safety Requirements A.Public Safety and Convenience: The safety of the public and the convenience of traffic shall be regarded as prime importance. All portions of streets shall be kept open to traffic. The Contractor shall coordinate all Work with the Contract Administrator and shall place warning signs in accordance with the current version of the Texas Manual on Uniform Traffic Control Devices. The Contractor shall provide all signs, sign stands, safety flags, and all other safety materials or devices as well as safety vests to protect the mower and to ensure safe passage for pedestrian and vehicular traffic at all times. The Contractor will be responsible for the maintenance or replacement of these items as necessary. If at any time work is in progress, the traffic control devices do not accomplish the intended purpose due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes thereto to correct the unsatisfactory conditions. These provisions for directing traffic will not be paid for directly but shall be subsidiary to the various bid items of this contract. B.Chemicals: All products (chemicals) shall be kept in a properly labeled container and a Safety Data Sheet (SDS) kept on each item, in a clearly marked MSDS notebook by the contractor. The Contractor shall also supply a copy of all MSDS sheets to the Contract Administrator. Revised 11.30.20 Page of 6Equipment A. The ContractorÔs grounds and turf maintenance equipment must be equipped with safety devices which conform to manufacturerÔs standards and all applicable OSHA regulations to prevent damage to property. The Contractor shall provide all equipment and supplies (adequate in kind, quantity and quality) for professionally performing these services in manner that is satisfactory to the CityÔs Contract Administrator. The typical type of equipment required for the ground maintenance operations are commercial riding lawn mowers (size of mower will vary per location) or larger, blade edger, string line trimmers and blowers. B. Should the Contractor's equipment require service while at any location, the Contractor must notify the Contract Administrator or designee. The Contractor shall not permit any oil, grease, or lubricants to spill onto or to contaminate the soil. The Contractor shall be responsible for any clean up and disposal of contaminated soil in accordance with all Applicable City, State, and Federal Regulations. 7Security and Protection Property A.Security Requirements: 1.The Contractor shall maintain and abide by the security measures at all locations including locking gates when leaving the sites. 2.The Contractor shall not enter City buildings at any location for any reason without receiving prior approval from the Contract Administrator. B.Protection of Property: 1.The Contractor shall make necessary provision to protect structures and property from any and all damage arising out of, relating to, or resulting from this work. 2.Damages that are not repaired or compensated by the Contractor will be repaired or compensated by the City at the Contractor's expense. 8Notification and Inspections A. Each Monday morning prior to 8:00 a.m., the Contractor shall email the Contract Administrator or designee indicating the locations and work being performed that week for approval. If locations listed on the approved schedule were not mowed and the schedule requires modifications the revised schedule shall be submitted to the Contract Administrator or designee by 5:00 pm, the day the location was missed. No work shall be done without proper, prior notification. Revised 11.30.20 Page of B. A list of completed locations ready for inspection shall be emailed to the Contract Administrator or designee no later than 8:00 a.m. on the day to be inspected. When a location is completed, the assigned City Inspector shall inspect the site and advise the Contractor of any discrepancies/rejections. In order to receive credit for mowed rejected locations the Contractor shall take whatever action necessary to correct the discrepancies within one working day. Rejected locations not turned in for inspection within on business day of the rejection will be deemed incomplete for the cycle and the Contractor will not be given credit. For the purpose of this contract, workdays shall include Monday- Friday, unless one of the days is a City designated holiday. The City Inspector shall then make another inspection and if the discrepancies have not been corrected, the Contractor will be notified, and a $25 re-inspection fee will be charged for a third inspection. At that time the Contractor shall have one working day to complete the work. If the discrepancies still have not been corrected, the Contractor will be notified to correct the discrepancies and a $50 fee will be charged. Failure of the fourth inspection will deem the property un- serviced and will need to be completed in its entirety within the same cycle and resubmitted for the first inspection. The Contractor shall deduct the inspection fee on the invoice before submitting payment. C. The Contractor shall submit invoices ONLY after cycles are completed. Each location within a group has a 10% penalty for unsatisfactory or incomplete work. A 10% penalty will be applied to the invoice total for incomplete cycles. The Contractor will adjust incomplete cycle payment to reflect the locations missed based on the average price per acre. The 10% penalty will apply to the adjusted invoice total. D. The City shall have the right at all times to examine the supplies, materials and equipment used by the Contractor, agents, and employees. E. Work Crew Supervision: The Contractor shall provide qualified supervision of each crew at all times while working under this Contract. Each supervisor shall be authorized by the Contractor to accept and act upon all directives issued by the City and Contract Administrator. Failure of the supervisor to act on said directives shall be sufficient cause to give notice that the Contractor is in default of the contract unless such directives would create potential personal injury or safety hazards. F. The Contractor shall promptly (same day) notify the Contract Administrator of any broken or damaged irrigation systems and poor or inadequate irrigation patterns, holes, cave-ins, or depressions in turf grass, mulched areas, broken signs, watering schedules defects or hazards that impact quality of turf and/or landscaping. Revised 11.30.20 Page of 9Invoicing For efficient payment processing, all Invoices should have the purchase order number, group number, location and acres serviced on them. Invoices must be mailed to the following address with a copy provided to the Contract Administrator at parksandrec.invoices@cctexas.com City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 Revised 11.30.20 Page of OPTION A: LOCATIONS GROUP MAINTENANCE AREA LOCATION/ADDRESS ACRES ATHLETICS 1 Ben Garza Baseball Fields 1815 Howard St. 5.89 2 BMX Race Track / Inside & Out 4035 Greenwood Dr. 8.07 3 Botsford Complex 2801 McArdle Rd. 6.00 4 Greenwood Complex 4409 Greenwood Dr. 10.40 5 Sparkling City Baseball Complex 4035 Greenwood Dr. 5.75 6 Westside Baseball Complex 4033 Greenwood Dr. 14.00 7 International Westside 4033 Greenwood Dr. 5.21 TOTAL 55.32 OPTION B: LOCATIONS GROUP MAINTENANCE AREA LOCATION/ADDRESS ACRES ATHLETICS 1 Ben Garza Baseball Fields 1815 Howard St. 5.89 2 BMX Racetrack / Inside & Out 4035 Greenwood Dr. 8.07 3 Botsford Complex 2801 McArdle Rd. 6.00 4 Greenwood Complex 4409 Greenwood Dr. 10.40 5 Sparkling City Baseball Complex 4035 Greenwood Dr. 5.75 6 Westside Baseball Complex 4033 Greenwood Dr. 14.00 7 International Westside 4033 Greenwood Dr. 5.21 8 Price Park Sports Complex 3801 Gollihar Rd. 17.00 9 Bill Witt Racetrack 6869 Yorktown Blvd. 1.50 10 Paul Jones Fields 1901 Paul Jones Ave. 9.18 TOTAL 83.00 Revised 11.30.20 Page of EXHIBIT B: MAPS Group Athletics-1 Revised 11.30.20 Page of Group Athletics- 2 Revised 11.30.20 Page of Group Athletics- 3 Revised 11.30.20 Page of Group Athletics Ï 4 Revised 11.30.20 Page of Group Athletics- 5 Revised 11.30.20 Page of Group Athletics- 6 Westside Baseball Complex /10.30 Acres Borderline Red area Ï Westside Cricket Field /3.70 Acres Area in red is the Cricket field and should be cut to 1.5" following cut cycles described in section 4.2.2.C. of the Scope of Work. All other areas remaining within the yellow perimeter for Westside Baseball complex will follow the 3Ò rule. Revised 11.30.20 Page of Group Athletics Ï 7 Mowing outside the red line. International Westside 5.21 Acres Revised 11.30.20 Page of Group Athletics- 8 Revised 11.30.20 Page of Group Athletics- 9 Revised 11.30.20 Page of Group Athletics -10 Revised 11.30.20 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM RFB No. 4549 Mowing and Grounds Maintenance for Athletic Fields PAGE 1 OF 1 2/9/2024 Date: Authorized JeremyCharo Maldonado Nursery & landscaping, Inc. Bidder: Signature: 1.Refer to ÑInstructions to BiddersÒ 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 CityÔs 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 applicablegovernmental agencies. d.Bidder acknowledges receipt and review of all addenda for this RFB. e.Bidder shall provide pricing for both OPTION A and OPTION B locations. Only one option will be awarded. DescriptionQTY UNITUnit Price Mowing and Grounds Maintenance Services for Athletic Fields - Option A 20 Cycles $ 2,091.89 A (51.62Acres) Mowing and Grounds Maintenance Services for Cricket Field(3.70 Acres) 48 Cycles$ 128.57 TOTAL $ 48,009.16 OptionDescriptionQTY UNITUnit Price Mowing and Grounds Maintenance Services for Athletic Fields Ï Option B 20 Cycles $ 4,081.62 B (79.30Acres) Mowing and Grounds Maintenance 128.57 Services for Cricket Field(3.70 Acres) 48 Cycles $ $ 87,803.76 TOTAL ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS I.CONTRACTORÔS LIABILITY INSURANCE A.Contractormust 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 Agencyto commence work until all similar insurance required of any subcontractor Agencyhas been obtained. B.Contractormust furnish to the CityÔs Risk Managerand 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 CityÔs 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 INSURANCEMINIMUM INSURANCE COVERAGE Commercial General LiabilityIncluding:$1,000,000 Per Occurrence 1.Commercial Broad Form 2.Premises Ï 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 WORKERSÔ COMPENSATIONStatutory EMPLOYERÔS LIABILITY$500,000 /$500,000 /$500,000 C.In the event of accidents of any kindrelated to this agreement,Contractormust furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II.ADDITIONAL REQUIREMENTS A.Applicable forpaid employees, Contractormust obtain workersÔ 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 workersÔ compensation coverage provided must be in an amount sufficient to assure that all workersÔ compensation obligations incurred by the Contractorwill be promptly met. B.Contractorshall 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 todo business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C.Contractorshall 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. Contractorshall 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.Contractoragrees 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 asadditional 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 Contractorto remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractordemonstrates compliance with the requirements hereof. G.Nothing herein contained shall be construed as limiting in any way the extent to which Contractormay be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractorÔs 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 toand separate from any other obligation contained in this agreement. BOND REQUIREMENTS: Nobondsarerequired 2021 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services Ï Services Performed Onsite 05/10/2021 Risk Management ÏLegal Dept. ATTACHMENT D WARRANTY REQUIREMENTS No warranty is required for this Service Agreement.