Loading...
HomeMy WebLinkAboutC-3494 - MSA for Weed Abatement ServicesAMENDMENT NO. THREE TO MAINTENANCE SERVICES AGREEMENT ' WITH BARRON HURLBUT DBA SOUTHLAND LANDSCAPE MAINTENANCE V FOR WEED ABATEMENT SERVICE THIS AMENDMENT NO. THREE TO MAINTENANCE SERVICES AGREEMENT ("Amendment No. Three") is made and entered into as of this 9th day of. July, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and BARRON HURLBUT, a sole proprietor doing business as ("DBA") SOUTHLAND LANDSCAPE MAINTENANCE, ("Contractor"), whose address is P.O. Box 11437, Costa Mesa, California 92627 and is made with reference to the following: RECITALS A. On June 11, 2014, City and Contractor entered into a Maintenance Services Agreement ("Agreement") to engage Contractor to perform annual preventative and as—needed clearance trimming, erosion protection, hazard reduction and weed abatement services throughout the City ("Project"). B. On August 21, 2014, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional services not previously included in the Agreement, and to increase the total compensation because the Agreement inaccurately identified the size of Site #12 ( Buck Gully "Middle") and therefore Exhibit "B" of the Agreement did not include services for the 62 lots identified as Middle Buck Gully and was corrected. C. On February 1, 2018, City and Contractor entered into Amendment No. Two to the Agreement ("Amendment No. Two") to increase the total compensation because of the increase of on- call services needed due to the 2017 storms. This amount was unknown at the time of entering the Agreement or Amendment No. One. D. The parties desire to enter into this Amendment No. Three to extend the term of the Agreement to September 1, 2019, to increase the total compensation, and to update terms of the Agreement regarding City's Project Administrator, conflict of interest, notice, claims and labor and prevailing wage provisions. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on September 1, 2019, unless terminated earlier as set forth herein." 2. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed Barron Hurlbut dba Southland Landscape Maintenance Page 1 basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed One Million Forty Three Thousand Dollars and 00/100 ($1,043,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subconsultant fees, in an amount not to exceed Fifty Thousand Eight Hundred Fifty Dollars and 00/100 ($50,850.00). 3. ADMINISTRATION Section 6 of the Agreement shall be amended in its entirety and replaced with the following: "This Agreement will be administered by the Public Works. City's Landscape Manager or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement." 4. CONFLICTS OF INTEREST Section 22 of the Agreement shall be amended in its entirety and replaced with the following: "22.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 22.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section." 5. NOTICES Section 23.2 of the Agreement is amended in its entirety and replaced with the following: "23.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at- Attn: Landscape Manager Public Works City of Newport Beach Barron Hurlbut dba Southland Landscape Maintenance Page 2 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658" 6. CLAIMS Section 24 of the Agreement is amended in its entirety and replaced with the following: "24.1 Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 24.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor/Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.)." 7. LABOR AND PREVAIILING WAGE REQUIREMENT A Section 28 is hereby added to the Agreement as follows: "28.1 Contractor shall comply with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. 28.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. 28.3 This agreement shall be paid in accordance with Section 1770 of the California State Labor Code and in accordance with the tenus of the Southern California Master Labor Agreement, which has established a prevailing rate of per diem wages to be paid in the performance of this agreement. The Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the agreement. A copy of said determination is available by calling the Barron Hurlbut dba Southland Landscape Maintenance Page 3 prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the agreement shall be governed by all provisions of the California Labor Code Relating to prevailing wage rates (Sections 1770-7981, inclusive)." 8. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Barron Hurlbut dba Southland Landscape Maintenance Page 4 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date-.— By: ate:By: fit; Aaron C. Harp \��q City Attorney �C ATTEST- Date-.— By- TTEST:Date: By: &'4� Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By. Digne B. Dixon Mayor CONTRACTOR: BARRON HURLBUT, a sole proprietor doing business as ("DBA") SOUTHLAND LANDSCAPE MAINDate, CSE Date: ByL� Barron Hurlbut Sole Proprietor [END OF SIGNATURES] Barron Hurlbut dba Southland Landscape Maintenance Page 5 T' a-' 3-. M AMENDMENT NO. TWO TO V MAINTENANCE SERVICES AGREEMENT WITH BARRON HURLBUT DBA SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION FOR WEED ABATEMENT SERVICE THIS AMENDMENT NO. TWO TO MAINTENANCE SERVICES AGREEMENT ("Amendment No. 2") is made and entered into as of this 1st day of February, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and BARRON HURLBUT, a sole proprietor doing business as ("DBA") SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION, ("Contractor"), whose address is P.O. Box 11437, Costa Mesa, California 92627, and is made with reference to the following: RECITALS A. On June 11, 2014, City and Contractor entered into a Maintenance Services Agreement ("Agreement") for weed abatement services ("Project"). B. On August 21, 2014, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional services not previously included in the Agreement, and to increase the total compensation. C. The parties desire to enter into this Amendment No. Two to increase the total compensation because of the increase of on-call services needed due to the 2017 storms. This amount was unknown at the time of entering the Agreement or Amendment No. One. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONSULTANT Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Nine Hundred Ninety Two Thousand One Hundred Fifty Dollars and 001100 ($992,150.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. Two, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Twenty Thousand Dollars and 001100 ($120,000.00). 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Barron Hurlbut DBA Southland Landscape Maintenance and Installation Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE IS City ATTEST: Date: Sri• g i& I BrownLeilani 1. City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: 3`�`��, By: zt � s�.-t_ Dave-T<iff City Manager CONSULTANT: BARRON HURLBUT, a sole proprietor doing business as ("DBA") SOUTHLAND LANDSCAPE MAINTEN CE AVD INSTALLATION Date:-,D,2ca' By:��- / Barron Hurlburt Owner [END OF SIGNATURES] Barron Hurlbut DBA Southland Landscape Maintenance and Installation Page 3 cam` AMENDMENT NO. ONE TO MAINTENANCE SERVICES AGREEMENT WITH BARRON HURLBUT DBA SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION FOR WEED ABATEMENT SERVICES THIS AMENDMENT NO. ONE TO MAINTENANCE SERVICES AGREEMENT ("Agreement") is made and entered into as of this 21st day of August, 2014 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Barron Hurlbut, a sole proprietor, doing business as ("DBA") SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLA- TION ("Contractor'), whose address is P.O. Box 11437 Costa Mesa, California 92627, and is made with reference to the following: RECITALS A. On June 11, 2014, City and Consultant entered into a Maintenance Services Agreement ("Agreement") for weed abatement services ("Project"). B. City desires to enter into this Amendment No. One to reflect additional Services not included in the Agreement and to increase the total compensation because the Agreement inaccurately identified the size of Site #12 (Buck Gully "Middle") and therefore Exhibit "B" of the June 11, 2014 Agreement does not include services for the 62 lots identified as Middle Buck Gully and should be corrected. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2019, unless terminated earlier as set forth herein." 2. COMPENSATION TO CONSULTANT Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement and Exhibit A to Amendment No. One shall collectively be known as "Exhibit A." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit A and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Eight Hundred Seventy Two Thousand One Hundred Fifty Dollars and 00/100 ($872,150.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Forty Seven Thousand One Hundred Fifty Dollars and 001100 ($147,150.00). 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Southland Landscape Maintenance and Installation Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATM R EY'S OFFICE Date: By: Aaron C. Harp cAm glzAl City Attorney ATTEST: la n I / r Date: j By: Ax, I V u' Leilani I. Brown City Cler CITY OF NEWPORT BEACH, a California municipal corporation Date: , t 4 2aLQ'o By: Rush N. Hill, II Mayor CONTRACTOR: Barron Hurlbut, a sole proprietor, DBA Southland Landscape Maintenance and Installation Date: By:�i Barron Hurlbut Owner [END OF SIGNATURES] Attachments: Exhibit A — Schedule of Billing Rates Southland Landscape Maintenance and Installation Page 3 EXHIBIT A SCHEDULE OF BILLING RATES Southland Landscape Maintenance and Installation Page A-1 SCHEDULE OF BILLING RATES A. Annual Services Site # Site Description Work Type Standard Annual Cost 1 15th Street and Monrovia Ave W CFC $570.00 2 19th Street and Balboa Blvd W CFC $2100.00 3 2315 Holly Lane W CFC $175.00 $625.00 4 Avon Street Alley W CFC $9720.00 5 Back Bay Road C WUI 6 Balboa Blvd and 39th Street W CFC $75.00 $75.00 7 Balboa Blvd Roadside between Channel Place & W CFC River $11,270.00 8 Big Canyon Nature Park H _ $1,220.00 9 Bonita Canyon and University Bridge W CFC 10 Bonita Creek Park Service Road C WUI $2,125.00 11 Buck Gully (Lower) H $1,725.00 12 Buck Gully (Middle) H _ $55,180.00 13 Cliff Drive Nature Park W CFC $5,600.00 14 Coast Highway (Roadside east of Pelican Point) W CFC $920.00 $870.00 15 Fernleaf Ramp W CFC $1,070.00 16 Fletcher Jones Bike Trail C WUI 17 Harbor Cove Fire Access Road and Trail C WUI $6,025.00 18 Harbor View Nature Park W CFC $8,725.00 19 Hillside Area Along Coast Highway (North of Back W CFC $2.900.00 Bay View Park) $475.00 20 Iris easement W CFC $820.00 21 Jamboree and Bayview Way C WUI 22 Jamboree and MacArthur (new area) W CFC $2,370.00 Site # Site Description Work Type Standard Annual Cost 23 Jamboree Roadside Apron and Bike Trail W CFC $1,320.00 24 Kings Road (1801 &1811 Kings Rd) W CFC $320.00 25 Mariners Drive cul-de-sac W CFC $1,525.00 26 Mesa Drive (east of Irvine Avenue) W CFC $925.00 27 Newport Dunes bike path W CFC $1,090.00 28 Newport Dunes Slope (Below Coast Highway) W CFC $1,070.00 29 San Miguel Drive at Big Canyon Reservoir W CFC $570.00 30 Santa Ana Ave E $820.00 31 Santa Ana Ave (South side of roadway) W CFC $370.00 32 South side of Bayside at Carnation and along W CFC $290.00 Fernleaf 33 Spyglass Canyon Park H $8,700.00 34 Spyglass Roadside W CFC $390.00 35 University Drive at Irvine Ave W CFC $670.00 36 Valley Acreage (Near Spyglass Canyon Park) H $4,200.00 (C) Clearance Trimming, (E) Erosion Protection, (H) Hazard Reduction, (W) Weed Abatement (CFC) 2013 California Fire Code (CFC), Section 304.1.2, (WUI) City of Newport Beach Wildland Urban Interface Area Standard for Hazard Reduction MAINTENANCE SERVICES AGREEMENT WITH BARRON HURLBUT DBA SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION FOR WEED ABATEMENT SERVICES THIS MAINTENANCE SERVICES AGREEMENT ("Agreement') is made and entered into as of this 11th day of June, 2014 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City'), and Barron Hurlbut , a sole proprietor, doing business as ('DBA") SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION ("Contractor"), whose address is P.O. Box 11437 Costa Mesa, CA 92627, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform annual preventative and as -needed clearance trimming, erosion protection, hazard reduction and weed abatement services throughout the City ("Project'). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2019, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work'). As a material inducement to City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and Contractor is experienced in performing the Work contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest industry standards in performing the Work required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest industry standards' shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand -delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Seven Hundred Twenty Five Thousand Dollars and 001100 ($725,000.00), inclusive of the annual adjustments to the billing rates in accordance with the Consumer Price Index as detailed in Section 4.2 below, without prior written amendment to the Agreement. 4.2 Upon the first anniversary of the Effective Date and upon each anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B ("Billing Rates") shall be adjusted in proportion to changes in the Consumer Price Index, subject to the maximum adjustment set forth below. Such adjustment shall be made by multiplying the Billing Rates in Exhibit B by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made, and the denominator of which is the value of the Consumer Price Index for the same calendar month Southland Landscape Maintenance and Installation Page 2 immediately prior to Effective Date. The Consumer Price Index to be used in such calculation is the "Consumer Price Index, All Items, 1982-84=100 for All Urban Consumers (CPI -U)", for the Los Angeles -Riverside -Orange County Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Billing Rates in effect immediately preceding such adjustment. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed two and one half percent (2.5%) of the Billing Rates in effect immediately preceding such adjustment. 4.3 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and/or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.4 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved in writing in advance by City. 4.5 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B and the Letter Proposal. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Barron Hurlbut to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. Southland Landscape Maintenance and Installation Page 3 6. ADMINISTRATION This Agreement will be administered by the Municipal Operations Department. City's Parks & Trees Superintendent or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A, if any, in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with highest industry standards. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the industry standard. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. Southland Landscape Maintenance and Installation Page 4 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are Southland Landscape Maintenance and Installation Page 5 limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint - venture. Southland Landscape Maintenance and Installation Page 6 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 18. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 19. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 20. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate Southland Landscape Maintenance and Installation Page 7 right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 21. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 22. CONFLICTS OF INTEREST 22.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 22.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 23. NOTICES 23.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 23.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Parks & Trees Superintendent Municipal Operations Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 23.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Barron Hurlbut Southland Landscape Maintenance and Installation P.O. Box 11437 Costa Mesa, CA 92627 Southland Landscape Maintenance and Installation Page 8 24. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). WE 0 q. TO ►: • 2 25.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 25.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 26.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ("FLSA") (29 USCA § 201, et seq.). 26.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 26.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. Southland Landscape Maintenance and Installation Page 9 26.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and/or regulations. This obligation shall survive the expiration and/or termination of the Agreement. 27. STANDARD PROVISIONS 27.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 27.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 27.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 27.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 27.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 27.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 27.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 27.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 27.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to Southland Landscape Maintenance and Installation Page 10 this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 27.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 27.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 27.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Southland Landscape Maintenance and Installation Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: -3-11 By: ) /)A, / U ()(A j�O Aaron C. H rp City Attorney ATTEST: Date: 6 • �J By: &/Vv."-- Leilani I. Brow . City Clerk "'•� 0-1 4 L CITY OF NEWPORT BEACH, a California municipal corporation Date: ro. By: Rush N. Hill, II Mayor CONTRACTOR: Barron Hurlbut, a sole proprietor, DBA Southland Landscape Maintenan a and Installation Date: / j B ( - Barron FKrIbut Owner [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Southland Landscape Maintenance and Installation Page 12 EXHIBIT A SCOPE OF SERVICES • DESCRIPTION OF PROJECT o Furnish all labor, equipment, materials, and supervision to provide annual preventative and as -needed clearance trimming, erosion protection, hazard reduction, and weed abatement at thirty-six (36) locations throughout the City of Newport Beach. • WORKING HOURS o Normal working hours shall be between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday. ® LEVEL OF MAINTENANCE o All work shall be performed in accordance with the HIGHEST INDUSTRY STANDARDS, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. o If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or month. Payment will be retained for work not performed until such time as the work is performed to City standard. o The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. o The Contractor shall perform all Work required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. • SUPERVISION OF CONTRACT o All Work shall meet with the approval of the Project Administrator. Any specific problem area which does not meet the conditions of the specifications set forth herein shall be called to the attention of the Southland Landscape Maintenance and Installation Page A-1 Contractor and if not corrected, payment to the Contractor will not be made until condition is corrected in a satisfactory manner as set forth in the specifications. • MAINTENANCE STANDARDS o Contractor shall be responsible for completing one or more of the following types of work on a per -location basis: • Clearance Trimming • Erosion Protection ■ Hazard Reduction • Weed Abatement o Contractor shall be responsible for completing work to one of the following standards on a per -location basis: • Weed Abatement according to 2013 California Fire Code (CFC), Section 304.1.2 • Clearance Trimming according to City of Newport Beach Wildland Urban Interface Area Standard for Hazard Reduction o Regardless of which standard applies all cuttings, trimmings, or other debris shall be removed from lots, streets, parkways, or alleys. Sidewalks, curbs, and gutters shall be cleaned of debris. All vegetation shall be cut close to the ground with stubble not exceeding two inches (2"), and if not chopped to a fine dust, it shall be raked and hauled away. No strips or growth shall be left around the outer edges of property or adjacent to fences, curbs, or sidewalks. Machine disking of vegetation is not permitted without prior authorization PREVENTATIVE MAINTENANCE o Contractor shall provide the City with an annual preventative maintenance schedule detailing work standard to be applied at each location and estimated completion date prior to the start of the work. o City reserves the right to add or delete locations as deemed necessary. I n the event of adding a location to the Scope of Work, the City shall provide the Contractor with the location details and request an annual preventative maintenance cost based on the approved maintenance standard. The Contractor will provide the annual cost in writing to the Project Administrator. No Work shall be performed on the new location until the cost is approved by the Project Administrator. If a location is removed from the schedule, the total annual preventative maintenance cost will be updated to reflect the reduction in service. Southland Landscape Maintenance and Installation Page A-2 o City reserves the right to modify maintenance standards as deemed necessary. In the event of a modification of the maintenance standard, the City shall provide the Contractor with notice of the updated maintenance standard in writing. The Contractor may provide a proposed updated annual cost in writing to the Project Administrator for consideration. No Work shall be performed based on the updated maintenance standard until the cost is approved by the Project Administrator and a written amendment to the Agreement is entered. • AS -NEEDED MAINTENANCE o When the need for Services on private or public property arises, the City shall request in writing, the necessary Services required in adequate detail. Contractor shall then provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal'). The Letter Proposal shall include the following: • A detailed description of the Services to be provided and work standard to be applied; • The estimated number of hours and cost to complete the Services; and ■ The time needed to finish the specific Project. • City will assess the Letter Proposal to ensure that Services and costs proposed are commensurate with those included in the Schedule of Billing Rates included in Exhibit B to the Agreement. No Services shall be provided until the City has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. Southland Landscape Maintenance and installation Page,4 3 SCHEDULE OF BILLING RATES A. Annual Services Site # Site Description Work Type Standard Annual Cost 1 15th Street and Monrovia Ave W CFC $570.00 2 19th Street and Balboa Blvd W CFC $2,100.00 $175.00 3 2315 Holly Lane W CFC 4 Avon Street Alley W CFC $625.00 $9720.00 5 Back Bay Road C WUI $75.00 6 Balboa Blvd and 39th Street W CFC 7 Balboa Blvd Roadside between Channel W CFC $75.00 Place & River $11,270.00 8 Big Canyon Nature Park H 9 Bonita Canyon and University Bridge W CFC $1,220.00 10 Bonita Creek Park Service Road C WUI $2,125.00 11 Buck Gully (Lower) H $1,725.00 13 Cliff Drive Nature Park W CFC $5,600.00 14 Coast Highway (Roadside east of Pelican W CFC $920.00 Point) $870.00 15 Fernleaf Ramp W CFC $1,070.00 16 Fletcher Jones Bike Trail C WUI 17 Harbor Cove Fire Access Road and Trail C WUI $6,025.00 $8,725.00 18 Harbor View Nature Park W CFC Southland Landscape Maintenance and Installation Page B-1 Site # Site Description Work Type Standard Annual Cost 19 Hillside Area Along Coast Highway (North W CFC $2,900.00 of Back Bay View Park) 20 Iris easement W CFC $475.00 21 Jamboree and Bayview Way C WUI $820.00 22 Jamboree and MacArthur (new area) W CFC $2.370.00 23 Jamboree Roadside Apron and Bike Trail W CFC $1,320.00 24 Kings Road (1801 &1811 Kings Rd) W CFC $320.00 25 Mariners Drive cul-de-sac W CFC $1,525.00 26 Mesa Drive (east of Irvine Avenue) W CFC $925.00 27 Newport Dunes bike path W CFC $1,090.00 28 Newport Dunes Slope (Below Coast W CFC $1,070.00 Highway) 29 San Miguel Drive at Big Canyon Reservoir W CFC $570.00 30 Santa Ana Ave E $820.00 31 Santa Ana Ave (South side of roadway) W CFC $370.00 32 South side of Bayside at Carnation and W CFC $290.00 along Fernleaf 33 Spyglass Canyon Park H $8,700.00 34 Spyglass Roadside W CFC $390.00 35 University Drive at Irvine Ave W CFC $670.00 36 Valley Acreage (Near Spyglass Canyon H $4,200.00 Park) (C) Clearance Trimming, (E) Erosion Protection, (H) Hazard Reduction, (W) Weed Abatement (CFC) 2013 California Fire Code (CFC), Section 304.1.2, (WUI) City of Newport Beach Wildland` Urban Interface Area Standard for Hazard Reduction Southland Landscape Maintenance and Installation Page B-2 B. As -Needed Services Unit Costs Labor per hour, per person $22.00 Debris hauling per yard $35.00 As -Needed Services shall be requested by the City in writing. Contractor shall then provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal'). The Letter Proposal shall include the following: • A detailed description of the Services to be provided and work standard to be applied; • The estimated number of hours and cost to complete the Services; and • The time needed to finish the specific Project. • No Services shall be provided until the City has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. Southland Landscape Maintenance and Installation Page B-3 INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented Southland Landscape Maintenance and Installation Page C-1 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B, Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at anytime. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. Southland Landscape Maintenance and Installation Page C-2 C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance If Contractor or any sub - consultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Southland Landscape Maintenance and Installation Page C-3 AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT WITH SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION FOR WEED ABATEMENT THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVI F AGREEMENT ("Amendment No. One"), is entered into as of this �}(}}6}� day of i , 2012, by and between the City of Newport Beach, a California Municipal Corporation and Charter City ("City'), and Barron Hurlbut, doing business as ("DBA") Southland Landscape Maintenance and Installation, a Sole Proprietor whose address is P. O. Box 11437 Costa Mesa, California 92627 ("Contractor'), and is made with reference to the following: RECITALS: A. On July 28, 2009, the City Council approved an agreement entitled, Professional Services Agreement with Southland Landscape and Maintenance Installation for Weed Abatement ("Agreement"). B. The Agreement provided for weed abatement services for thirty-seven (37) City - owned properties and on-call services for private properties as determined by the Fire Marshal in accordance with Newport Beach Municipal Code Chapter 10.48 ("Project'). C. Due to scriveners error the term agreed upon by the parties and included within the City Council Staff Report ('The term of the agreement is for two (2) years and shall be automatically extended for three (3) additional one (1) year terms upon agreement of both parties.") was incorrectly listed in the Agreement as June 30, 2012. D. City and Contractor mutually desire to enter into this Amendment No. One to insert the correct term language into the Agreement and update the insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement shall be amended in its entirety and replaced with the following: The term of this Agreement is for two (2) years and shall be automatically extended for three (3) additional one (1) year terms upon agreement of both parties. This Agreement shall terminate no later than June 30, 2014. 2. INSURANCE Section 14 of the Agreement shall be amended in its entirety and replaced with the following: Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. A. Proof of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. B. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. C. Coverage Requirements. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least one million dollars ($1,000,000)) for Contractors employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employers Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION Page 2 Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (ten (10) calendar days written notice of non- payment of premium) prior to such change. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. D. Other Insurance Provisions or Requirements. The policies are to contain, or be endorsed to contain, the following provisions: I. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. ii. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. iii. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION Page 3 reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. iv. Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. E. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement. F. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION Page 4 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. One on the dates written below. APPROVED AS TO FORM: CITY ATTORt4�EY'S OFFICE Date: i/IDI1Z Aaron C.�Ffw City Attorney ATTEST: J5-10-17, Date: By: 46i, , b. — Leilani I. Bkown City Clerk CITY OF NEWPORT BEACH, A California municipal corporation Date: S 1T I ;oma By: David Kiff City Manager CONTRACTOR:SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALL IOJ4, a sole proprietor Date: By: Barron Hurlbut Principal SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION Page 5 CERTIFICATE OF INSURANCE CHECKLIST Natty of Newport Reach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 3-19-12 Dept./Contact Received From: Rachel] Date Completed: 4-5-12 Sent to: Rachel By: Joel Company/Person required to have certificate: Southland Landscaping Type of contract All Other 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 1-18-12/1-18-13 A. INSURANCE COMPANY: Colony Insurance Company B. AM BEST RATING (A-: VII or greater): A: XII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes ® No D. LIMITS (Must be $1 M or greater): What is limit provided? 1,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ® NIA ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes ® No H. Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No IL AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 8-13-10/8-13-12 A. INSURANCE COMPANY: The Hartford B. AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® NIA ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 1-01-12/1-01-13 A. INSURANCE COMPANY: State Fund B. AM BEST RATING (A-: VII or greater): Not Rated C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes [Z No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY ® N/A ❑ Yes ❑ No V POLLUTION LIABILITY ® N/A ❑ Yes ❑ No V BUILDERS RISK ® N/A ❑ Yes ❑ No ® Yes ❑ No Approved: 4-05-2012 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. PROFESSIONAL SERVICES AGREEMENT WITH SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION FOR WEED ABATEMENT THIS AGREEMENT is made and entered into as of thisday of July, 2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ("City"), and Barron Hurlbut DBA Southland Landscape Maintenance and Installation, a Sole Proprietor whose address is P.O. Box 11437 Costa Mesa, California, 92627 ("Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City requires weed abatement services for 37 City -owned properties and on-call weed abatement services for private properties as determined by the Fire Marshal in accordance with Newport Beach Municipal Code chapter 10.48. C. City desires to engage Contractor to provide weed abatement services ("Project"). D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Contractor for purposes of Project, shall be Barron Hurlbut. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: The term of this Agreement shall commence on the above written date, and shall terminate on the 30th day of June, 2012, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. [Iifil0i1a9:11:7Yi7 Nkh Uri'm Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand -delivery or mail. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor for the services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Contractor's compensation for all weed abatement services for City property performed in accordance with this Agreement, including all reimbursable items and sub -contractor fees, shall not exceed One -Hundred Thirty-eight Thousand Eight Hundred Dollars and no/100 ($138,800) per year without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. All work performed for on-call abatement services shall be billed on an hourly and weight basis in accordance with the billing rates attached hereto as Exhibit B upon written or verbal request from the Project Administrator; Contractor shall provide a letter proposal for services requested by the City (hereinafter referred to as the "Letter Proposal"). No services shall be provided until the Project Administrator has provided written acceptance of the Latter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 4.1 Contractor shall submit monthly invoices to City describing the work performed the preceding month. Contractor's bills shall include the name of the person who performed the work, a brief description of the services performed and/or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: A. The actual costs of subContractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 4.3 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated BARRON HURLBUT to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 6. ADMINISTRATION This Agreement will be administered by the General Services Department. DAN SERENO shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. �VlkVARS0*9Y6I,F-i1clM iI*': In order to assist Contractor in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Contractor will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Contractor and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed work, Contractor certifies that the work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care. 8.2 Contractor represents and warrants to City that it has, shall obtain, and shall keep in full force in effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City 8 to furnish timely information or to approve or disapprove Contractor's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any work performed or services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of 9 the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self-insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 7 iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non-payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power, or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express written consent of City. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by H. Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor written consent for such changes. 18. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 19. INTELLECTUAL PROPERTY INDEMNITY The Contractor shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Contractor's drawings and specifications provided under this Agreement. 20. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 21. WITHHOLDINGS X City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Contractor, the additional design, construction and/or restoration expense shall be borne by Contractor. Nothing in this paragraph is intended to limit City's rights under the law or any other sections of this Agreement. 23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 24. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 25. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: 10 Attention: Dan Sereno General Services Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949-644-3055 Fax: 949-650-0747 All notices, demands, requests or approvals from CITY to Contractor shall be addressed to Contractor at: Attention: Barron Hurlbut Southland Landscape Maintenance and Installation P.O. Box 11437 Costa Mesa, CA 92627 Phone: 949-515-4588 Fax: 949-515-5733 F3�14NiTdIkg/a[Lei k`I In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement,' whether in draft or final form. 27. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 11 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 30. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 31. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 32. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. :L1ALMIVA If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 34. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 35. EQUAL OPPORTUNITY EMPLOYMENT 12 Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: CIT OFFICE OF THE CITY ATTORNEY: A N By: 17 By: ett B. Bauchamp Assistant City Attorney Mayor ATTEST: CONTRACTOR: t�EWPpR `//1(Y`D'�`IC/ hY'i r By: 6c'n B / Leilani Brown F , n (Corporate Officer) City Clerk f ` Principal Barron Hurlbut Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates 13 EXHIBIT A SCOPE OF SERVICES 1. Nature of Work Currently there are thirty-seven (37) City -owned properties that require annual weed abatement maintenance. The lots range in size and also vary in the type and density of vegetation; however, the majority of the weed maintenance involves the cutting and removing of light grasses. The lots will be maintained according to one of the following standards: 1. Clearance Trimming 2. Erosion Protection 3. Hazard Reduction 4. Weed Abatement In addition to City -owned properties the Department also contracts weed abatement work on private property. The Newport Beach Fire Department conducts an annual weed abatement program beginning in April and concluding in July. This program requires the property owner to abate or have abated any nuisances on their property. If the property owner does not comply with the City's request to abate the hazard within a prescribed time, the City will be asked to clear the property. Historically there have been less than five lots annually that need clearing by the City. Also provided with this document is a list of properties including general comments, a corresponding map book, and copies of the applicable standards. 2. General Cleaning Requirements Regardless of which standard applies all cuttings, trimmings, or other debris shall be removed from lots, streets, parkways, or alleys. Sidewalks, curbs, and gutters shall be cleaned of debris. All vegetation shall be cut close to the ground with stubble not exceeding two inches (2"), and if not chopped to a fine dust, it shall be raked and hauled away. No strips or growth shall be left around the outer edges of property or adjacent to fences, curbs, or sidewalks. Machine disking of vegetation is not permitted without prior authorization. 14 EXHIBIT B 6101MINUMai19M14111110[HMAO&I Site Standard Comments Amount Various City -owned Properties 2004 Agreement - Exhibit A - Scope of Services (Updated Standards $9,800 Back Bay Road C Tree Pruning, Clearance Trimming, Street Sweeper Access; Hand tools only; Includes a portion of the trimming along San Joaquin; City -provided bins; Maximum 4 $9,700 Bonita Creek Park Service Road C Clearance trimming $2,200 Harbor Cove Fire Access Road and Trail C Clearance trimming $8,200 Jamboree and Bayview Way C $875 Fletcher Jones Bike Trail C Initial 250 feet $1,875 Santa Ana Avenue E Erosion protection and removal $6,300 China Cove E Erosion protection and removal $4,800 Big Canyon Nature Park H City -provided bins; Maximum 10 $13,000 Spyglass Canyon Park H $9,800 Valley Acreage (Near Spyglass Canyon Park) H Including property behind the Seaview Community $6,600 Lower Buck Gull H $4,700 Middle Buck Gully H City -provided bins; 4 lots per bin $890/lot Harbor View Nature Park W $9,800 Sunset Ridge Park W $3,775 Coast Highway (Roadside east of Pelican Point W $945 Cliff Drive Nature Park W Avoid California Native Plant $6,600 Bonita Canyon and University Bridge W Trimming $1,900 Newport Dunes Slope Below Coast Highway) W $1,575 Fernleaf Ram W $985 Jamboree and MacArthur new area W $3,200 Hillside Area Along Coast Highway (North of Back Bay View Park W $6,300 New City Hall Site W $5,500 Labor Rate Private and public properties not specified above $28/hour Haul Rate Tightly -packed debris $35/ and o (C) Clearance Trimming • (E) Erosion Protection • (H) Hazard Reduction • (W) Weed Abatement 15 2004 Agreement - Exhibit A - Scope of Services (Updated Standards) Site Standard Comments South side of Bayside at W Steep hill needed for street support - Clear left side, Carnation and along right side is City's responsibility. Fernleaf Newport Dunes bike path W Bicycle trails stem Kings Road (1801 &1811 W City Park Kings Rd. Avon alley W From dead end of Avon Street to just short of Riverside Ave Iris easement W Utilities easement Mariners Drive cul-de- W Hillside and rear of 930 Mariners Drive sac 19th Street and Balboa W Slope alongside 19 Street and Balboa Blvd Blvd Carnation at Bayside W At the slope of Begonia Park. Small area of City property to the side of 2340 & 2333 Pacific Drive San Miguel Drive at Big W Canyon Reservoir 15th Street and Monrovia W Easement alongside of Seacliffe Mobile Home Park Ave Across the street from W 2315 Holly Lane Balboa Blvd. and 39th W Comer section at alley and along Balboa Blvd Street Jamboree Roadside W Eastbluff Drive apron from Jamboree Road to the 40 Apron and Bike Trail mph speed limit sign and Jamboree Road apron and along bike trail Santa Ana Ave (South W Between Old Newport Blvd and Cliff Drive. side of roadway) Sloe maintenance Balboa Blvd. Roadside W Small section north of 4410 Balboa Blvd between Channel Place & River University Drive at Irvine W Easement on south side to the end of University Drive Ave and on north side in front of the YMCA Mesa Drive (east of W Both sides of Mesa Drive Irvine Avenue Spyglass Roadside W Upper Big Canyon "Immediate Apron Area" O (W) Weed Abatement 16 AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, WITH SOUTHLAND LANDSCAPE MAINTENANCE AND INSTALLATION FOR ANNUAL WEED AND RUBBISH ABATEMENT THIS AMEN MENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 4ftL day of , 2004, by and between the CITY OF NEWPORT BEACH, a m unicipal c orporation, ( hereinafter referred to a s "CITY") a nd SOUTHLAND LANDCAPE MAINTENANCE & INSTALLATION, whose address is Post Office Box 11 7, Costa Mesa, California, 92627, (hereinafter referred to as "CONSULTANT"), is made with reference to the following: RECITALS A. On the 14th day of November 2001, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as the "Agreement", for annual weed and rubbish abatement services, hereinafter referred to as "Project." B. Two one-year extensions of this Agreement were entered into previously by CITY and CONSULTANT, and the Agreement is now scheduled to expire on the 31St day of December 2004. C. CITY desires to enter into this Amendment No. 1 to modify the Scope of Services to be provided under the Agreement, and to extend the term of the Agreement for another year, until the 31St day of December 2005. D. As part of this Amendment No. 1, CITY desires to modify CONSULTANT's responsibilities, decreasing the total acreage over which CONSULTANT is responsible for performing weed abatement services. This change will result in the reduction of CONSULTANT'S compensation by $5,975.00 a year, effective January 1, 2004. S pecifically, CONSULTANT shall no longer be responsible for performing weed and rubbish abatement services at Castaways Nature Park and at City -owned property at Balboa Boulevard, between Channel Place and River Avenue. However, CONSULTANT agrees to assume responsibility for performing weed and rubbish abatement services at two other City -owned properties -- Harbor Hill and Bayside Drive at Heliotrope Avenue, as described more fully in the attached Scope of Services. same or any other term, covenant or condition contained herein, whether of the same or a different character. 22. INTEGRATED CONTRACT This Agreement represents the full and nature whatsoever between the Parties herE agreements of whatsoever kind or nature are implied covenant shall be held to vary the pry Agreement will be effective only by writte Contractor. CITY OF NEWPORT BEACH A Municipal Corporation By: w, (Mayor for the City of Newp Beach CONTRACTOR complete understanding of every kind or o, and all preliminary negotiations and nerged herein. No verbal agreement or visions herein. Any modification of this i execution signed by both City and Barron Hurlbut Southland Landscape Maintenance and Installation APPROVEV4S TO FORM: By: ' Robin L. Clauson Assistant City Attorney for the City of Newport Beach ATTEST: By: C/IyV� fv LaVonne Harkless City Clerk January 1, 2004 EXHIBIT "A" SCOPE OF SERVICES Nature of Work Currently there are twenty-two (22) City owned properties that require annual weed abatement maintenance. The lots range in size. The lots also vary in type and density of vegetation; however, the majority of the weed abatement maintenance involves the cutting and removing of light grasses. The lots will be maintained according to one of two standards. The standards are either (1) 1997 Uniform Fire Code Appendix II -A (UFC), or (2) City of Newport Beach Urban Wildland Interface Area Standard for Hazard Removal (UWI). Also provided with this document is a list of properties including general comments, a corresponding map book, and copies of applicable standards. Below is the list of City owned properties: Spyglass Canyon Park 2. Big Canyon Nature Park 3. Harbor View Nature Park 4. Various City Owned Property (19 locations) 6. Labor and Haul rate for private and public properties not specified above (labor rate per hour and haul rate per cubic foot/tightly packed debris) In addition to City owned properties, the Department also contracts weed abatement work on private property. The Newport Beach Fire Department conducts an annual weed abatement program beginning in April and concluding in July. This program requires the property owner to abate or have abated any nuisances on their property. If the property owner does not comply with the City's request to abate the hazard within a prescribed time, the City will be asked to clear the property. Historically there have been less than five lots annually that need clearing by the City. 2. General Cleaning Requirements Regardless of what standard applies (UFC or UWI) all cuttings, trimmings, or other debris shall be removed from lots, streets, parkways, or alleys. Sidewalks, curbs, and gutters shall be cleaned of debris. All vegetation shall be cut close to the ground with stubble not exceeding two inches (2"), and if not chopped to a fine dust, it shall be raked and hauled away. No strips or growth shall be left around the outer edges of property or adjacent to fences, curbs, or sidewalks. Machine disking of vegetation is not permitted without prior authorization. Page 1 of 3 January 1, 2004 EXHIBIT "A" SCOPE OF SERVICES Weed Abatement of City Owned Property Site Standard UFC or UWI Comments Harbor View Nature Park UWI Nature park. Big Canyon Nature Park UWI Nature park. Spyglass Canyon UWI Slope, canyon, & immediate apron off Spyglass Hill Road. Spyglass (Roadside) *Remove all light fuels. Harbor Hill UFC Entry gained from gate at 1 Belmont. Bayside/Fernleaf Ramp UFC Steep hill needed for street support - Clear left side, right side is City's responsibility. Begonia Park UFC At the slope of Begonia Park. Small area of City property to the side of 2340 & 2333 Pacific Drive. Bayside Drive @ Heliotrope Avenue UFC Slope on Bayside Drive below 322 Heliotrope Avenue. Iris easement UFC Utilities easement located between the homes on Iris & Jasmine between First Avenue & Bayside Drive. Kings Road City Park *Remove all light fuels. 1801 & 1811 Kings Road. Newport Dunes bike path UFC Bicycle trail system. San Miguel Drive at Big Canyon Reservoir *Remove all light fuels. Balboa Blvd. and 39th Street *Remove all light fuel/trash Corner section at alley and along Balboa Blvd. Avon Street Alley UFC From dead end of Avon Street to just short of Riverside Avenue. Page 2 of 3 January 1, 2004 EXHIBIT "A" SCOPE OF SERVICES Weed Abatement of City Owned Prouertv Santa Ana Avenue UFC Between Old Newport Boulevard and Cliff Drive (South side of roadway) slope maintenance. 2315 Holly Lane *Limb up trees/remove light fuels. North side of Holly Lane — between property owners fence & City street. 15th Street and Monrovia Ave. UFC Easement alongside of Seacliffe Mobile Home Park. Mariners Drive cul-de-sac UW 1 Hillside and rear of 930 Mariners Drive. 19th Street and Balboa Blvd. UFC Slope alongside 19 Street and Balboa Boulevard. Jamboree & Eastbluff Roadside Apron Bike Trail UFC Eastbluff Drive apron from Jamboree Road to the 40/mph speed limit sign and Jamboree Road apron and along bike trail. University Drive at Irvine Avenue UFC Easement on south side to the end of University Drive and on north side in front of the YMCA. Mesa Drive (east of Irvine Avenue) UFC, if applicable Both sides of Mesa Drive. E Page 3 of 3 tPW µTim -y oth ile _ - 8360 i\iewpn=='31ud f - Ye a � I ij W1 February 11, 2004 Ivlr. Barron Hurlbut Soutldand Landscape Maintenance P.O. Box 11437 Costa. Mesa, CA 92627 E SUBJECT: Contract Extension for Weed Abatement Services Dear Mr. Hurlbut, This letter is to validate the extension of the contract through December 31; 2004, for weed abatement services on City properties in Newport Beach. The terms of the contract remain, as specified in the contract dated November 14, 2001, in the amount of $40,340.00. By signing below you are agreeing to this extension and the terms and conditions specified herein. Sul re , Dermis Lockard Fire Marshal B _ G Barron Hurlbut Southland Landscape Maintenance • NEWPORT BEACH FIRE DEPARTMENT June 27, 2003 Mr. Barron Hurlbut Southland Landscape Maintenance P.O. Box 11437 Costa Mesa, CA 92627 SUBJECT: Contract Extension for Weed Abatement Services Dear Sir, This letter is to validate the extension of the contract through December 31, 2003, for weed abatement services on City properties in Newport Beach. The terms of the contract remain, as specified in the contract dated November 14, 2001, in the amount of $40,340.00. By signing below you are agreeing to this extension and the terms and conditions specified herein. Sinc -e y, Dennis Lockard Fire Marshal B} Barron Hurlbut Southland Landscape Maintenance 0 • CITY OF NEWPORT BEACH 4 Pp,4� fpovt SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WEED ABATEMENT SERVICES City of Newport Beach Fire Department 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658-8915 (949)644-3106 0 0 c -a4 -q 4 -- PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this 14th day of November 2001, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City"), and Southland Landscape Maintenance and Installation whose address is PO Box 11427, Costa Mesa, California, 92627, (hereinafter referred to as "Contractor"), is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to continue weed abatement services ("Project"). C. City desires to engage Contractor to provide weed abatement services upon the terms and conditions contained in this Agreement. D. The principal member of Contractor, for the purpose of this Project, is Barron Hurlbut. E. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to contract with Contractor under the terms of conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: TERM The term of this Agreement shall be one (1) year commencing on the 13t day of January 2002, and terminating on the 31st day of December 2002. This Agreement is subject to review and at City's option, extension on a year-to-year basis. It is the intent of the City to renew this Agreement for successive years without any cost increase. However, the Contractor or the City may request a price adjustment in writing sixty days prior to the Agreement renewal date. 2. SERVICES TO BE PERFORMED Contractor shall diligently perform all the duties set forth in the "Scope of Services," attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT 0 • City shall pay Contractor for the services in accordance with the provisions of this Section. No rate changes shall be made during the initial one (1) year term of this Agreement without prior written approval of City. Contractors compensation for all work performed in accordance with this Agreement shall not exceed the total Agreement price of forty thousand three hundred forty dollars ($40, 340.00). 3.1 Contractor shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Contractor shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice, and subject to the approval of City. 3.3 Contractor shall not receive any compensation for extra work without prior written authorization of City. 3.4 City shall reimburse Contractor only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved, in writing, in advance by City. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Contractor or under Contractors supervision. Contractor represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Contractor represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Contractor further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 0 E Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, Contractors, or governmental agencies, or any other delays beyond Contractor's control or without Contractor's fault. 5. INDEPENDENT PARTIES City retains Contractor on an independent basis and Contractor is not an employee of City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the details in means of performing the work provided that Contractor is compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Contractor as to the details of the performance of the services or to exercise a measure of control over Contractor shall mean that Contractor shall follow the desires of City only with respect to the results of the services. 6. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 7. PROJECT MANAGER Contractor shall assign the Project to a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Project term. Contractor has designated Barron Hurlbut to be its Project Manager. Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement. City owned property shall be abated between June 1" and August 31St. Privately owned property will be abated beginning on or around August 15t and work concluded prior to August 15th. The failure by Contractor to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Contractor for delay. Notwithstanding the foregoing, Contractor shall not be responsible for delays which are due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. • 0 8.1 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Contractors control. 8.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 8.3 The Parties agree that it is extremely difficult and impractical to determine and fix the actual damages which the City will sustain should the Contractor fail to complete the work called for in this Agreement. Should Contractor fail to complete the work called for in this Agreement, Contractor agrees to deduction of liquidated damages in the sum of two hundred fifty dollars ($250.00) per day for everyday beyond the date scheduled for completion provided in Section 8. 9. COMPLIANCE All work performed by Contractor shall comply with all City, County, State and Federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City. 10. PROGRESS Contractor is responsible to keep the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 11. HOLD HARMLESS Contractor shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subs in the performance of services or work conducted or performed pursuant to this Agreement. This indemnity shall apply even in the event of negligence of City, or its employees, or other s, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this 0 indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Contractor's services as described herein. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Bests Key Rating Guide: unless otherwise approved by the City Risk Manager. A. Workers compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of Contractors operation hereunder. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Contractor agrees that, in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor herein, 0 0 a waiver of any right of subrogation which any such insurer of said Contractor may acquire against City by virtue of the payment of any loss under such insurance. 13. ADMINISTRATION This Agreement will be administered by the Newport Beach Fire Department. Fire Inspector Nadine Morris shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 14. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records during normal business hours. Contractor shall allow inspection of all work, data, documents, proceedings and. activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 15. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of seven percent (7%) per annum from the date of withholding of any amounts found to have been improperly withheld. 16. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with the Project. 17. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making decisions that will foreseeably financially affect such interest. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Contractor shall 0 0 indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 18. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 19. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests, or approvals from Contractor to City shall be addressed to City at: City of Newport Beach Fire Department Fire Prevention Division 3300 Newport Boulevard, Newport Beach, CA 92663 PO Box 1768, Newport Beach, CA 92658-8915 Office (949) 644-3106 Fax (949) 644-3120 20. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 20.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days prior written notice to Contractor as provided herein. Upon termination of this Agreement, City shall pay to the Contractor that portion. of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 21. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the 0 same or any other term, covenant or condition contained herein, whether of the same or a different character. 22. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. CITY OF NEWPORT BEACH A Municipal Corporation By. Mayor for the City of Newp Beach CONTRACTOR Barron Hurlbut Southland Landscape Maintenance and Installation APPROVE"S TO FORM: By: Robin L. Clauson Assistant City Attorney for the City of Newport Beach ATTEST: By:A , 1f a 2:22/ LaVonne Harkless City Clerk 0 EXHIBIT A SCOPE OF SERVICES Nature of Work Currently there are twenty-two (22) City owned properties that require annual weed abatement maintenance. The lots range in size. The lots also vary in type and density of vegetation; however, the majority of the weed abatement maintenance involves the cutting and removing of light grasses. The lots will be maintained according to one of two standards. The standards are either (1) 1997 Uniform Fire Code Appendix II -A (UFC), or (2) City of Newport Beach Urban Wildland Interface Area Standard for Hazard Removal (UWI). Also provided with this document is a list of properties including general comments, a corresponding map book, and copies of applicable standards. Below is the list of City owned properties: 1. Spyglass Nature Park 2. Big Canyon Nature Park 3. Harbor View Nature Park 4. Castaways Park 5. Various City Owned Property (18 locations) 6. Labor and Haul rate for private and public properties not specified above (labor rate per hour and haul rate per cubic foot/tightly packed debris) In addition to City owned properties the Department also contracts weed abatement work on private property. The Newport Beach Fire Department conducts an annual weed abatement program beginning in April and concluding in July. This program requires the property owner to abate or have abated any nuisances on their property. If the property owner does not comply with the City's request to abate the hazard within a prescribed time, the City will be asked to clear the property. Historically there have been less than five lots annually that need clearing by the City. 2. General Cleaning Requirements Regardless of what standard applies (UFC or UWI) all cuttings, trimmings, or other debris shall be removed from lots, streets, parkways, or alleys. Sidewalks, curbs, and gutters shall be cleaned of debris. All vegetation shall be cut close to the ground with stubble not exceeding two inches (2"), and if not chopped to a fine dust, it shall be raked and hauled away. No strips or growth shall be left around the outer edges of property or adjacent to fences, curbs, or sidewalks. Machine disking of vegetation is not permitted without prior authorization. EXHIBIT "A" SCOPE OF SERVICES Weed Abatement of City Owned Property Standard Site UFC or UWI Comments Spyglass Canyon Park UWI Slope and Canyon Area pg, 2 Complete prior to July 4'" Big Canyon Nature Park UWI City provides bins. pg. 10 Harbor View Nature Park UWI Nature Park Pg. 4 Castaways Park UWI Complete prior to July 4 pg, 8 City provides bins. Calif. natives to be avoided. South side of Bayside at Carnation and along Fernleaf UFC Steep hill needed for street support - Clear left pg. 1 side, right side is City's responsibility. Newport Dunes bike path UFC Bicycle trail system pg. 5 Kings Road (1801 & 1811 Kings Rd.) Remove all light fuels City Park 3 Avon alley UFC From dead end of Avon Street to just short of pg, 7 Riverside Avenue.. Iris easement UFC Utilities easement pg. 1 A Ilk Mariners Drive cul-de-sac UWI Hillside and rear of 930 Mariners Drive qIF pg. 12 19th Street and Balboa Blvd. UFC Slope alongside 10 Street and Balboa Blvd. pg. 13 Carnation at Bayside UFC At the slope of Begonia Park. Small area of City pg. 1 property to the side of 2340 & 2333 Pacific Drive. San Miguel Drive at Big Canyon Reservoir Remove all light fuels pg. 4 EXHIBIT "A" SCOPE OF SERVICES Weed Abatement of City Owned Properly Standard Site UFC or UWI Comments 15th Street and Monrovia Ave. UFC Easement alongside of Seacliffe Mobile Home pg. 11 Park. Across the street from 2315 Holly Lane Limb up trees and North side of Holly Lane - between property pg. 9 remove light fuels owner's fence and City street. Balboa Blvd. and 39th Street Remove all light fuel/trash Comer section at alley and along Balboa Blvd. pg. 6 Jamboree Roadside Apron and Bike Trail UFC Eastbluff Drive apron from Jamboree Road to the pg. 14 40mph speed limit sign and Jamboree Road apron and along bike trail. Santa Ana Ave. (South side of roadway) UFC Between Old Newport Blvd. and Cliff Drive. pg. 7 Slope maintenance. Balboa Blvd. Roadside between Channel Place & River Remove all light fuel/trash Small section north of 4410 Balboa Blvd. pg. 6 University Drive at Irvine Ave. UFC Easement on south side to the end of University pg. 15 Drive and on north side in front of the YMCA. Mesa Drive (east of Irvine Avenue) UFC, if applicable Both sides of Mesa Drive pg. 15 Spyglass Roadside UFC (Upper Big Canyon) "Immediate Apron Area" pg. 2 0