Loading...
HomeMy WebLinkAboutC-8651-1 - M/RSA for Landscape Maintenance of Medians and Roadsides1 AMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES AGREEMENT U WITH BRIGHTVIEW LANDSCAPE SERVICES, INC. FOR LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES THIS AMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 27th day of June, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and BRIGHTVIEW LANDSCAPE SERVICES, INC., a California corporation ("Contractor"), whose address is 980 Jolly Road, Suite 300, Blue Bell, Pennsylvania 19422, and is made with reference to the following: RECITALS A. On December 1, 2020, City and Contractor entered into a Professional Services Agreement ("Agreement") for annual landscape maintenance services of City medians and roadsides ("Project"). B. The Agreement provides for both fixed services, and on -call services, each subject to a separate not to exceed amount, with up to a 2% per year increase to the fixed services after the first year. C. The parties desire to enter into this Amendment No. One to increase the total compensation available for fixed services to reflect the addition of an Enhanced Landscape Maintenance Lead Worker including corresponding fuel sub -charges for truck and equipment, and additionally, to increase the total compensation available for on -call services due an increase in volume that was not anticipated at the time the parties entered into the Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SERVICES TO BE PERFORMED Exhibit A to the Agreement, Scope of Services, shall be supplemented to include Exhibit A, attached hereto and incorporated herein by reference. Exhibit A to the Agreement and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. BILLING RATES Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Exhibit B to the Agreement and Exhibit B to Amendment No. One shall collectively be known as "Exhibit B." Brightview Landscape Services, Inc. Page 1 3. COMPENSATION TO CONTRACTOR Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "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 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. 4.1.1 Contractor's compensation for all fixed Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Fourteen Million Eight Hundred Sixty Nine Thousand Six Hundred Ninety Two Dollars and 00/100 ($14,869,692.00), subject to the annual not to exceed amounts set forth in the following table which is based on the total annual cost for fixed Services set forth in Exhibit B, and includes the possibility of up to a 2% increase in Billing Rates as may be authorized under Section 4.2 of this Agreement (annual values rounded up to the next whole dollar): Fixed Services Per Year Not To Exceed 2020-2021 $1,916,787.00 2021-2022 $1,955,122.00 2022-2023 $2,060,100.00 2023-2024 $2,168,494.00 2024-2025 $2,211,864.00 2025-2026 $2,256,101.00 2026-2027 $2,301,224.00 Total Not to Exceed for Fixed $14,869,692.00 Services: 4.1.2 Contractor's compensation for all On -Call Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Four Million Three Hundred Eighty Thousand Sixty Eight Dollars and 00/100 ($4,380,068.00), without prior written amendment to the Agreement. 4.1.3 Contractor's compensation for all Services performed in accordance with this Agreement, including all fixed and on -call Services and all reimbursable items, shall not exceed a grand total amount of Nineteen Million Two Hundred Forty Nine Thousand Seven Hundred Sixty Dollars and 00/100 ($19,249,760.00), without prior written amendment to the Agreement." Brightview Landscape Services, Inc. Page 2 The total amended compensation reflects Contractor's additional compensation for additional fixed and on -call services to be performed in accordance with this Amendment No. One, including all reimbursable items, in a total amount not to exceed Two Million Eight Hundred Ninety Nine Thousand Seven Hundred Sixty Dollars and 00/100 ($2,899,760.00). 4. 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] Brightview Landscape Services, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: ron C. Harp 1.2-Z3 wc, City Attorney ATTEST: �� Date: K A3 CITY OF NEWPORT BEACH, a California municipal corporation nntw CONTRACTOR: Brightview Landscape Services, Inc., a California corporation Date: Signed in Counterpart By: Joshua Dake Group Senior Vice President SEW PO�r �c+ u z [END OF SIGNATURES] Attachments: Exhibit A - Scope of Services Exhibit B - Billing Rates Brightview Landscape Services, Inc. Page 4 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ron C. Harp r City Attorney ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Noah Blom Mayor CONTRACTOR: Brightview Landscape Services, Inp., California corporation Date: L 2- By: Joshu ' Dake Grou Senior Vice President [END OF SIGNATURES] Attachments: Exhibit A - Scope of Services Exhibit B - Billing Rates Brightview Landscape Services, Inc. Page 4 EXHIBIT A SCOPE OF SERVICES Appendix A to Exhibit A of the Agreement, "Minimum Staff Requirements & Location Area Map," shall be supplemented to include the following: At a minimum, contractor shall provide, the Work Required additional positions as Performed Vehicle Location depicted in the table below: # Positions Driving, Debris Enhanced Landscape Pick-up, Storm Pick-up Truck: Maintenance — Lead Response, F-150 or equal Citywide Worker Weeding, and Trimming Brightview Landscape Services, Inc. Page 5 EXHIBIT B BILLING RATES The following shall be supplemental to Exhibit B to the Agreement: Item Rate Quantity per Total per Month Month Enhanced Landscape Maintenance — Lead $30.00 173.3342 $5,200.03 Worker Fuel Sub Charges for Truck $5,779.14 1 $5,779.14 & Work Equipment Total Additional Monthly Fixed $10,979.17 Maintenance Brightview Landscape Services, Inc. Page 6 Brightview Landscape Services, Inc. 1960 S. Yale St. Santa Ana, CA 92704 Attn: Joshua Dake CITY OF NEWPORT BEACH 592 Superior Ave Newport Beach, California 92653 949 544-3055 1949 646-5204 FAX newportbeachca.gov/municipaloperations RE: Notification of 2021 CPI Adjustment to Billing Rates for C-8661-1, Landscape Maintenance of Medians & Roadsides Per section 4.2 of the contract, Exhibit B (Schedule of Billing Rates) shall be adjusted by 2.0%. The updated schedule of billing rates shall be applied to all work completed on or after the anniversary of the effective date December 1. A breakdown of the CPI adjustment is detailed below. Please see the Updated Schedule of Billing Rates with the 2.0% increase. The new rates will become effective December 1, 2021. Thank you, Kevin Pekar Parks & Trees Superintendent A/ -z--- G. Micah Martin Deputy Director of Public Works, Municipal Operations Division LOCATION PCH - Santa Ana river to Newport Blvd. SQUAREJEET ACRES 50,855.96 TYPE 1.17 Roadside MAINTTYPE Hardscape IRRIGATION Total Monthly Maintenance $ 300.74 Total Annual Maintenance $ 3,608.88 YEAR 2 CPl (Fixed 2%) RATES MONTHLY $306.75 YEAR 2 CPl (Fixed 2%) RATES ANNUAL $3,681.06 PCH - Santa Ana river to Newport Blvd. 98,959.50 2.27 Roadside Landscape Sprinkler $ 1,080.78 $ 12,969.36 $1,102.40 $13,228.75 Subtotal 149,815.46 3.44 Enter Bid Amount: $1,381.52 $16,578.24 $1,409.15 $16,909.80 PCH - Santa Ana River to Tustin Ave. 62,693.58 1.44 Median Hardscape $ 370.75 $ 4,449.00 $378.17 $4,537.98 PCH - Santa Ana River to Tustin Ave. 25,904.98 0.59 Median Landscape Sprinkler $ 282.92 $ 3,395.04 $288.58 $3,462.94 Subtotal 88,598.56 2.03 Enter Bid Amount: $ 653.67 $ 7,844.04 $666.74 $8,000.92 Summit St. planter 1,294.81 0.03 Roadside Hardscape $ 7.62 $ 91.44 $7.77 $93.27 Summit St. planter 769.56 0.02 Roadside Landscape Sprinkler $ 8.63 $ 103.56 $8.80 $105.63 Subtotal 2,064.37 0.05 Enter Bid Amount: $ 16.25 $ 195.00 $16.58 $198.90 37th - Sonora St. street ends off Seashore 11,695.62 0.27 Roadside Hardscape $ 69.15 $ 829.80 $70.53 $846.40 37th - Sonora St. street ends off Seashore 6,973.62 0.16 Roadside Landscape Sprinkler 116 $ 75.90 $ 910.80 $77.42 $929.02 Subtotal 18,669.24 0.43 Enter Bid Amount: $145.05 $1,740.60 $147.95 $1,775.41 Cappystrail/bench area 969.81 0.02 Roadside Hardscape $ 5.75 $ 69.00 $5.87 $70.38 Cappys trail/bench area 7,743.80 0.18 Roadside Landscape Water Truck $ 84.53 $ 1,014.36 $86.22 $1,034.65 Subtotal 8,713.62 0.20 Enter Bid Amount: $ 90.28 $ 1,083.36 $92.09 $1,105.03 Oil Wells 533,848.43 12.26 Roadside Landscape $ 5,828.27 $ 69,939.24 $5,944.84 $71,338.02 Subtotal 533,848.43 12.26 Enter Bid Amount: $ 5,828.27 $ 69,939.24 $5,944.84 $71,338.02 Superior x PCH Parking Lot 33,662.71 0.77 Roadside Asphalt $ 373.77 $ 4,485.24 $381.25 $4,574.94 Superior PCH Parking Lot 18,707.99 0.43 Roadside Hardscape $ 110.69 $ 1,328.28 $112.90 $1,354.85 Superior x PCH Parking Lot 30,971.80 0.71 Roadside Landscape Sprinkler $ 338.12 $ 4,057.44 $344.88 $4,138.59 Superior x PCH Parking Lot 9,456.03 0.22 Roadside Turf Sprinkler $ 931.08 $ 11,172.96 $949.70 $11,396.42 Subtotal 92,798.53 2.13 Enter Bid Amount: $ 1,753.66 $ 21,043.92 $1,788.73 $21,464.80 Superior Medians - PCH to Industrial Way 13,335.89 0.31 Median Hardscape $ 78.92 $ 947.04 $80.50 $965.98 Superior Medians - PCH to Industrial Way 27,174.29 0.62 Median Landscape Sprinkler $ 296.72 $ 3,560.64 $302.65 $3,631.85 Subtotal 40,510.18 0.93 Enter Bid Amount: $ 375.64 $ 4,507.68 $383.15 $4,597.83 Balboa Blvd. - PCH to 32nd St. Balboa Blvd. - PCH to 32nd St. 62.18 17,170.78 0.00 Median 0.39 Median Hardscape Landscape Sprinkler $ 0.43 $ 187.17 $ 5.16 $ 2,246.04 $0.44 $190.91 $5.26 $2,290.96 Balboa Blvd. - PCH to 32nd St. 37,669.94 0.86 Roadside Hardscape $ 222.83 $ 2,673.96 $227.29 $2,727.44 Balboa Blvd. - PCH to 32nd St. 20,059.00 0.46 Roadside Landscape Sprinkler $ 219.09 $ 2,629.08 $223.47 $2,681.66 Subtotal 74,961.90 1.72 Enter Bid Amount: $ 629.52 $ 7,554.24 $642.11 $7,705.32 River Ave Corner 533.39 0.01 Roadside Hardscape $ 3.16 $ 37.92 $3.22 $38.68 River Ave Corner 511.10 0.01 Roadside Landscape Sprinkler $ 5.18 $ 62.16 $5.28 $63.40 Subtotal 1,044.49 0.02 Enter Bid Amount: $ 8.34 $ 100.08 58.51 $102.08 River Ave. planters - 47th to 54th 23,575.51 0.54 Roadside Hardscape $ 139.45 $ 1,673.40 $142.24 $1,706.87 River Ave. planters - 47th to 54th 8,227.26 0.19 Roadside Landscape Sprinkler $ 89.71 $ 1,076.52 $91.50 $1,098.05 Subtotal 31,802.77 0.73 Enter Bid Amount: $ 229.16 $ 2,749.92 $233.74 $2,804.92 OCTA Bus Stop - Balboa Blvd. x 46th OCTA Bus Stop - Balboa Blvd. x 46th 1,110.34 1,095.78 0.03 Roadside 0.03 Roadside Hardscape Turf Sprinkler $ 6.61 $ 107.82 $ 79.32 $ 1,293.84 $6.74 $109.98 $80.91 $1,319.72 Subtotal 2,206.12 0.05 Enter Bid Amount: $ 114.43 $ 1,373.16 $116.72 $1,400.62 OCTA Bus Stop - Balboa Blvd. x River 1,073.98 0.02 Roadside Hardscape $ 6.33 $ 75.96 $6.46 $77.48 OCTA Bus Stop - Balboa Blvd. x River 1,330.85 0.03 Roadside Landscape Sprinkler $ 14.66 $ 175.92 $14.95 $179.44 Subtotal 2,404.83 0.06 Enter Bid Amount: $ 20.99 $ 251.88 $21.41 $256.92 Newport Island Entrance Planters 1,380.11 0.03 Roadside Hardscape $ 8.19 $ 98.28 $8.35 $100.25 Newport Island Entrance Planters 1,401.49 0.03 Roadside Landscape Sprinkler $15.53 15.53186.36 $15.84 $190.09 Newport Island Entrance Planters 2,595.80 0.06 Roadside Turf Sprinkler $ 255.41 3,064.92 $260 $3,126.22 Subtotal 5,377.40 0.12 Enter Bid Amount: $ 279.13 $ 3,349.56 $284.71 $3,416.55 McFadden Parking Lot 20,605.31 0.47 Roadside Asphalt $ 228.82 $ 2,745.84 $233.40 $2,800.76 McFadden Parking Lot 5,160.77 0.12 Roadside Hardscape $ 30.48 $ 365.76 $31.09 $373.08 McFadden Parking Lot 2,327.93 0.05 Roadside Landscape Sprinkler $ 25.01 $ 300.12 $25.51 $306.12 McFadden Parking Lot 3,699.49 0.08 Roadside Turf Sprinkler $ 364.19 $ 4,370.28 $371.47 $4,457.69 Subtotal 31,793.50 0.73 Enter Bid Amount: $ 648.50 $ 7,782.00 $661.47 $7,937.64 McFadden Interchange Medians 5,188.97 0.12 Median Hardscape $ 30.62 $ 367.44 $31.23 $374.79 McFadden Interchange Medians 1,841.38 0.04 Median Landscape Sprinkler $ 19.84 $ 238.08 $20.24 $242.84 McFadden Interchange Medians 13,830.67 0.32 Median Landscape Sprinkler $ 150.95 $ 1,811.40 $153.97 $1,847.63 Subtotal 20,861.01 0.48 Enter Bid Amount: $ 201.41 $ 2,416.92 $205.44 $2,465.26 Mc Fadden PI & Ocean Front Parking Lot 139,337.40 3.20 Roadside Asphalt $ 1,547.16 $ 18,565.92 $1,578.10 $18,937.24 Mc Fadden PI & Ocean Front Parking Lot 76,542.87 1.76 Roadside Hardscape $ 452.70 $ 5,432.40 $461.75 $5,541.05 Mc Fadden PI & Ocean Front Parking Lot 13,715.08 0.31 Roadside Landscape $ 150.08 $ 1,800.96 $153.08 $1,836.98 Mc Fadden PI & Ocean Front Parking Lot 4,875.33 0.11 Roadside Sand $ 641.61 $ 7,699.32 $654.44 $7,853.31 Subtotal 234,470.67 5.38 Enter Bid Amount: $ 2,791.55 $ 33,498.60 $2,847.38 $34,168.57 Balboa Blvd. - Medina Way to 21st St. 23,875.20 O.SS Median Hardscape $ 141.17 $ 1,694.04 $143.99 $1,727.92 Balboa Blvd. - Medina Way to 21st St. 13,308.70 0.31 Median Landscape Water Truck $ 144.91 $ 1,738.92 $147.81 $1,773.70 Balboa Blvd. - Medina Way to 21st St. 4,788.43 0.11 Roadside Hardscape $ 28.32 $ 339.84 $28.89 $346.64 Balboa Blvd. - Medina Way to 21st St. 512.03 0.01 Roadside Landscape Water Truck $ 5.18 $ 62.16 TIZ IN $63.40 Subtotal 42,484.36 0.98 Enter Bid Amount: $ 319.58 $ 3,834.96 $325.97 C; 91 1.66 15th Street 558.39 0.01 Median Landscape Sprinkler $ 6.04 $ 72.48 $6.16 $73.93 15th Street 14,349.99 0.33 Roadside Hardscape $ 84.82 $1,017.84 $86.52 $1,038.20 15th Street 4,027.72 0.09 Roadside Landscape Sprinkler $ 43.99 $ 527.88 $44.87 $538.44 Subtotal 18,936.11 0.43 Enter Bid Amount: $134.85 $1,618.20 $137.55 $1,650.56 13th St. Street End - Bayside 280.27 0.01 Roadside Hardscape$ 1.7 0.76 $21.18 13th St. Street End -Bayside 2,339.63 0.05 Roadside Sand $ 307.9 3,694.80 $3,768.70 Subtotal 2,619.90 0.06 Enter Bid Amount: $ 309.63 $ 3,715.56 $315.82 $3,789.87 12th St. Street End - Bayside 430.43 0.01 Roadside Landscape Water Truck $ 4.31 $ 51.72 $4.40 $52.75 12th St. Street End - Bayside 2,226.69 0.05 Roadside Sand $ 293.04 $ 3,516.48 $298.90 $3,586.81 Subtotal 2,657.12 0.06 Enter Bid Amount: $ 297.35 $ 3,568.20 $303.30 $3,639.56 11th St. Street End - Bayside 1,706.34 0.04 Roadside Sand $ 224.55 $ 2,694.60 $229.04 $2,748.49 Subtotal 1,706.34 0.04 Enter Bid Amount: $ 224.55 $ 2,694.60 $229.04 $2,748.49 Balboa Village Balboa Village 247,315.31 92,536.03 5.68 Roadside 2.12 Roadside Asphalt Hardscape $ 2,746.11 $ 547.29 $ 32,953.32 $ 6,567.48 $2,801.03 $558.24 $33,612.39 $6,698.83 Balboa Village 22,604.90 0.52 Roadside Landscape Sprinkler $ 246.69 $ 2,960.28 $251.62 $3,019.49 Balboa Village 812.76 0.02 Roadside Turf Sprinkler $ 80.03 $ 960.36 $81.63 $979.57 Subtotal 363,269.01 8.34 Enter Bid Amount: $ 3,620.12 $ 43,441.44 $3,692.52 $44,310.27 Palm St. and Balboa Blvd. Parking Lot 24,924.29 0.57 Roadside Asphalt $ 276.74 $ 3,320.88 $282.27 $3,387.30 Palm St. and Balboa Blvd. Parking Lot 8,457.59 0.19 Roadside Hardscape $ 50.03 $ 600.36 $51.03 $612.37 Palm St. and Balboa Blvd. Parking Lot 3,056.46 0.07 Roadside Landscape Sprinkler $ 33.64 $ 403.68 $34.31 $411.75 Subtotal 36,438.34 0.84 Enter Bid Amount: $ 360.41 $ 4,324.92 $367.62 $4,411.42 Balboa Blvd. and "A" Street 185.77 0.00 Median Landscape Sprinkler $ 1.73 $ 20.76 $1.76 ME - Subtotal 185.77 0.00 Enter Bid Amount: $ 1.73 $ 20.76 S 1.76 $21.18 B Street Parking Lot 303.06 0.01 Roadside Hardscape $ 1.73 $ 20.76 $1.76 $21.18 B Street Parking Lot 37.70 0.00 Roadside Landscape Water Truck $ 25.00 $ 300.00 $25.50 $306.00 B Street Parking Lot 1,751.83 0.04 Roadside Sand $ 205.56 $ 2,466.72 $209.67 $2,516.05 Subtotal 2,092.58 0.05 Enter Bid Amount: $ 232.29 $ 2,787.48 $236.94 $2,843.23 " F' St. Street End - Bayside 153.28 0.00 Roadside Hardscape $ 0.86 $ 10.32 $0.88 $10.53 "F'St. Street End -Bayside 1,245.32 0.03 Roadside Landscape Water Truck $ 13.80 $ 165.60 $14.08 $168.91 Subtotal 1,398.60 0.03 Enter Bid Amount: $ 14.66 $ 175.92 S14.95 $179.44 G St. x Balboa Blvd. 2,486.08 0.06 Median Landscape Sprinkler $ 26.74 $ 320.88 $27.27 $327.30 Subtotal 2,486.08 0.06 Enter Bid Amount: $ 26.74 $ 320.88 $27.27 $327.30 "1" St. Street End - Bayside 418.82 0.01 Roadside Hardscape $ 1.71 $ 20.52 $1.74 $20.93 "1" St. Street End - Bayside 25.00 0.00 Roadside Landscape Water Truck $ 2.14 $ 25.68 $2.18 $26.19 "1" St. Street End - Bayside 580.16 0.01 Roadside Sand $ 76.35 $ 916.20 $934.52 Subtotal 1,023.99 0.02 Enter Bid Amount: $80.20 $962.40 $981.65 1 St. Median 30.42 0.00 Roadside Hardscape $0.14 $1.68 W$77.88 $1.71 1 St. Median 1,749.81 0.04 Roadside Landscape Sprinkler $18.98 $227.76 $232.32 Subtotal 1,780.22 0.04 Enter Bid Amount: $19.12 $229.44 $234.03 "L" St. Street End - Oceanside "L" St. Street End - Oceanside 748.19 1,726.25 0.02 Roadside 0.04 Roadside Hardscape Landscape Water Truck $ 4.46 $ 18.98 $ 53.52 $ 227.76 $4.55 $19.36 $54.59 $232.32 Subtotal 2,474.44 0.06 Enter Bid Amount: $ 23.44 $ 281.28 $23.91 $286.91 "M" St. St. Street End - Oceanside 616.80 0.01 Roadside Hardscape $ 3.59 $ 43.08 $3.66 $43.94 "M" St. St. Street End - Oceanside 3,380.22 0.08 Roadside Landscape Water Truck $ 37.09 $ 445.08 $37.83 $453.98 Subtotal 3,997.02 0.09 Enter Bid Amount: $ 40.68 $ 488.16 S41.49 $497.92 28th & 30th St. Parking Lots 23,510.71 0.54 Roadside Asphalt $ 261.08 $ 3,132.96 $266.30 $3,195.62 28th & 30th St. Parking Lots 5,651.62 0.13 Roadside Hardscape $ 33.35 $ 400.20 $34.02 $408.20 28th & 30th St. Parking Lots 3,351.78 0.08 Roadside Landscape Sprinkler $ 36.23 $ 434.76 $36.95 $443.46 Subtotal 32,514.12 0.75 Enter Bid Amount: $ 330.66 $ 3,967.92 $337.27 $4,047.28 Villa Way x 29th St. 584.90 0.01 Median Hardscape PF $ 3.45 $ 41.40 $3.52 $42.23 Villa Way x 29th St. 925.09 0.02 Median Landscape Sprinkler $ 10.35 $ 124.20 $10.56 $1261 68 Subtotal 1,510.00 0.03 Enter Bid Amount: $13.80 $ 165.60 S14.08 $168.91 Cannery Village Parking Lot 12,731.61 0.29 Roadside Asphalt r $ 141.36 $ 1,696.32 $144.19 $1,730.25 Cannery Village Parking Lot 1,494.13 0.03 Roadside Hardscape $ 8.77 $ 105.24 $8.95 $107.34 Cannery Village Parking Lot 2,703.56 0.06 Roadside Landscape Sprinkler $ 29.33 $ 351.96 $29.92 $359.00 Subtotal 16,929.31 0.39 Enter Bid Amount: $ 179.46 $ 2,153.52 $183.05 $2,196.59 32nd Street Parking Lot 3,108.98 0.07 Roadside Hardscape $ 18.40 $ 220.80 $18.77 $225.22 32nd Street Parking Lot 4,777.36 0.11 Roadside Landscape Sprinkler $ 51.75 $ 621.00 $52.79 5633.42 Subtotal 7,886.34 0.18 Enter Bid Amount: $ 70.15 $ 841.80 $71.55 $858.64 Newport Blvd. x Via Lido 356.32 0.01 Median Hardscape $ 2.16 $ 25.92 $2.20 $26.44 Newport Blvd. x Via Lido 4,058.99 0.09 Median Landscape Sprinkler $ 43.99 $ 527.88 $44.87 $538.44 Newport Blvd. x Via Lido 4,255.42 0.10 Median Landscape Sprinkler $ 46.58 $ 558.96 $47.51 $570.14 Subtotal 8,670.72 0.20 Enter Bid Amount: $92.73 $1,112.76 S94.58 $1,135.02 Newport Blvd King Palms 1,438.93 0.03 Roadside Hardscape $ 8.48 $101.76 $8.65 $103.80 Newport Blvd King Palms 288.00 0.01 Roadside Landscape Sprinkler $ 3.45 $ 41.40 $3.52 $42.23 Subtotal 1,726.92 0.04 Enter Bid Amount: $ 11.93 $ 143.16 $12.17 $146.02 Clubhouse x Finley Clubhouse x Finley 828.92 841.73 0.02 Median 0.02 Median Hardscape Landscape Sprinkler $ 4.89 $ 9.49 $ 58.68 $ 113.88 $4.99 $9.68 $59.85 $116.16 Subtotal 1,670.65 0.04 Enter Bid Amount: $ 14.38 $ 172.56 $14.67 $176.01 Gateway Roadside - Npt. Blvd. and Short St. 3,355.27 0.08 Roadside Hardscape $ 19.84 $ 238.08 $20.24 $242.84 Gateway Roadside - Npt. Blvd. and Short St. 3,083.63 0.07 Roadside Landscape Sprinkler $ 33.64 $ 403.68 $34.31 $411.75 Gateway Roadside - Npt. Blvd. and Short St. 2,703.11 0.06 Roadside Turf Sprinkler $ 265.95 $ 3,191.40 $271.27 $3,255.23 Subtotal 9,142.01 0.21 Enter Bid Amount: $ 319.43 $ 3,833.16 $325.82 $3,909.82 Via Lido - Newport Blvd. to Via Oporto 1,663.19 0.04 Median Hardscape $ 9.78 $ 117.36 $9.98 $119.71 Via Lido - Newport Blvd. to Via Oporto 1,159.30 0.03 Median Landscape Sprinkler $ 12.94 $ 155.28 $13.20 $158.39 Subtotal 2,822.49 0.06 Enter Bid Amount: $ 22.72 $ 272.64 $23.17 $278.09 Short St. x Newport Blvd. Roadside 5,485.43 0.13 Roadside Landscape Sprinkler $ 59.52 $ 714.24 $60.71 $728.52 Subtotal 5,485.43 0.13 Enter Bid Amount: $ 59.52 $ 714.24 S60.71 $728.52 Gateway Roadside - Npt. Blvd. and Via Lido 3,146.78 0.07 Roadside Hardscape $ 18.54 $ 222.48 $18.91 $226.93 Gateway Roadside - Npt. Blvd. and Via Lido 2,075.13 0.05 Roadside Landscape Sprinkler $ 22.43 $ 269.16 $22.88 $274.54 Gateway Roadside- Npt. Blvd. and Via Lido 1,175.20 0.03 Roadside Turf Sprinkler $ 115.49 $ 1,385.88 $117.80 $1,413.60 Subtotal 6,397.11 0.15 Enter Bid Amount: $ 156.46 $ 1,877.52 $159.59 $1,915.07 Via Oporto x Central Parking Lot Via Oporto x Central Parking Lot 7,920.09 4,122.74 0.18 Roadside 0.09 Roadside Asphalt Hardscape $ 87.93 $ 24.44 $ 1,055.16 $ 293.28 $89.69 $24.93 $1,076.26 $299.15 Via Oporto x Central Parking Lot 989.17 0.02 Roadside Landscape Sprinkler $ 11.21 $ 134.52 $11.43 $137.21 Subtotal 13,032.00 0.30 Enter Bid Amount: $123.58 $1,482.96 $126.05 $1,512.62 Newport Blvd. - PCH to Industrial Way 44,475.26 1.02 Median Hardscape $ 263.08 $ 3,156.96 $268.34 $3,220.10 Newport Blvd. - PCH to Industrial Way 28,725.11 0.66 Median Landscape Sprinkler $ 313.97 $ 3,767.64 S320.25 $3,842.99 Subtotal 73,200.37 1.68 Enter Bid Amount: $ 577.05 $ 6,924.60 $588.59 $7,063.09 S.W. Quadrant - Newport Blvd. x PCH S.W. Quadrant - Newport Blvd. x PCH 14,348.05 27,255.14 0.33 Roadside 0.63 Roadside Hardscape Landscape Sprinkler $ 84.82 $ 297.58 $ 1,017.84 $ 3,570.96 $86.52 $303.53 $1,038.20 $3,642.38 Subtotal 41,603.20 0.96 Enter Bid Amount: $ 382.40 $ 4,588.80 $390.05 $4,680.58 S.E. Quadrant - Newport Blvd. x PCH 10,158.74 0.23 Roadside Hardscape $ 60.09 $ 721.08 $61.29 $735.50 S.E. Quadrant - Newport Blvd. x PCH 17,209.32 0.40 Roadside Landscape Sprinkler $ 188.04 $ 2,256.48 $191.80 $2,301.61 Subtotal 27,368.06 0.63 Enter Bid Amount: $ 248.13 $ 2,977.56 $253.09 $3,037.11 N.E. Quadrant - Newport Blvd. x PCH 38,222.33 0.88 Roadside Hardscape $ 225.99 $ 2,711.88 $230.51 $2,766.12 N.E. Quadrant - Newport Blvd. x PCH 33,900.53 0.78 Roadside Landscape Sprinkler $ 370.04 $ 4,440.48 $377.44 $4,529.29 Subtotal 72,122.86 1.66 Enter Bid Amount: $ 596.03 $ 7,152.36 $607.95 $7,295.41 N.W. Quadrant - Newport Blvd. x PCH 31,685.77 0.73 Roadside Hardscape $ 187.32 $ 2,247.84 $191.07 $2,292.80 N.W. Quadrant - Newport Blvd. x PCH 119,177.69 2.74 Roadside Landscape Sprinkler $ 1,300.73 $15,608.76 $1,326.74 S15.920.94 Subtotal 150,863.46 3.46 Enter Bid Amount: $ 1,488.05 $ 17,856.60 51,517.81 $18,213.73 Old Newport Blvd Medians 593.91 0.01 Median Hardscape $ 3.45 $4140000F $3.52 2.23 Subtotal 593.91 0.01 Enter Bid Amount: $ 3.45 $ 41.40 53.52 $42.23 Newport Blvd. Roadsides 2,693.61 0.06 Roadside Hardscape $ 15.96 $ 191.52 $16.28 $195.35 Newport Blvd. Roadsides 266,105.54 6.11 Roadside Landscape Sprinkler $ 2,905.08 $ 34,860.96 $2,963.18 $35,558.18 Subtotal 268,799.15 6.17 Enter Bid Amount: $ 2,921.04 $ 35,052.48 $2,979.46 $35,753.53 Santa Ana & Cliff Drive 14,984.17 0.34 Median Landscape Sprinkler $ 163.89 $ 1,966.68 $167.17 $2,006.01 Santa Ana & Cliff Drive 586.84 0.01 Median Turf Sprinkler $ 57.98 $ 695.76 $59.14 $709.68 Subtotal 15,571.00 0.36 Enter Bid Amount: $ 221.87 $ 2,662.44 $226.31 $2,715.69 Riverside Ave 5,845.69 0.13 Roadside Hardscape $ 34.50 2111-00 $35.19 $422.28 Riverside Ave 466.13 0.01 Roadside Landscape Sprinkler $ 5.18 $ 62.16 $5.28 $63.40 Subtotal 6,311.82 0.14 Enter Bid Amount: $ 39.68 $ 476.16 $40.47 $485.68 PCH roadside, N.side, Tustin Ave.- Riverside 3,813.20 0.09 Roadside Hardscape $ 22.57 $ 270.84 $23.02 $276.26 PCH roadside, N.side, Tustin Ave.- Riverside 690.00 0.02 Roadside Landscape Sprinkler $ 7.76 $ 93.12 $7.92 $94.98 Subtotal 4,503.21 0.10 Enter Bid Amount: $ 30.33 $ 363.96 $30.94 $371.24 Mariners Mile Parking Lot Mariners Mile Parking Lot 51,011.10 5,896.79 1.17 Roadside 0.14 Roadside Asphalt Hardscape $ 566.41 $ 34.93 $ 6,796.92 $ 419.16 $577.74 $35.63 $6,932.86 $427.54 Mariners Mile Parking Lot 5,482.24 0.13 Roadside Landscape Sprinkler $ 59.52 $ 714.24 $60.71 $728.52 Subtotal 62,390.13 1.43 Enter Bid Amount: $ 660.86 $ 7,930.32 $674.08 $8,088.93 Rocky Point/Pelican Wall 2,968.50 0.07 Roadside Hardscape $ 17.54 $ 210.48 $17.89 $214.69 Rocky Point/Pelican Wall 1,009.01 0.02 Roadside Landscape Sprinkler $ 11.21 $ 134.52 $11.43 $137.21 Subtotal 3,977.51 0.09 Enter Bid Amount: $ 28.75 $ 345.00 $29.33 $351.90 Cliff Drive 2,225.81 0.05 Median Hardscape $ 13.23 $ 158.76 $13.49 $161.94 Subtotal 2,225.81 0.05 Enter Bid Amount: $ 13.23 $ 158.76 S13.49 $161.94 PCH Bayshore Soundwall 11,987.28 0.28 Roadside Hardscape $ 70.87 $72.29 $867.45 PCH Bayshore Soundwall 4,184.50 0.10 Roadside Landscape Sprinkler $ 45.72 $46.63 $559.61 Subtotal 16,171.78 0.37 Enter Bid Amount: $ 116.59 $ 1,399.08 $118.92 $1,427.06 O.C.T.A Bus Stop - Bayshore Dr. x PCH 3,161.14 0.07 Roadside Asphalt $ 35.06 $ 420.72 $35.76 i M$429.13 O.C.T.A Bus Stop - Bayshore Dr. x PCH 2,960.54 0.07 Roadside Hardscape $ 17.54 $ 210.48 $17.89 $214.69 O.C.T.A Bus Stop - Bayshore Dr. x PCH 6,166.17 0.14 Roadside Landscape Sprinkler $ 67.28 $ 807.36 $68.63 823.51 Subtotal 12,287.85 0.25 Enter Bid Amount: $ 119.88 $ 1,438.56 $122.28 $1,467.33 Dover Roadside - Cliff Dr. to PCH 12,539.69 0.29 Roadside Hardscape $ 74.18 $ 890.16 $75.66 $907.96 Dover Roadside - Cliff Dr. to PCH 5,984.64 0.14 Roadside Landscape Sprinkler $ 65.55 $ 786.60 $66.86 $802.33 Subtotal 18,524.33 0.43 Enter Bid Amount: $139.73 $ 1,676.76 $142.52 $1,710.30 Dover Dr. - Westcliff to PCH 19,761.35 0.45 Median Hardscape $ 116.88 $ 1,402.56 $119.22 $1,430.61 Dover Dr. - Westcliff to PCH 18,129.65 0.42 Median Landscape Sprinkler $ 107.24 $ 1,286.88 $109.38 $1,312.62 Subtotal 37,891.00 0.87 Enter Bid Amount: $ 224.12 $ 2,689.44 $228.60 $2,743.23 St. James Road x Kings Place 1,544.20 0.04 Median Landscape Sprinkler $ 17.25 $ 207.00 $17.60 $211.14 Subtotal 1,544.20 0.04 Enter Bid Amount: $ 17.25 $ 207.00 $17.60 $21 1.14 15th Hardscape 3,016.68 0.07 Median Hardscape $17.83 $ 213.96 $18.19 $218.24 Subtotal 3,016.68 0.07 Enter Bid Amount: $17.83 $ 213.96 $18.19 $218.24 Margaret Dr. between Tustin & Irvine 322.85 0.01 Median Landscape Sprinkler $ 3.45 $ 41.40 $3.52 $42.23 Subtotal 322.85 0.01 Enter Bid Amount: $ 3.45 $ 41.40 $3.52 $42.23 Triangular Median - Westcliffx Dover 1,155.17 0.03 Median Hardscape $ 6.90 $ 82.80 $7.04 $84.46 Triangular Median - Westcliffx Dover 408.47 0.01 Median Landscape Sprinkler $ 4.31 $ 51.72 $4.40 $52.75 Triangular Median - Westcliffx Dover 3,575.66 0.08 Median Turf Sprinkler $ 352.21 $ 4,226.52 $359.25 $4,311.05 Subtotal 5,139.30 0.12 Enter Bid Amount: $ 363.42 $ 4,361.04 $370.69 $4,448.26 Westcliff Dr. - Irvine Ave to Dover 6,178.83 0.14 Median Hardscape $ 36.51 $ 438.12 $37.24 $446.88 Westcliff Dr. - Irvine Ave to Dover 5,685.63 0.13 Median Landscape Sprinkler $ 62.10 $ 745.20 $63.34 $760.10 Subtotal 11,864.46 0.27 Enter Bid Amount: $98.61 $1,183.32 $100.58 $1,206.99 Dover Westcliff 5,829.56 0.13 Roadside Hardscape $ 34.50 $ 414.00 $35.19 $422.28 Dover x Westcliff 22,019.03 0.51 Roadside Turf Sprinkler $ 2,168.36 $ 26,020.32 $2,211.73 $26,540.73 Subtotal 27,848.59 0.64 Enter Bid Amount: $ 2,202.86 $ 26,434.32 $2,246.92 $26,963.01 Groves Bike Trail and Polaris Slope 20,943.56 0.48 Roadside Hardscape $ 123.92 $ 1,487.04 $126.40 $1,516.78 Groves Bike Trail and Polaris Slope 82,427.65 1.89 Roadside Landscape Sprinkler 899.64 $ 10,795.68 $917.63 $11,011.59 Groves Bike Trail and Polaris Slope 2,620.07 0.06 Roadside Turf Sprinkler 257.81 $ 3,093.72 $262.97 $3,155.59 Subtotal 105,991.28 2.43 Enter Bid Amount: $ 1,281.37 $ 15,376.44 $1,307.00 $15,683.97 Castaways Blufftop Trail 31,894.29 0.73 Roadside Hardscape $ 188.61 $ 2,263.32 $192.38 $2,308.59 Castaways Blufftop Trail 30,235.12 0.69 Roadside Landscape Sprinkler $ 330.36 $ 3,964.32 $336.97 $4,043.61 Subtotal 62,129.41 1.43 Enter Bid Amount: $ 518.97 $ 6,227.64 $529.35 $6,352.19 Westcliff Dr. Arterial (Groves) 7,177.09 0.16 Roadside Hardscape $ 42.41 $ 508.92 $43.26 $519.10 Westcliff Dr. Arterial (Groves) 28,974.65 0.67 Roadside Landscape Sprinkler sm $ 316.56 $ 3,798.72 $322.89 $3,874.69 Subtotal 36,151.74 0.83 Enter Bid Amount: $ 358.97 $ 4,307.64 $366.15 $4,393.79 Westcliff Dr. x Santiago 1,284.77 0.03 Roadside Hardscape IF $ 7.62 $ 91.44 $7.77 $93.27 Westcliff Dr. x Santiago 245.76 0.01 Roadside Landscape Sprinkler $ 2.59 $ 31.08 $2.64 $31.70 Westcliff Dr. x Santiago 2,019.04 0.05 Roadside Turf Sprinkler $ 198.87 $ 2,386.44 $202.85 $2,434.17 Subtotal 3,549.58 0.08 Enter Bid Amount: $ 209.08 $ 2,508.96 $213.26 $2,559.14 Dover Dr. Arterials - (N) Westcliff to Irvine A 2,239.81 0.05 Roadside Hardscape $ 13.23 $ 158.76 $13.49 $161.94 Dover Dr. Arterials - (N) Westcliff to Irvine A 58,291.63 1.34 Roadside Landscape Sprinkler $ 636.56 $ 7,638.72 $649.29 $7,791.49 Subtotal 60,531.44 1.39 Enter Bid Amount: $ 649.79 $ 7,797.48 $662.79 $7,953.43 Dover Dr. Arterials - (S) Westcliff to Irvine Av 1,024.72 0.02 Roadside Hardscape $ 6.04 $ 72.48 $6.16 $73.93 Dover Dr. Arterials - (S) Westcliff to Irvine Av 82,786.61 1.90 Roadside Landscape Sprinkler $ 903.96 $ 10,847.52 $922.04 $11,064.47 Subtotal 83,811.33 1.92 Enter Bid Amount: $ 910.00 $ 10,920.00 $928.20 $11,138.40 Irvine Ave. - Westcliffto Holiday Road 25,810.57 0.59 Median Hardscape $ 152.67 $ 1,832.04 $155.72 $1,868.68 Irvine Ave. - Westcliffto Holiday Road 50,905.73 1.17 Median Landscape Sprinkler $ 555.48 $ 6,665.76 $566.59 $6,799.08 Subtotal 76,716.30 1.76 Enter Bid Amount: $ 708.15 $ 8,497.80 $722.31 $8,667.76 Irvine Ave. Arterial N of Private Road Irvine Ave. Arterial N of Private Road 2,485.65 9,849.30 0.06 Roadside 0.23 Roadside Hardscape Turf Sprinkler $ 14.66 $ 969.89 $ 175.92 $ 11,638.68 $14.95 $989.29 $179.44 $11,871.45 Subtotal 12,334.95 0.28 Enter Bid Amount: $ 984.55 $ 11,814.60 $1,004.24 $12,050.89 Irvine Avenue - Santiago to University 6,593.38 0.15 Median Hardscape $ 38.96 $ 467.52 $39.74 $476.87 Irvine Avenue - Santiago to University 8,598.14 0.20 Median Landscape Sprinkler $ 94.02 $ 1,128.24 $95.90 $1,150.80 Irvine Avenue - Santiago to University 46,578.78 1.07 Median Landscape Sprinkler $ 508.91 $ 6,106.92 $519.09 $6,229.06 Subtotal 61,770.30 1.42 Enter Bid Amount: $ 641.89 $ 7,702.68 $654.73 $7,856.73 Irvine Ave., Mesa Dr. to Orchard Irvine Ave., Mesa Dr. to Orchard 3,015.83 5,123.80 0.07 Median 0.12 Median Hardscape Landscape Sprinkler $ 17.83 $ 56.07 $ 213.96 $ 672.84 $18.19 $57.19 $218.24 $686.30 Irvine Ave., Mesa Dr. to Orchard 7,234.19 0.17 Roadside Hardscape $ 42.84 $ 514.08 $43.70 $524.36 Irvine Ave., Mesa Dr. to Orchard 12,390.59 0.28 Roadside Landscape Sprinkler $ 135.42 $ 1,625.04 $138.13 $1,657.54 Tustin Avenue Street End 2,575.68 0.06 Roadside Landscape Sprinkler $ 28.46 $ 341.52 $29.03 $348.35 Irvine Ave., Mesa Dr. to Orchard 7,434.41 0.17 Roadside Sand $ 978.39 $ 11,740.68 $997.96 $11,975.49 Subtotal 37,774.51 0.87 Enter Bid Amount: $1,259.01 $15,108.12 $1,284.19 $15,410.28 Redlands at Dawnview Redlands at Dawnview 532.36 1,528.27 0.01 Roadside 0.04 Roadside Hardscape Landscape Water Truck $ 3.16 $ 16.39 $ 37.92 $ 196.68 $3.22 $16.72 $38.68 $200.61 Subtotal 2,060.64 0.05 Enter Bid Amount: $ 19.55 $ 234.60 $19.94 $239.29 Anniversary Lane Roadside 18,889.62 0.43 Roadside Landscape Water Truck $ 206.15 $ 2,473.80 $210.27 $2,523.28 Subtotal 18,889.62 0.43 Enter Bid Amount: $ 206.15 $ 2,473.80 $210.27 $2,523.28 Santa Ana Heights Trail 46,830.65 1.08 Roadside Hardscape $ 276.88 $ 3,322.56 $282.42 $3,389.01 Subtotal 46,830.65 1.08 Enter Bid Amount: $ 276.88 $ 3,322.56 $282.42 $3,389.01 South Bristol 6,694.26 0.15 Roadside Hardscape $ 39.53 $ 474.36 $40.32 $483.85 South Bristol 81,335.82 1.87 Roadside Landscape Sprinkler $ 887.57 $ 10,650.84 $905.32 $10,863.86 Subtotal 88,030.08 2.02 Enter Bid Amount: $ 927.10 $ 11,125.20 $945.64 $11,347.70 N. Bristol Ave, Jamboree Rd. to Irvine Ave. 1,059.07 0.02 Roadside Hardscape $ 6.33 $ 75.96 $6.46 $77.48 N. Bristol Ave, Jamboree Rd. to Irvine Ave. 40,290.21 0.92 Roadside Landscape Sprinkler $ 439.90 $ 5,278.80 $448.70 $5,384.38 Subtotal 41,349.28 0.95 Enter Bid Amount: $ 446.23 $ 5,354.76 $455.15 $5,461.86 MacArthur Jamboree Interchange 501.29 0.01 Median Hardscape $ 3.02 $ 36.24 $3.08 $36.96 MacArthur Jamboree Interchange 2,922.26 0.07 Median Landscape Sprinkler $ 31.91 $ 382.92 $32.55 $390.58 Subtotal 3,423.55 0.08 Enter Bid Amount: $ 34.93 $ 419.16 $35.63 $427.54 MacArthur - PCH to Bowsprit Dr. 110,983.44 2.55 Median Hardscape $ 656.26 $ 7,875.12 $669.39 $8,032.62 MacArthur - PCH to Bowsprit Dr. 149,132.84 3.42 Median Landscape Sprinkler $ 1,628.50 $ 19,542.00 $1,661.07 $19,932.84 Subtotal 260,116.28 5.97 Enter Bid Amount: $ 2,284.76 $ 27,417.12 S2,330.46 $27,965.46 Newport Place Dr., W. of MacArthur 508.06 0.01 Median Hardscape $ 3.02 $ 36.24 $3.08 $36.96 Newport Place Dr., W. of MacArthur 6,240.81 0.14 Median Landscape Sprinkler $ 68.14 $ 817.68 $69.50 $834.03 Subtotal 6,748.87 0.15 Enter Bid Amount: $ 71.16 $ 853.92 $72.58 $871.00 Von Karmen - Birch MacArthur 17,712.40 0.41 Median Hardscape $ 104.80 $ 1,257.60 $106.90 $1,282.75 Von Karmen - Birch MacArthur 529.88 0.01 Median Landscape Sprinkler $ 6.04 $ 72.48 $6.16 $73.93 Subtotal 18,242.28 0.42 Enter Bid Amount: $ 110.84 $ 1,330.08 $113.06 $1,356.68 Corinthian Way, W. of MacArthur 286.65 0.01 Median Hardscape $ 1.73 $ 20.76 $1.76 $21.18 Corinthian Way, W. of MacArthur 1,123.16 0.03 Median Landscape Sprinkler $ 12.08 $ 144.96 $12.32 $147.86 Subtotal 1,409.81 0.03 Enter Bid Amount: $ 13.81 $ 165.72 $14.09 $169.03 Birch - Campus 1,495.18 0.03 Median Hardscape ppr $ 8.91 $106.92 $9.09 $109.06 Birch - Campus 1,303.89 0.03 Median Hardscape $ 7.76 $ 93.12 $7.92 $94.98 Subtotal 2,799.07 0.06 Enter Bid Amount: $ 16.67 $ 200.04 S I TOO $204.04 Jamboree - Campus to PCH 86,065.07 1.98 Median Hardscape $ 508.91 $ 6,106.92 $519.09 $6,229.06 Jamboree - Campus to PCH 1,713.12 0.04 Median Hardscape $10.06 $120.72 $10.26 $123.13 Jamboree -Campus to PCH 46,170.89 1.06 Median Landscape Sprinkler $503.73 $6,044.76 $513.80 $6,165.66 Jamboree - Campus to PCH 23,323.90 0.54 Median Landscape Sprinkler $ 254.45 $ 3,053.40 $259.54 $3,114.47 Jamboree - Campus to PCH 60,971.27 1.40 Median Turf Sprinkler $ 6,003.85 $ 72,046.20 $6,123.93 $73,487.12 Jamboree - Campus to PCH 39,923.82 0.92 Median Turf Sprinkler $ 3,931.32 $ 47,175.84 $4,009.95 $48,119.36 Subtotal 258,168.06 5.93 Enter Bid Amount: $ 11,212.32 $ 134,547.84 $11,436.57 S137,238.80 Bayview, e. Jamboree Rd. 3,533.82 0.08 Roadside Hardscape $ 20.85 $ 250.20 $21.27 $255.20 Bayview, e. Jamboree Rd. 13,668.25 0.31 Roadside Landscape Sprinkler $ 149.22 $ 1,790.64 $152.20 $1,826.45 Subtotal 17,202.07 0.39 Enter Bid Amount: $170.07 $ 2,040.84 $173.47 $2,081.66 University Dr - Jamboree to MacArthur 6,137.81 0.14 Median Hardscape For $ 36.23 $ 434.76 $36.95 $443.46 University Dr -Jamboree to MacArthur 4,931.80 0.11 Median Turf Sprinkler $ 485.43 $ 5,825.16 $495.14 $5,941.66 Subtotal 11,069.60 0.25 Enter Bid Amount: $ 521.66 $ 6,259.92 $532.09 $6,385.12 Vista Del sol 6,701.26 0.15 Median Landscape Sprinkler $ 73.32 $ 879.84 $74.79 $897.44 Vista Del sol 11,927.29 0.27 Median Turf Sprinkler $1,174.51 $14,094.12 $1,198.00 $14,376.00 Subtotal 18,628.55 0.43 Enter Bid Amount: $ 1,247.83 $ 14,973.96 $1,272.79 $15,273.44 Bison -Jamboree to MacArthur Bison -Jamboree to MacArthur 16,469.15 6,717.66 0.38 Median 0.15 Median Hardscape Landscape Sprinkler $ 973W $ 73.32 $1,167.84 $ 879.84 $9927 010 $74.79 $1,191.20 $897.44 Subtotal 23,186.81 0.53 Enter Bid Amount: $ 170.64 $ 2,047.68 $174.05 $2,088.63 Camelback St 1,868.51 0.04 Median Hardscape $ 11.07 $ 132.84 $11.29 $135.50 Subtotal 1,868.51 0.04 Enter Bid Amount: $ 11.07 $ 132.84 $11.29 $135.50 La Felicidad 1,672.54 0.04 Median Hardscape $ 9.92 $ 119.04 $10.12 $121.42 Subtotal 1,672.54 0.04 Enter Bid Amount: $ 9.92 $ 119.04 $10.12 $121.42 Jamboree Big Canyon Roadside 10,723.04 0.25 Roadside Hardscape $ 63.40 $ 760.80 $64.67 $776.02 Jamboree Big Canyon Roadside 14,946.59 0.34 Roadside Landscape Sprinkler $ 163.02 $ 1,956.24 $1,995.3 Subtotal 25,669.63 0.59 Enter Bid Amount: $ 226.42 $ 2,717.04 $230.95 $2,771.38 Ford Rd - Jamboree to MacArthur 13,373.62 0.31 Median Hardscape $ 79.07 $ 948.84 $80.65 $967.82 Ford Rd - Jamboree to MacArthur 18,083.98 0.42 Median Landscape Sprinkler $ 197.52 $ 2,370.24 $201.47 $2,417.64 Subtotal 31,457.60 0.72 Enter Bid Amount: $ 276.59 $ 3,319.08 $282.12 $3,385.46 Pump Station - Santa Barbara Dr. 2,764.86 0.06 Roadside Hardscape $ 16.39 $ 196.68 $16.72 $200.61 Pump Station - Santa Barbara Dr. 9,407.73 0.22 Roadside Landscape Sprinkler $ 102.64 $ 1,231.68 $104.69 $1,256.31 Subtotal 12,172.59 0.28 Enter Bid Amount: $119.03 $1,428.36 $121.41 $1,456.93 PCH - Bayside Drive to Jamboree 22,558.04 0.52 Roadside Hardscape $ 133.41 $ 1,600.92 $136.08 $1,632.94 PCH - Bayside Drive to Jamboree 627.08 0.01 Roadside Landscape Sprinkler $ 6.90 $ 82.80 $7.04 $84.46 Subtotal 23,185.12 0.53 Enter Bid Amount: $140.31 $1,683.72 $143.12 $1,717.39 PCH - MacArthur to Bayside Dr. 54,769.74 1.26 Median Hardscape $ 323.89 $ 3,886.68 $330.37 $3,964.41 PCH - MacArthur to Bayside Dr. 68,512.37 1.57 Median Landscape $ 747.83 $ 8,973.96 $762.79 $915344 Subtotal 123,282.11 2.83 Enter Bid Amount: $ 1,071.72 $ 12,860.64 $1,093.15 $13,117.85 PCH - Jamboree to Avocado 48,406.60 1.11 Roadside Hardscape $286.2211 $ 3,434.64 $291.94 $3,503.33 PCH - Jamboree to Avocado 66,873.08 1.54 Roadside Landscape Sprinkler $ 729.72 $ 8,756.64 $744.31 $8,931.77 Subtotal 115,279.69 2.65 Enter Bid Amount: $1,015.94 $12,191.28 $1,036.26 $12,435.11 Jamboree - PCH to Bayside 4,934.02 0.11 Roadside Hardscape $ 29.18 $ 350.16 $29.76 $357.16 Jamboree - PCH to Bayside 4,773.67 0.11 Roadside Landscape Sprinkler $ 51.75 $ 621.00 $52.79 $633.42 Subtotal 9,707.69 0.22 Enter Bid Amount: $ 80.93 $ 971.16 582.55 $990.58 Bayside Drive -Jamboree to Marguerite 10,441.18 0.24 Roadside Hardscape $ 61.82 $ 741.84 $63.06 $756.68 Bayside Drive -Jamboree to Marguerite 118,552.14 2.72 Roadside Landscape Water Truck $ 1,294.69 $ 15,536.28 $1,320.58 $15,847.01 Subtotal 128,993.31 2.96 Enter Bid Amount: $ 1,356.51 $ 16,278.12 $1,383.64 $16,603.68 Bayside Drive 239.66 0.01 Median Hardscape $1. $17.28 $1.47 Bayside Drive 6,140.04 0.14 Median Landscape Water Truck $ 67.2 $ 807.36 $68.63 Subtotal 6,379.69 0.15 Enter Bid Amount: $ 68.72 $ 824.64 $70.09 $841.13 Entrance to Balboa Island Entrance to Balboa Island 2,223.41 894.11 0.05 Roadside 0.02 Roadside Hardscape Landscape Sprinkler $ 13.08 $ 9.49 $ 156.96 $ 113.88 $13.34 $9.68 $160.10 $116.16 Subtotal 3,117.52 0.07 Enter Bid Amount: $ 22.57 $ 270.84 $23.02 $276.26 Promontory Point & Channel Walk 12,332.51 0.28 Roadside Hardscape $ 72.89 $ 874.68 $74.35 $892.17 Promontory Point & Channel Walk 11,262.02 0.26 Roadside Landscape Sprinkler $ 123.35 $ 1,480.20 $125.82 $1,509.80 Subtotal 23,594.54 0.54 Enter Bid Amount: $ 196.24 $ 2,354.88 $200.16 $2,401.98 Promontory Bay Plaza/Harbor Island Dr. Are 9,230.51 0.21 Roadside Hardscape $ 54.63 $ 655.56 $55.72 $668.67 Promontory Bay Plaza/Harbor Island Dr. Are 3,103.27 0.07 Roadside Landscape Sprinkler $ 33.64 $ 403.68 $34.31 $411.75 Subtotal 12,333.77 0.28 Enter Bid Amount: $ 88.27 $ 1,059.24 $90.04 $1,080.42 Balboa Island - Grand Canal Bride 333.72 0.01 Roadside Hardscape .OS $ 24.12 $2.05 $24.60 Balboa Island - Grand Canal Bride 875.01 0.02 Roadside Landscape Sprinkler .49 $ 113.88 $9.68 $116.16 Subtotal 1,208.73 0.03 Enter Bid Amount: $ 11.50 $ 138.00 $11.73 $140.76 Park Avenue and Marine Ave. Planter 4,576.97 0.11 Median Hardscape $ 27.03 $ 324.36 $27.57 $330.85 Park Avenue and Marine Ave. Planter 24,519.52 0.56 Median Landscape Sprinkler $ 267.39 $ 3,208.68 $272.74 $3,272.85 Park Avenue and Marine Ave. Planter 200.25 0.00 Roadside Hardscape $ 1.15 $ 13.80 $1.17 $14.08 Park Avenue and Marine Ave. Planter 120.43 0.00 Roadside Landscape Sprinkler $ 1.73 $ 20.76 $1.76 $21.18 Subtotal 29,417.17 0.68 Enter Bid Amount: $ 297.30 $ 3,567.60 $303.25 $3,638.95 Entrance to Collins Island/Park Ave. 308.35 0.01 Roadside Hardscape $ 1.87 $ 22.44 $1.91 2.89 Entrance to Collins Island/Park Ave. 438.87 0.01 Roadside Landscape Sprinkler $ 5.18 $ 62.16 $5.28 3.40 Subtotal 747.22 0.02 Enter Bid Amount: $ 7.05 $ 84.60 $7.19 $86.29 Avocado - Waterfront to PCH 373.31 0.01 Median Hardscape $ 2.16 $ 25.92 $2.20 $26.44 Avocado - Waterfront to PCH 13,240.27 0.30 Median Landscape Sprinkler $ 144.91 $ 1,738.92 $147.81 $1,773.70 Avocado - Waterfront to PCH 9,862.87 0.23 Median Turf Sprinkler $ 971.33 $ 11,655.96 $990.76 $11,889.08 Subtotal 23,476.45 0.54 Enter Bid Amount: $ 1,118.40 $ 13,420.80 $1,140.77 $13,689.22 MacArthur and PCH 1,080.25 0.02 Median Hardscape $ 6.33 $ 75.96 $6.46 $77.48 MacArthur and PCH 1,121.22 0.03 Median Landscape Sprinkler $ 12.08 $ 144.96 $12.32 $147.86 MacArthur and PCH 4,508.01 0.10 Roadside Hardscape $ 26.60 $ 319.20 $27.13 $325.58 MacArthur and PCH 1,565.94 0.04 Roadside Landscape Sprinkler $ 17.25 $ 207.00 $17.60 $211.14 Subtotal 8,275.42 0.19 Enter Bid Amount: $ 62.26 $ 747.12 $63.51 $762.06 PCH - Pelican Point Dr. to MacArthur 24,581.74 0.56 Median Hardscape $ 145.34 $ 1,744.08 $148.25 $1,778.96 PCH - Pelican Point Dr. to MacArthur 52,998.02 1.22 Median Landscape Sprinkler $ 578.77 $ 6,945.24 $590.35 $7,084.14 Subtotal 77,579.76 1.78 Enter Bid Amount: $ 724.11 $ 8,689.32 $738.59 $8,863.11 CDM Pocket Park 471.16 0.01 Roadside Hardscape $ 2.73 $ 32.76 $2.78 $33.42 CDM Pocket Park 1,684.14 0.04 Roadside Landscape Sprinkler $ 18.11 $ 217.32 $18.47 $221.67 Subtotal 2,155.30 0.05 Enter Bid Amount: $ 20.84 $ 250.08 $21.26 $255.08 Fernleaf Ramp and Median 516.38 0.01 Median Hardscape $ 3.02 $ 36.24 $3.08 $36.96 Fernleaf Ramp and Median 1,894.66 0.04 Median Landscape Sprinkler $ 20.70 $ 248.40 $21.11 $253.37 Fernleaf Ramp and Median 1,373.11 0.03 Roadside Hardscape $ 8.05 $ 96.60 $8.21 $98.53 Fernleaf Ramp and Median 8,493.37 0.19 Roadside Landscape Sprinkler $ 92.29 $ 1,107.48 $94.14 $1,129.63 Subtotal 12,277.51 0.28 Enter Bid Amount: $ 124.06 $ 1,488.72 $126.54 $1,518.49 Jasmine Street End 944.44 0.02 Roadside Hardscape $ 5.61 $ 67.32 $5.72 $68.67 Jasmine Street End 2,421.23 0.06 Roadside Landscape Sprinkler $ 26.74 $ 320.88 $27.27 $327.30 Subtotal 3,365.67 0.08 Enter Bid Amount: $ 32.35 $ 388.20 $33.00 $395.96 Larkspur Street End 1,205.23 0.03 Roadside Asphalt $ 13.42 $ 161.04 $13.69 $164.26 Larkspur Street End 866.33 0.02 Roadside Hardscape $ 5.18 $ 62.16 $5.28 $63.40 Larkspur Street End 1,911.36 0.04 Roadside Landscape Sprinkler $ 20.70 $ 248.40 $21.11 $253.37 Subtotal 3,982.92 0.09 Enter Bid Amount: $ 39.30 $ 471.60 $40.09 $481.03 CdM Centennial Plaza 522.08 0.01 Roadside Asphalt $ 5.83 $ 69.96 $5.95 $71.36 CdM Centennial Plaza 2,305.38 0.05 Roadside Hardscape $ 13.66 $ 163.92 $13.93 $167.20 CdM Centennial Plaza 854.19 0.02 Roadside Landscape Sprinkler $ 9.49 $ 113.88 $9.68 $116.16 Subtotal 3,681.65 0.08 Enter Bid Amount: $ 28.98 $ 347.76 $29.56 $354.72 PCH - Seaward to Morning Canyon PCH -Seaward to Morning Canyon 5,540.53 7,882.53 0.13 Roadside 0.18 Roadside Hardscape Landscape $ 32.78 $ 86.26 $ 393.36 $ 1,035.12 $33.44 $87.99 $401.23 $1,055.82 Subtotal 13,423.05 0.31 Enter Bid Amount: $ 119.04 $ 1,428.48 $121.42 $1,457.05 PCH - Pelican Point, East Entry Sign Area 492.92 0.01 Roadside Landscape $ 5.18 $ 62.16 $5.28 $63.40 Subtotal 492.92 0.01 Enter Bid Amount: $ 5.18 $ 62.16 $5.28 $63.40 50.00 Coast Highway Roadside 24,029.74 0.55 Roadside Landscape $ 262.22 $ 3,146.64 $267.46 $3,209.57 Subtotal 24,029.74 0.55 Enter Bid Amount: $ 262.22 $ 3,146.64 $267.46 $3,209.57 OASIS Senior Center 60,797.59 1.40 Roadside Asphalt $ 675.11 $ 8,101.32 $688.61 $8,263.35 OASIS Senior Center 20,399.73 0.47 Roadside Hardscape $ 120.61 $ 1,447.32 $123.02 $1,476.27 OASIS Senior Center 86,296.50 1.98 Roadside Landscape Sprinkler $ 941.91 $ 11,302.92 $960.75 $11,528.98 OASIS Senior Center 2,549.41 0.06 Roadside Turf Sprinkler $ 251.10 $ 3,013.20 $256.12 $3,073.46 Subtotal 170,043.22 3.90 Enter Bid Amount: $ 1,988.73 $ 23,864.76 $2,028.50 $24,342.06 MacArthur - PCH to San Miguel 18,637.97 0.43 Roadside Hardscape $ 110.26 $ 1,323.12 $112.47 $1,349.58 MacArthur - PCH to San Miguel 51,916.04 1.19 Roadside Landscape Sprinkler $ 566.70 $ 6,800.40 $578.03 $6,936.41 Subtotal 70,554.01 1.62 Enter Bid Amount: $ 676.96 $ 8,123.52 $690.50 $8,285.99 San Miguel - Ford Road to Avocado 25,962.29 0.60 Median Hardscape $ 153.53 $ 1,842.36 $156.60 $1,879.21 San Miguel - Ford Road to Avocado 1,482.86 0.03 Median Landscape Sprinkler $ 16.39 $ 196.68 $16.72 $200.61 San Miguel - Ford Road to Avocado 78,931.26 1.81 Median Landscape Sprinkler $ 861.69 $ 10,340.28 $878.92 $10,547.09 Subtotal 106,376.41 2.44 Enter Bid Amount: $ 1,031.61 $ 12,379.32 $1,052.24 $12,626.91 San Joaquin - Backba Rd. to Spyglass 58,201.65 1.34 Median Hardscape $ 344.16 $ 4,129.92 $351.04 $4,212.52 San Joaquin - Backbay Rd. to Spyglass 42,260.69 0.97 Median Landscape Sprinkler $ 461.47 $ 5,537.64 $470.70 $5,648.39 San Joaquin - Backbay Rd. to Spyglass 109,666.31 2.52 Median Landscape Sprinkler $ 1,197.22 $ 14,366.64 $1,221.16 $14,653.97 Subtotal 210,128.66 4.82 Enter Bid Amount: $ 2,002.85 $ 24,034.20 $2,042.91 $24,514.88 MacArthur - Opposite Nature Park 3,773.85 0.09 Roadside Hardscape $ 22.28 $ 267.36 $22.73 $272.71 MacArthur - Opposite Nature Park 976.04 0.02 Roadside Landscape Sprinkler $ 10.35 $ 124.20 $10.56 $126.68 Subtotal 4,749.89 0.11 Enter Bid Amount: $ 32.63 $ 391.56 533.28 $399.39 MacArthur Slope 19,810.56 0.45 Roadside Hardscape $117.16 $1,405.92 $119.50 $1,434.04 MacArthur Slope 17,915.32 0.41 Roadside Landscape Sprinkler $ 195.80 $ 2,349.60 $199.72 $2,396.59 Subtotal 37,725.88 0.87 Enter Bid Amount: $ 312.96 $ 3,755.52 $319.22 $3,830.63 Bonita Canyon Road - MacArthur to the 73 21,295.46 0.49 Median Hardscape $ 125.93 $ 1,511.16 $128.45 $1,541.38 Bonita Canyon Road - MacArthur to the 73 55,655.90 1.28 Median Landscape Sprinkler $ 607.24 $ 7,286.88 $619.38 $7,432.62 Subtotal 76,951.36 1.77 Enter Bid Amount: $ 733.17 $ 8,798.04 $747.83 $8,974.00 Bonita Canyon Roadside 10,920.83 0.25 Roadside Hardscape $ 64.55 $ 774.60 $65.84 $790.119 Bonita Canyon Roadside 7,441.90 0.17 Roadside Landscape Sprinkler $ 81.08 $ 972.96 $82.70 $992.42 Subtotal 18,362.73 0.42 Enter Bid Amount: $ 145.63 $ 1,747.56 $148.54 $1,782.51 Prarie and Mesa View 3,360.10 0.08 Median Hardscape $ 19.84 $ 238.08 $20.24 $242.84 Subtotal 3,360.10 0.08 Enter Bid Amount: $ 19.84 $ 238.08 $20.24 $242.84 $0.00 Ford Rd & Street End 2,706.61 0.06 Roadside Landscape $ 29.33 $ 351.96 $29.92 $359.00 Subtotal 2,706.61 0.06 Enter Bid Amount: $ 29.33 $ 351.96 S29.92 $359.00 Spyglass Hill Road Roadsides 58,090.50 1.33 Roadside Hardscape $ 343.58 $ 4,122.96 $350.45 $4,205.42 Spyglass Hill Road Roadsides 60,880.84 1.40 Roadside Landscape Sprinkler $ 665.03 $ 7,980.36 $678.33 $8,139.97 Spyglass Hill Road Roadsides 27,540.62 0.63 Roadside Turf Sprinkler $ 2,711.77 $ 32,541.24 $2,766.01 $33,192.06 Subtotal 146,511.95 3.36 Enter Bid Amount: $ 3,720.38 $ 44,644.56 $3,794.79 $45,537.45 Port Dunbar Drive Roadside 19,886.50 0.46 Roadside Hardscape $117.59 $1,411.08 $119.94 $1,439.30 Port Dunbar Drive Roadside 25,791.45 0.59 Roadside Turf Sprinkler $ 2,539.74 $ 30,476.88 $2,590.53 $31,086.42 Subtotal 45,677.95 1.05 Enter Bid Amount: $ 2,657.33 $ 31,887.96 $2,710.48 $32,525.72 San Miguel- Big Canyon Reservoir 5,345.82 0.12 Roadside Hardscape $ 31.63 $ 379.56 $32.26 $387.15 San Miguel - Big Canyon Reservoir 9,303.00 0.21 Roadside Landscape Sprinkler $101.78 $1,221.36 $103.82 $1,245.79 San Miguel - Big Canyon Reservoir 2,781.93 0.06 Roadside Sand $ 366.11 $ 4,393.32 $373.43 $4,481.19 Subtotal 17,430.75 0.40 Enter Bid Amount: $ 499.52 $ 5,994.24 $509.51 $6,114.12 Big Canyon Reservoir 199,675.55 4.58 Roadside Hardscape $1,180.83 $14,169.96 $1,204.45 1 $14,453.36 Big Canyon Reservoir 868,459.87 19.94 Roadside Landscape Sprinkler $ 9,481.18 $ 113,774.16 $9,670.80 $116,049.64 Subtotal 1,068,135.42 24.52 Enter Bid Amount: $ 10,662.01 $ 127,944.12 $10,875.25 5130,503.00 San Joaquin Arterials - Crown Dr. to Spyglass 47,443.36 1.09 Roadside Hardscape $ 280.62 $ 3,367.44 $286.23 $3,434.79 San Joaquin Arterials - Crown Dr. to Spyglass 80,668.39 1.85 Roadside Landscape Sprinkler $ 880.67 $ 10,568.04 $898.28 $10,779.40 San Joaquin Arterials - Crown Dr. to Spyglass 51,690.97 1.19 Roadside Turf Sprinkler $ 5,090.02 $ 61,080.24 $5,191.82 $62,301.84 Subtotal 179,802.71 4.13 Enter Bid Amount: $ 6,251.31 $ 75,015.72 $6,376.34 $76,516.03 Pump Station - Goleta Point Dr. Pump Station - Goleta Point Dr. 406.44 1,093.93 0.01 0.03 Roadside Roadside Hardscape Landscape Sprinkler $ 2.44 $ 12.08 $ 29.28 $ 144.96 $2.49 $12.32 9.87 147.86 Subtotal 1,500.37 0.03 Enter Bid Amount: $ 14.52 $ 174.24 $14.81 $177.72 San Joaquin - Spyglass Hill Rd. to Npt. Coast 30,650.54 0.70 Median Hardscape $ 181.28 $ 2,175.36 $184.91 $2,218.87 San Joaquin - Spyglass Hill Rd. to Npt. Coast 118,594.93 2.72 Median Landscape Sprinkler $ 1,294.69 $ 15,536.28 $1,320.58 $15,847.01 San Joaquin - Spyglass Hill Rd. to Npt. Coast 116,859.53 2.68 Roadside Hardscape $ 691.05 $ 8,292.60 $704.87 $8,458.45 San Joaquin - Spyglass Hill Rd. to Npt. Coast 331,409.13 7.61 Roadside Landscape Sprinkler $ 3,618.41 $ 43,420.92 $3,690.78 $44,289.34 San Joaquin - Spyglass Hill Rd. to Npt. Coast 6,464.21 0.15 Roadside Turf Sprinkler $ 636.37 $ 7,636.44 $649.10 $7,789.17 Subtotal 603,978.33 13.87 Enter Bid Amount: $ 6,421.80 $ 77,061.60 $6,550.24 $78,602.83 Harbor Watch Park 4,174.00 0.10 Roadside Hardscape $ 24.73 $ 296.76 $25.22 $302.70 Harbor Watch Park 62,640.63 1.44 Roadside Landscape $ 684.00 $ 8,208.00 $697.68 $8,372.16 Subtotal 66,814.63 1.53 Enter Bid Amount: $ 708.73 $ 8,504.76 $722.90 $8,674.86 EI Capitan Trail 7,855.47 0.18 Roadside Hardscape $ 46.43 $ 557.16 $47.36 $568.30 Subtotal 7,855.47 0.18 Enter Bid Amount: $ 46.43 $ 557.16 $47.36 $568.30 Canyon Watch Park Canyon Watch Park Canyon Watch Park 7,545.38 22,656.24 145,867.54 0.17 0.52 3.35 Roadside Roadside Roadside Asphalt Hardscape Landscape $ 83.78 $ 133.98 $ 1,592.27 $ 1,005.36 $ 1,607.76 $ 19,107.24 $85.46 $136.66 $1,624.12 $1,025.47 $1,639.92 $19,489.38 Subtotal 176,069.16 4.04 Enter Bid Amount: $ 1,810.03 $ 21,720.36 $1,846.23 $22,154.77 Newport Coast Community Center Newport Coast Community Center 45,850.14 25,421.63 1.05 0.58 Roadside Roadside Asphalt Hardscape $ 509.15 $ 150.37 $ 6,109.80 $ 1,804.44 $519.33 $153.38 $6,232.00 $1,840.53 Newport Coast Community Center 38,400.96 0.88 Roadside Landscape Sprinkler $ 419.20 $ 5,030.40 $427.58 $5,131.01 Newport Coast Community Center 19,257.32 0.44 Roadside Turf Sprinkler $ 1,896.18 $ 22,754.16 $1,934.10 $23,209.24 Subtotal 128,930.05 2.96 Enter Bid Amount: $ 2,974.90 $ 35,698.80 $3,034.40 $36,412.78 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 4,849.94 0.11 Median Hardscape $ 28.75 $ 345.00 $29.33 $351.90 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 4,116.46 0.09 Median Landscape Sprinkler $ 44.85 $ 538.20 $45.75 $548.96 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 7,524.27 0.17 Roadside Hardscape $ 44.57 $ 534.84 $45.46 $545.54 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 15,331.47 0.35 Roadside Landscape Sprinkler $ 167.34 $ 2,008.08 $170.69 $2,048.24 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 10,877.56 0.25 Roadside Turf Sprinkler $ 1,071.00 $ 12,852.00 $1,092.42 $13,109.04 Subtotal 42,699.70 0.98 Enter Bid Amount: $ 1,356.51 $ 16,278.12 $1,383.64 $16,603.68 Newport Coast Fire Station Newport Coast Fire Station Newport Coast Fire Station 15,313.93 18,087.18 815.39 0.35 0.42 0.02 Roadside Roadside Roadside Asphalt Landscape Turf Sprinkler Sprinkler $170.03 $197.52 $ 80.50 $ 2,040.36 $ 2,370.24 $ 966.00 $173.43 $201.47 $82.11 $2,081.17 $2,417.64 $985.32 Subtotal 34,216.50 0.79 Enter Bid Amount:448.05 $ 5,376.60 $457.01 $5,484.13 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 48,339.75 1.11 Median Hardscape $ 285.94 $ 3,431.28 $291.66 $3,499.91 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 158,921.66 3.65 Median Landscape Sprinkler $1,734.59 $ 20,815.08 $1,769.28 $21,231.38 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 6,174.22 0.14 Roadside Asphalt $ 68.53 $ 822.36 $69.90 $838.81 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 155,222.51 3.56 Roadside Hardscape $ 917.90 $11,014.80 $936.26 $11,235.10 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 1,157,494.93 26.57 Roadside Landscape Sprinkler $12,863.06 $154,356.72 $13,120.32 $157,443.85 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 2,303.62 0.05 Roadside Turf Sprinkler $ 226.66 $ 2,719.92 $231.19 $2,774.32 Subtotal 1,528,456.69 35.09 Enter Bid Amount: $ 16096.68 $ 193,160.16 $16,418.61 5197,023.36 Pelican Hill Rd. N. to Pelican Hill Circle S. 2,011.27 0.05 Median Hardscape $11.93 $143.16 $12.17 $146.02 Pelican Hill Rd. N. to Pelican Hill Circle S. 1,329.32 0.03 Median Landscape Sprinkler $ 14.66 $ 175.92 $14.95 $179.44 Pelican Hill Rd. N. to Pelican Hill Circle S. 34,726.49 0.80 Roadside Hardscape $ 205.43 $ 2,465.16 $209.54 $2,514.46 Pelican Hill Rd. N. to Pelican Hill Circle S. 481,265.89 11.05 Roadside Landscape Sprinkler $ 5,253.81 $ 63,045.72 $5,358.89 $64,306.63 Pelican Hill Rd. N. to Pelican Hill Circle S. 3,603.75 0.08 Roadside Turf Sprinkler $ 355.08 $ 4,260.96 $362.18 $4,346.18 Subtotal 522,936.72 12.01 Enter Bid Amount: $ 70,090.92 $5,957.73 $71,492.74 Npt. Coast Dr. - Upper View Park 2,147.96 0.05 Roadside Hardscape $ 12.65 $ 151.80 $12.90 $154.84 Npt. Coast Dr. - Upper View Park 38,148.47 0.88 Roadside Landscape Sprinkler $ 416.61 $ 4,999.32 IMIA QA$5,099.31 Subtotal 40,296.43 0.93 Enter Bid Amount: $ 5,151.12 $437.85 $5,254.14 Npt. Coast Dr. - Mid View Park Npt. Coast Dr. - Mid View Park 1,260.31 49,202.39 0.03 Roadside 1.13 Roadside Hardscape Landscape Sprinkler $ 7.48 $ 537.37 $ 89.76 $ 6,448.44 $7.63 $548.12 $91.56 $6,577.41 Subtotal 50,462.69 1.16 Enter Bid Amount: $ 6,538.20 $555.75 $6,668.96 Npt. Coast Dr. - Lower View Park 17,682.53 0.41 Roadside Asphalt $ 196.31 $ 2,355.72 $200.24 $2,402.83 Npt. Coast Dr. - Lower View Park 8,313.70 0.19 Roadside Hardscape $ 49.17 $ 590.04 $50.15 $601.84 Npt. Coast Dr. - Lower View Park 150,465.71 3.45 Roadside Landscape Sprinkler $ 1,642.30 $ 19,707.60 $1,675.15 $20,101.75 Subtotal 176,461.94 4.05 Enter Bid Amount: $ 22,653.36 $1,925.54 $23,106.43 Vista Ridge Rd. - Npt. Coast to Ridge Park Rd 34,646.81 0.80 Roadside Hardscape $ 204.86 $ 2,458.32 $208.96 $2,507.49 Vista Ride Rd. - Npt. Coast to Ride Park Rd 532,557.41 12.23 Roadside Landscape Sprinkler $ 5,814.47 $ 69,773.64 $5,930.76 $71,169.11 Vista Ride Rd. - Npt. Coast to Ride Park Rd 141,764.64 3.25 Roadside Turf Sprinkler $ 13,959.46 $ 167,513.52 $14,238.65 $170,863.79 Subtotal 708,968.86 16.28 Enter Bid Amount: $ 239,745.48 $20,378.37 $244,540.39 Ridge Park Rd. - E. of Vista Ridge to Ridge P 21,273.90 0.49 Roadside Hardscape $ 125.79 $ 1,509.48 $128.31 $1,539.67 Ride Park Rd. - E. of Vista Ridge to Ride P 384,827.38 8.83 Roadside Landscape Sprinkler $ 4,201.49 $ 50,417.88 $4,285.52 $51,426.24 Ride Park Rd. - E. of Vista Ridge to Ride P 1,859.00 0.04 Roadside Turf Sprinkler $ 183.05 $ 2,196.60 $186.71 $2,240.53 Subtotal 407,960.28 9.37 Enter Bid Amount: $ 54,123.96 54,600.54 $55,206.44 Tamura Well Site - FV 1,040.80 0.02 Roadside Hardscape $ 6.18 $ 74.16 $6.30 $75.64 Tamura Well Site - FV 2,656.95 0.06 Roadside Landscape Sprinkler $ 29.33 $ 351.96 $29.92 $359.00 Subtotal 3,697.75 0.08 Enter Bid Amount: S35,51 $ 426.12 $36.22 $434.64 Dolphin Well Site - FV Dolphin Well Site - FV 2,902.94 7,119.87 0.07 Roadside 0.16 Roadside Hardscape Landscape Sprinkler $ 17.11 $ 77.63 $ 205.32 $ 931.56 $17.45 $79.18 $209.43 $950.19 Subtotal 10,022.81 0.23 Enter Bid Amount: S94,74 $1,136.88 $96.63 $1,159.62 Rialto & Rivo Alto Street Ends 2,151.38 0.05 Roadside Hardscape $ 12.79 $ 153.48 $13.05 $156.55 Rialto & Rivo Alto Street Ends 9,910.30 0.23 Roadside Landscape $ 107.82 $ 1,293.84 $109.98 $1,319.72 Rialto & Rivo Alto Street Ends 578.44 0.01 Roadside Sand $ 76.13 am $ 913.56 $77.65 $931.83 Subtotal 12,640.13 0.29 Enter Bid Amount: $ 2,360.88 $200.67 $2,408.10 Total Monthly Cost Total Annual Cost Grand Total $159,732.18 $ 1,916,786.16 $162,926.82 $1,955,121.88 EXTRA WORK COSTS Function Unit UNIT Year 1 Cost Year 2 Rates TURF Aerify 1,000 Sq Ft $0.001 $3.50 $3.57 Dethatch/Renovate Acre $ 1,250.00 $1,250.00 $1,275.00 Edge 1,000 LF $ 0.00 $1.85 $1.89 Fertilize 1,000 Sq Ft $ 0.01 $10.00 $10.20 Flail Mow of Natural Areas Acre $ 650.00 $650.00 $663.00 Gypsum Application at 25lbs 1,000 Sq Ft $0.041 $38.50 $39.27 Mow (Reel Blade) 1,000 Sq Ft $ 0.00 $2.75 $2.81 Mow (Rotary Blade) 1,000 Sq Ft $ 0.00 $2.75 $2.81 Mow and Clippings Picked Up 1,000 Sq Ft $ 0.00 $3.00 $3.06 String Trim 1,000 LF $ 0.00 $1.75 $1.79 Chemical Edge 6" Swath 1,000 LF $ 0.01 $6.00 $6.12 Chemical Edge 12"Swath 1,000 LF $ 0.01 $10.50 $10.71 Sweeping 1,000 Sq Ft $ 0.02 $18.00 $1836 HARDSCAPE Cleaning and weed abatement 1,000 Sq Ft $ 0.13 $125.00 $127.50 GROUNDCOVERS Edge 1,000 LF $ 0.00 $2.25 $2.30 Fertilize 1,000 Sq Ft $ 0.01 $10.00 $10.20 Mow 1,000 Sq Ft $ 0.00 $2.50 $2.55 PEST CONTROL Synthetic Pest Control: General Weed Control Post Emergent 1,000 Sq Ft 0.0300 $30.00 $30.60 Groundcover disease/insect spray 1,000 Sq Ft 0.0200 $20.00 $20.40 Landscape Planter Weed Control 1,000 Sq Ft 0.0200 $20.00 $20.40 Shrub disease/insect spray 1,000 Sq Ft 0.0200 $20.00 $20.40 Turf Broadleaf Spray 1,000 Sq Ft 0.0300 $30.00 $30.60 Rodent Pest Control 1,000 Sq Ft 0.0350 $35.00 $35.70 Organic Pest Control: Organic General Weed Control Post Emergent 1,000 Sq Ft $ 0.06 $62.00 $63.24 Organic Landscape Planter Weed Control 1,000 Sq Ft $0.061 $58.00 $59.16 Organic Turf/Groundcover/Shrub disease/insect spray 1,000 Sq Ft $ 0.06 $60.00 $61.20 Organic Turf Broadleaf Weed spray 1,000 Sq Ft $ 0.06 $60.00 $61.20 SHRUB PRUNING Lacing 1-4 feet Shrub $12.50 $12.50 $12.75 4 ft and higher Shrub $22.50 $22.50 $22.95 Hedging 1-4 feet Shrub $4.00 $4.00 $4.08 4 ft and higher Shrub $6.00 $6.00 $6.12 FULL TREE PRUNING/REMOVALS (Up to 12 feet) Pruning Tree $20.00 $20.00 $20.40 Removals Tree $50.00 $50.00 $51.00 PLANTING 1 Gal. Shrub Each $9.50 $9.50 $9.69 5 Gal. Shrub Each $24.00 $24.00 $24.48 15 Gal. Shrub Each $90.00 $90.00 $91.80 15 Gal. Tree with root barriers Each $145.00 $145.00 $147.90 24" Box Tree with root barriers Each $325.00 $325.00 $331.50 36" Box Tree with root barriers Each $1,000.00 $1,000.00 $1,020.00 64 Count Flat Groundcover Flat $24.00 $24.00 $24.48 Turf - Seed and Top Dress 1,000 Sq Ft 0.1300 $130.00 $132.60 Turf - Sod 1, 000 Sq Ft 1.4500 $1,450.00 $1,479.00 Hand -spread and rake in City Supplied seed 1,000 Sq Ft 0.0400 $40.00 $40.80 LABOR Landscape Maintenance Supervisor Hour $60.00 $60.00 $61.20 Pest Control Applicator Hour $50.00 $50.00 $51.00 Irrigation Specialist Hour $55.00 $55.00 $56.10 Landscape Maintenance Lead worker Hour $38.00 $38.00 $38.76 Equipment Operator Hour $60.00 $60.00 $61.20 Landscape Maintenance Laborer Hour $30.00 $30.00 $30.60 Tree Trimmer Hour $75.00 $75.00 $76.50 EQUIPMENT 1 -Ton Truck Day $700.00 $700.00 $714.00 Flail mowing at Big Canyon Reservoir Service $2,200.00 $2,200.00 $2,244.00 ROADSIDE HERBICIDE SPRAYING Median, Hardscape or Landscape areas(76acres) Service/ day $650.00 $650.00 $663.00 MULCHING 0-2" Mulch at 2" layer 1, 000 Sq Ft 0.240 $240.00 $244.80 0-2" Mulch at 2" layer I Yard $45.00 $45.00 $45.90 New Areas (Cost for annual maintenance of given location) Median Cost/Sq Ft $0.03 $0.03 $0.03 Park/ Facility cost/Sq Ft $0.03 $0.03 $0.03 Roadside Cost/Sq Ft $0.03 $0.03 $0.03 MAINTENANCE/REPAIR SERVICES AGREEMENT WITH BRIGHTVIEW LANDSCAPE SERVICES, INC. FOR LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 1 st day of December, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and BRIGHTVIEW LANDSCAPE SERVICES, INC., a California corporation ("Contractor"), whose address is 980 Jolly Road, Suite 300, Blue Bell, PA 19422, 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 landscape maintenance services of City medians and roadsides ("Project"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Bid documents, line items, and specifications. D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. E. 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 December 1, 2020 ("Effective Date"), and shall terminate on November 30, 2021 ("Original Term"), unless terminated earlier as set forth herein. The Original Terms shall be for one (1) year with the City's option to automatically renew the Agreement for six (6) additional one (1) year terms (each a "Renewal Term"), unless seven (7) day written notice by Notice Not to Extend is provided to Contractor, or further terminated earlier as set forth in the Agreement. In any event, the term of the Agreement, including the Original Term and any Renewal Terms shall not extend beyond November 30, 2027, without a written amendment to this Agreement. 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 community professional standards with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances, in performing the Work required hereunder, and that all materials will be of good quality. 2.2 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. 2.3 With respect to the on-call Services described in Exhibit A, upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal"). The Letter Proposal shall include the following: 2.3.1 A detailed description of the Services to be provided; 2.3.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.3.3 The estimated number of hours and cost to complete the Services; 2.3.4 The time needed to finish the specific project or Services. 2.4 No on-call Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 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. 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, 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. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 2 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 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 Nine Hundred Sixteen Thousand Seven Hundred Eighty Six Dollars and 16/100 ($1,916,786.16) for the Original Term and for each Renewal Term (each twelve (12) month period from December 1 to November 30, commencing with the Effective Date. Contractor's compensation for all On -Call Services performed during the Original Term or any Renewal Term and in accordance with this Agreement, including all reimbursable items, shall not exceed Two Million One Hundred Thousand Sixty Eight Dollars and 50/100 ($2,100,068.50), without prior written amendment to the Agreement. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items shall not exceed a total amount of Sixteen Million Three Hundred Fifty Thousand Dollars and 00/100 ($16,350,000.00), 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") may be adjusted by an increase not to exceed 2.0% to the Billing Rates. Contractor shall notify City in writing of any requests for adjustment pursuant to this Section at least thirty (30) days prior to the Effective Date of such adjustment, and provide updated billing rates. Adjusted billing rates shall be approved in writing by City prior to use. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed 2.0% of the Billing Rates in effect immediately preceding such adjustment. 4.3 This compensation includes: 4.3.1 Any loss or damage arising from the nature of the Work; 4.3.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 4.3.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 3 magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4.4 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. 4.5 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement, or specifically approved in writing in advance by City. 4.6 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. 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 Darin Sherlock 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. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director 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. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 4 8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A 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 community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. 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, all applicable federal, state and local laws and legally recognized professional standards. 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 and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services 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 and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 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 and/or Services, 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, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement (collectively, the "Indemnified Parties") from and against any and all BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 5 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 Nothing in this Section shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Agreement, except to the extent provided for above. 9.8 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR 10.1 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. 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, BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 6 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. 10.2 Contractor agrees and acknowledges that no individual performing Services or Work pursuant to this Agreement shall: work full-time for more than six (6) months; work regular part-time service of at least an average of twenty (20) hours per week for one year or longer; work nine hundred sixty (960) hours in any fiscal year; or already be a CalPERS member. 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 H, and incorporated herein by reference. 15. BONDING — FIXED MAINTENANCE 15.1 For all Fixed Maintenance Work as described in Exhibit A, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the amount payable to the Contractor as set forth in this Agreement and in the form attached hereto as Exhibit D which is incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Agreement in the form attached hereto as Exhibit E which is incorporated herein by this reference. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 7 15.2 The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 15.3 Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 16. BONDING — ON-CALL SERVICES 16.1 For any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit F which is incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit G which is incorporated herein by this reference. 16.2 The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 16.3 Contractor shall deliver, concurrently with City's approval of any Letter Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 17. LABOR AND PREVAILING WAGE REQUIREMENT 17.1 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. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 8 17.2 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. 17.3 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 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). The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 17.4 Unless otherwise exempt by law, Contractor warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Contractor further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 18. 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. 19. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. 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 BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 9 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. 20. 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. 21. 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. 22. 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. 23. 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 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. 24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 10 25. CONFLICTS OF INTEREST 25.1 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. 25.2 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. 26. NOTICES 26.1 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. 26.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 26.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Joshua Dake, Senior Vice President BrightView Landscape Services, Inc. 1960 S. Yale Street Santa Ana, CA 92704 27. CLAIMS 27.1 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 BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 11 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.). 27.2 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.). 28. TERMINATION 28.1 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. 28.2 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. 29.1 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.). 29.2 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. 29.3 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. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 12 29.4 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. 30. STANDARD PROVISIONS 30.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 30.2 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. 30.3 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. 30.4 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. 30.5 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. 30.6 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. 30.7 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. 30.8 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. 30.9 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 this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 13 30. 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, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 30.11 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. 30.12 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] BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 14 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: 1020/202,0 Date: "bA0av T By. j.6 :;e -- By. Aaron C. Harp Will O'Neill City Attorney to.>A �° Mayor ATTEST: / .7 Fl� CONTRACTOR: Date.- / p(,(/ BRIGHTVIEW LANDSCAPE SERVICES, INC., a California corporation Date: : lL BrownLeilani 1. City Clerk ;!c.lFoa% Signed in Counterpart By: Jeff Herold President of the Evergreen West Division and COO [END OF SIGNATURES] Attachments: Exhibit A — Service Specifications Exhibit B — Schedule of Billing Rates Exhibit C — Bid Submittal Documents Exhibit D — Labor and Materials Payment Bond (Fixed Maintenance) Exhibit E — Faithful Performance Bond (Fixed Maintenance) Exhibit F — Labor and Materials Payment Bond (On -Call Services) Exhibit G — Faithful Performance Bond (On -Call Services) Exhibit H — Insurance Requirements BRIGHTVIEW LANDSCAPE SERVICES, INC. Page 15 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:_ By: llt-, A, F'o� Aaron C. Harp u City Attorney tiry ATTEST: y� Date: in Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: BRIGHTVIEW LANDSCAPE SERVICES, INC., a California corporation Date: 1110112a,;_,. By: `' Jeff Her I Presidefit of the Evergreen West Division and COO [END OF SIGNATURES) Attachments: Exhibit A - Service Specifications Exhibit B - Schedule of Billing Rates Exhibit C - Bid Submittal Documents Exhibit D - Labor and Materials Payment Bond (Fixed Maintenance) Exhibit E - Faithful Performance Bond (Fixed Maintenance) Exhibit F -- Labor and Materials Payment Bond (On -Call Services) Exhibit G - Faithful Performance Bond (On -Call Services) Exhibit H - Insurance Requirements BRIGHTVIEW LANDSCAPE SERVICES, INC. Page -1 5 EXHIBIT A SERVICE SPECIFICATIONS BRIGHTVIEW LANDSCAPE SERVICES, INC. Page A-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIFICATIONS LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES CONTRACT NO. 7890-1 All work necessary for the completion of this contract shall be done in accordance with these Specifications. Contractor Licensinq At the time of the bid opening and until completion of work, the Contractor must possess at least the following Contractor Licenses: "C-27". At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. Bid Line Items See Appendix H for location details for the bid line items, and Appendix I for Extra Work items. Please use the quantities listed per location and type of service to enter the lump sum cost per location and cost for each Extra Work item into the Proposal Line Items in PlanetBids. Contractor shall furnish all labor, tools, expendable equipment, materials, transportation services necessary for the services as described herein. Pricing shall be inclusive of all costs associated with execution of the services, including, but not limited to, labor, materials, overhead, bonding, insurance, etc. A schedule of values shall be provided by the lowest apparent bidder within three (3) days of award of the contract. See Appendix H & I for more information. 1.1.1 DUTIES AND RESPONSIBILITIES • INTENT o The intent of these specifications is to provide full and complete contract landscape maintenance at designated sites, herein described, and that such sites be kept in a healthy, weed -free, vigorous, and well -kept state at all times for a period of five (5) years. • DESCRIPTION OF PROJECT o Furnish all labor, equipment, materials, and supervision to perform landscape maintenance as described herein including, but not limited to, the following: ■ Weeding, cultivating and brush control both mechanically and with chemicals. ■ Fertilizing. ■ Shrub and groundcover trimming, pruning, training. ■ Topiaries trimmed with hand pruners only, once per week. ■ Minor tree pruning and staking (12 ft. or lower). ■ Irrigation programming, monitoring, maintenance, and repair. ■ General rodent, pest and disease control on landscape planting and turf. ■ Mowing, verticutting, and aerifying. ■ General litter control, refuse removal, and grounds policing. ■ Plant replacement. ■ Hardscape cleaning. ■ Access roadway clearance and visibility maintenance. ■ General drainage structure and system maintenance. ■ Drinking fountain maintenance. ■ Reporting for vandalism, graffiti, or any safety concerns. ■ Pruning trees less than 12 feet in height. ■ Water truck for landscape/no irrigation system, once a week on established plant material. Frequency to vary on new plants. o The contractor shall inspect and report the following deficiencies on a weekly basis: o It shall NOT be the contractor's responsibility to maintain or repair the following: ■ Area lighting systems ■ Fencing ■ Gates ■ Any building located at the specified site ■ Graffiti ■ Vandalism ■ Signage ■ Damage resulting from vehicular accidents ■ Water, sewer, and electrical lines or systems, except to the extent required in the technical specifications of the Bid Schedules. ■ Trees over 12 feet in height. • MINIMUM PERSONNEL REQUIREMENTS The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications expressed within the Scope of Work. All supervisory personnel must be able to communicate effectively in English (both orally and in writing) and be computer literate. Any order given to supervisory personnel shall be delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. o At a minimum, contractor shall provide, in addition to one (1) full-time supervisor, thirty- four (34) full-time positions as depicted in the chart available in Appendix A: Minimum Staff Requirements and Assignment Map. o All hours shall be made up if there are absences to the Contractor's workforce (including sick days and vacation). The contractor shall provide replacements the same day where advanced notice is provided. o Work shall be performed by competent and experienced workers. All irrigation maintenance and repairs shall be monitored by a California Landscape Contractors Association, Certified Landscape Technician -I (Irrigation). o The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors and lead workers must communicate effectively, both in written and oral English, and shall be present at all times during contract operations. Any order given to these supervisors or lead workers shall be deemed as delivered to the Contractor. o All pesticide operations, where required, shall be performed by two (2) California State Licensed pest control operators through written recommendation by a California State Licensed Pest Control Advisor. The Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage, including the City's Integrated Pest Management (IPM) Program. o All personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Landscape Manager. All personnel shall wear identification badges or patches, identified as "City of Newport Beach Contractors". Those employees working in or adjacent to traffic lanes shall wear safety vests. o Persons (or vehicles) employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor on fifteen (15) days 1 notice from the City. • WORKING HOURS o Normal working hours shall be no more than ten (10) hours per day between the hours of 7:00 AM and 5:00 PM. Normal working days are Monday through Friday. Unless otherwise specified in the Scope of Work, no Saturday or Sunday work other than litter control and refuse collection is to be scheduled without prior written permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8:00 AM or after 5:00 PM. o For the purposes of the Scope of Work, the following Holidays shall be acceptable. Any additional holidays requested shall be done so in advance and approved in writing by the City. ■ Memorial Day ■ Independence Day {4th of July) ■ Labor Day ■ Thanksgiving Day ■ Christmas Day ■ New Years Day • QUALITY OF WORK AND MATERIAL o All material and equipment furnished by the Contractor shall be new, high grade, and free from defects and imperfections, unless otherwise hereinafter specified. Workmanship shall be in accord with the best standard practices. Both materials and workmanship shall be subject to the approval of the Project Administrator. All materials used shall be approved in advance by the Project Administrator. o The actual cost of all materials passed on to the City shall be wholesale cost of the material. The wholesale cost shall be the actual cost paid by the Contractor reflecting the best price, including discounts available. Receipts shall be required for reimbursements. ■ At no time shall the cost of materials exceed retail cost from the current price list, minus the discount rates. ■ Typical costs of the irrigation parts, plant material, etc. to be submitted to the City prior to approval. o Representative nursery photos on all plant materials shall be submitted for pre -approval. o The City reserves the right to purchase materials directly and make them available to the Contractor. In the event the City exercises the option to purchase the materials, the following conditions will apply: 0 Contractor shall conform to all City practices and procedures. ■ All City purchases will be for the sole expressed use of and for the City. The Contractor shall secure, store, inventory, distribute and control all materials entrusted to the Contractor's representatives. All materials and inventories shall be made available to the City upon request. The Contractor will reduce the unit cost for each maintenance task by the City's actual cost for the materials provided and used. • SUPERVISION OF CONTRACT All work shall meet with the approval of the Project Administrator. The contract supervisor shall be available for daily morning meetings with the Project Administrator or his designee(s) to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City by the first day of said month. The supervisor of this contract shall be available to meet with the City's representative for other projects during working hours, as necessary. o Any specific problem area which does not meet the conditions of the specifications set forth herein shall be called to the attention of the 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. • SPECIFICATIONS These specifications are intended to cover all labor, material and standards of architectural, landscaping, and mechanical workmanship to be employed in the work called for in these specifications or reasonably implied by terms of same. Work or materials of a minor nature which may not be specifically mentioned, but which may be reasonably assumed as necessary for the completion of this work, shall be performed by the Contractor as if described in the specifications. • PROVISIONS FOR EXTRAS o No new work of any kind shall be considered an extra unless a separate estimate is given for said work and the estimate is approved in writing by the City before the work is commenced. The Contractor will be required to provide before and after photographs of safety items or emergency repairs which were made without prior City approval. Documentation of contract compliance may be required on some occasions. Should a change or extra work be found necessary by the City, all changes and extra work shall be performed at the same unit price of any proposal item listed. If the work is not listed as a proposal item, the Contractor shall submit a fair cost for the work to be performed. A change order authorization will be issued by the City. o The City reserves the right to increase or decrease the quantity of any item(s) or portion(s) of the work described in the specifications or the proposal form or to omit portions of the work so described as may be deemed necessary or expedient by the Project Administrator or designated representative and the Contractor shall agree not to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any kind of work to be done. The City shall reduce the price accordingly. Alterations, modifications or deviations from the work described in the scope of services by Contractor shall be subject to the prior written approval of the City. Any price adjustments shall be made by mutual consent of the parties in that case. • EQUIPMENT All vehicles and equipment used in conjunction with the work shall be maintained in a neat, clean, and orderly manner and shall be in good working order. The Project Administrator, or his authorized agent, may reject any vehicle or piece of equipment and order it removed from the job site. Vehicles used must meet the required specifications as detailed in Appendix A, and must be accepted by the Project Administrator prior to deployment. • STREET CLOSURES, DETOURS, BARRICADES Warning signs, lights, and devices shall be installed and displayed in conformity with the most recent addition of "The California Manual on Uniform Traffic Devices" for use in performance of work upon highways issued by the State of California, Department of Transportation and as directed by City staff. If the Contractor fails to provide and install any of the signs or traffic control devices required hereby or ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others, charge the costs therefore against the Contractor, and deduct the same from the next progress payment. o Beacon lighting visible from behind the vehicle will be installed on vehicles working along City streets. • DISPOSAL 100% of all landscape debris will be disposed of through a landscape material recycling center or reused in some manner. The Contractor shall dispose of all cuttings, weeds, leaves, trash, and other debris from the operation as work progresses. The City shall not be responsible for the disposal nor the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. • RECORDS The Contractor shall keep accurate records concerning all of his/her employees, subcontractors, and/or agents. The Contractor shall provide this information in an organizational chart as changes in staffing occur. Contractor shall comply with all California Department of Industrial Relations (DIR) Certified Payroll Requirements as required. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Project Administrator. This report should also contain a description, including staff -hours, equipment, and materials breakdowns and costs used to accomplish any additional work which the Contractor deems to be beyond the scope of the contract and which has been approved by the City in accordance with the Agreement. Contractor shall provide all reports included in Appendix E: Required Reports. Payment for any extra work will not be authorized unless the additional work and costs thereof are first approved in writing by the City in accordance with the Agreement. The Contractor shall, within fifteen (15) days of the effective date of an executed agreement, prepare and submit a written annual maintenance calendar to the Project Administrator for approval. This maintenance calendar shall clearly indicate all of the maintenance tasks required by this agreement and the months of the year they are scheduled to be performed. If it is necessary to make periodic revisions to this maintenance schedule, a modified calendar must be submitted to the Project Administrator for approval prior to the date the changes are to take effect. o The Contractor shall permit the City to inspect and audit its books and records regarding City -provided services, including requests for certified payroll of employees assigned to the City, during regular business hours. • SPECIALTY OPERATIONS Written notification of all "specialty type" maintenance operations shall be given to the City forty-eight (48) hours prior to each of these operations by the Contractor. "Specialty type" maintenance operations are defined as: flail mowing, fertilization, turf aerification, turf dethatching, seeding and topdressing, herbicide applications for roadside spraying, water truck operations, power washing, mulch applications and plant replacements. Positions used for specialty operations shall be in addition to those outlined in Appendix A: Minimum Staff Requirements. • EMERGENCY SERVICES The Contractor will provide the City with names, email addresses, and telephone numbers of at least two (2) qualified persons who can be called by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City. These Contractor representatives shall respond to said emergency within thirty (30) minutes of receiving notification. 0 LANDSCAPE LICENSE o In addition to any and all relevant City, State and Federal permits and licenses required in the Agreement, the Contractor shall hold a valid and current California C-27 License and submit a copy thereof. The Contractor must be licensed as a California State Licensed Pest Control Operator and a California State Licensed Pest Control Advisor. The name and permit number will be supplied to the City within one (1) calendar day after effective date of the contract, and any changes forwarded within twenty-four (24) hours of said change. A licensed pest control operator with a qualified application license must be provided to apply all restricted chemical materials. ■ CONTRACTOR'S OFFICE Contractor is required to maintain an office within a thirty (30) minute response time of the job site and provide the office with phone service during normal working hours. During all other times, a telephone answering service shall be utilized and the answering service shall be capable of contacting the Contractor by cell phone. In instances of an emergency, the Contractor shall have a maximum response time of thirty (30) minutes if the emergency occurs during normal working hours; and one (1) hour if it occurs outside of normal working hours. There will be no on-site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a storage facility. ■ SCHEDULES o Annual Schedule ■ The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. ■ The Contractor shall complete the schedule for each median and roadside in a manner which shall correspond to the weekly schedules. ■ The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. ■ The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. o Monthly Schedule Contractor shall meet with the City once a month to discuss work performance, special instructions, any problems encountered and upcoming schedules. o Weekly Schedule Weekly schedule forms shall be provided by the Contractor indicating the major items of work to be performed in accordance with the performance requirements and further delineate the time frames for accomplishment by day of the week and by morning and afternoon. ■ The Contractor shall complete the schedule for each item of work and each area of work. ■ The initial schedule shall be submitted within seven (7) calendar days after effective date of the contract. Thereafter, it shall be submitted weekly on Thursday mornings for City approval, prior to scheduling work for the upcoming week beginning the following Monday, indicating locations to be serviced. ■ Changes to the schedule shall be received by the Project Administrator at least twenty-four (24) hours prior to the scheduled time for the work. ■ Failure to notify of a change and/or failure to perform an item of work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week or month. ■ The Contractor shall adjust his/her schedule to compensate for all holidays and inclement weather days. o Daily Schedule ■ The Contractor shall meet with the City's representative daily or as -needed on site in order to review the week's work, receive special instructions, and discuss any problems encountered on the job. ■ Daily schedule shall be emailed to the city staff before 8:OOa.m. each work day. ■ It shall list site locations of crews and numbers assigned at each site. ■ Changes to daily schedule can be made verbally or by email to the city inspector. o Performance on Schedule The Contractor has been provided the maximum latitude in establishing work schedules that correspond to its manpower and equipment resources. The Contractor has also been provided the opportunity and procedure for adjusting those schedules to meet special circumstances. Therefore, all work shall be completed on the day scheduled, as shown on the daily and weekly schedules. ■ PERFORMANCE DURING INCLEMENT WEATHER o During the periods when inclement weather hinders normal operations, the Contractor shall adjust his/her work force in order to accomplish those activities that are not affected by weather. o Failure to adjust the work force to show good progress on the work shall result in deduction of payments to reflect only the work actually accomplished. The Contractor shall immediately notify the Project Administrator or his/her designee prior to removing the work force from the job site for agreement on degree of inclement weather or other reasons. ■ UNDERGROUND EXCAVATIONS o The Contractor shall be responsible for locating all underground utility lines to insure the safety of his/her work crew and to protect, in place, existing utility equipment before commencing any excavation. Contractor shall contact the Project Administrator and Underground Service Alert (www.digalert.org) (1-800- 227-2600} forty-eight (48) hours before commencing any excavation, to locate underground service lines. ■ PESTICIDES o The contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage including with the City's IPM program. o The City shall maintain all documents that pertain to the use of pesticides on its property. Contractor shall provide the Project Administrator with all of the following in paper and electronic format: ■ A copy of Contractor's Orange County Agricultural Commissioner's "Restricted Materials Permit/Operator I.D. numbers" and Pest Control Business License. ■ A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. Recommendation shall include a label and Material Safety Data Sheet for the pesticide proposed. Each complete set of recommendations shall be submitted in a binder (provide two (2) bound copies) Additionally, s bound set shall accompany each pest control technician (2) while working in the City. A "Pesticide Use Daily Record" for any site that a pesticide was used, within twenty-four (24) hours of application. Total amounts of pesticides applied shall be submitted weekly. ■ A weekly schedule indicating locations to be treated. If a restricted pesticide is going to be used, a copy of the "Notice of Intent To Use Restricted Materials", must be submitted twenty-four (24) hours before application. An annual Proposed Pesticide List including the Environmental Protection Agency numbers and caution level of all the pesticides Contractor intends to use for this contract, and shall be approved by Project Administrator before any such use. o Two full-time Pest Control Operators will be assigned to the contract to apply all pesticides with a State of California Qualified Applicators Certificate or License. ■ The pest control operators shall be provided a complete spray rig with a minimum one -hundred (100) gallon tank. The cost of all pesticides will be borne by the Contractor. o The Contractor shall not use any pesticide that has not been authorized by the Project Administrator in writing. o The Contractor shall post all applications in areas accessible by the public. The operator shall be present on treated sites until spray is dry, at which time postings shall be removed. o The City recommends use of alternative IPM strategies to treat pest issues, when applicable. 1.1.2 TECHNICAL MAINTENANCE SPECIFICATIONS • GENERAL LANDSCAPE MAINTENANCE REQUIREMENTS o Perform all maintenance functions in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the Appendix B: Maintenance Frequency Schedule. The City shall have the right to determine schedule days and the extent and frequency of additional as -needed services. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the listed facilities. o Conduct all operations so as to provide maximum safety for the public and minimize disruption of the public use of City public spaces. o Keep all gutters, curbs, bominite hardscapes, and walks adjacent to contract areas free of leaves, weeds, trash, and other debris. o Keep sidewalks free of algae where constant runoff occurs. o Remove leaves, weeds, trash, and other debris from landscaped areas and disposed of off-site. o Clean sidewalks, roadways, bominite hardscapes and any other areas littered or soiled by Contractor maintenance operations. o Maintain the premises free of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his/her construction and installation equipment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used for the disposal of debris collected by the Contractor. o Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. o Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. o Notify the City immediately of any unusual and hazardous conditions at the work site. o Notify the City immediately of any graffiti in contract areas. o Notify City within one (1) hour of malfunctioning facilities or conditions that may break, malfunction, or interrupt the public's use of City facilities. o Provide control measures for all insects, other like pests, and diseases. Any control measures should be approved first by the Project Administrator with written recommendations from the Contractor's Pest Control Advisor. All rodent activity shall be eradicated as soon as possible. Particular attention to burrowing rodents is necessary to protect the site. o Remove all animal feces or other materials detrimental to human health from park areas and properly dispose immediately. o Remove all broken glass and sharp objects and properly dispose immediately. o Clean all sand and wood chip areas abutting maintained areas when dirtied by Contractor's operations and at other times as required. o Empty trash cans provided by the City daily, and wash after emptying (when necessary) or as determined by the Inspector. Contractor shall provide plastic liners for all trash cans at Contractor's expense and shall report any damaged cans. o Keep all concrete "V" drains, to include the portion under the sidewalk, free of vegetation, debris, and algae to allow unrestricted water flow. o Clean all other drainage facilities of all vegetation and debris. All grates shall be tested for security and refastened as necessary. Missing or damaged grates shall be reported to the City. • SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS o Drainage Facilities ■ All drainage structures shall be checked and cleaned to insure consistent unrestricted water flow. ■ Any damage to structures shall be noted immediately to the Project Administrator. ■ Failure to properly maintain drainage systems or to notify the Project Administrator of damaged systems will result in the Contractor assuming full responsibility for the repair of drainage damage to the facility. o Irrigation System Maintenance ■ The Contractor shall maintain the complete sprinkler system in an operable condition in those locations where operable systems exist. This includes but is not limited to controllers, backflow devices, flow sensors, master valves, manual and remote -control valves, wiring, pipes, vaults, heads, and anti -drain valves; at sites including but not limited to the list attached as Appendix F: Irrigation Information. The Contractor shall not be responsible for the water meter assembly as he/she may cause damage to these items. ■ Repair and adjust all sprinkler heads to maintain proper and uniform water application. The Contractor will adhere to all State, County, and local regulations accordingly. ■ Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under -watering or over- watering. ■ Contractor shall turn off irrigation systems during rains and turn system back on when appropriate. ■ All replacements to be made with original type material or as directed. ■ Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. ■ Material substitutions shall be approved by the Project Administrator. ■ Necessary irrigation repairs shall be made prior to the next scheduled irrigation cycle. All repairs shall be made in accordance with City standard irrigation specifications stated in Appendix D: Standard Materials. ■ Irrigation programming charts will be included in monthly reports in January, April, July and October. Such reports shall be made pursuant to those stated in Appendix E: Required Reports. ■ Areas shall only be irrigated between 11:00 PM and 6:00 AM, unless permission is granted by the Project Administrator 0 Contractor will maintain moisture sensors at all sites. ■ Contractor will maintain master valve and flow sensors at each site. Master valves will be tested weekly and repaired as required. Replacement Irrigation materials (old parts), such as, but not limited to: irrigation valves, UNIK controllers, steam rotors, pop-up sprinklers, Solenoids, Add -A - Zones and Diaphragm repair kits shall be provided to the Project Administrator for verification. City shall reimburse Contractor for the actual cost, plus fifteen percent (15%) of all irrigation materials installed by the Contractor in the performance of Services. Actual costs shall be the best price available to Contractor, including all applicable discounts. Contractor shall provide City with a schedule of typical costs of irrigation parts, plant materials and other commonly used items within thirty (30) days from the date of the commencement of the Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by the Agreement. ■ Contractor shall not charge labor for any irrigation repairs, unless it is pre - approved by the City for emergency repairs on overtime. ■ City reserves the right to purchase materials or parts and make them available to Contractor. Contractor shall secure, store, inventory, distribute and control all materials or parts provided to Contractor by City. Contractor shall make all materials and inventory available to the City upon request. ■ Contractor shall adopt reasonable methods during the duration of the Agreement to furnish continuous protection to City equipment and property and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, except such losses or damages as may be caused by the City's sole negligence or willful misconduct. ■ Contractor shall advise the City's Project Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. ■ Contractor shall repair damaged irrigation pipes, controllers and valves only after the City's Project Administrator has approved a written estimate of the cost of repair. ■ Irrigation systems shall be thoroughly inspected weekly by operating all control valves and checking for proper coverage, leaks, valve actuation, proper timing, and other operational conditions. However, the Contractor shall be responsible for the proper operation of the system at all times and shall provide for obvious repairs as needed. A weekly Irrigation Tracking Worksheet shall be submitted to the City inspector, specifying locations, controller numbers, date of inspection, and type of repairs made. • HORSE TRAIL MAINTENANCE -SANTA ANA HEIGHTS -CYPRESS STREET/MESA DRIVE TRAIL o Pest and Weed Control - per included Technical Specifications covering pest and weed control and Appendix C: Maintenance Frequency Schedule For Utility Sites. o Grounds Policing/Litter Removal - per included Technical Specifications covering grounds policing, litter removal and Appendix Band Appendix C. o Minor grading/add decomposed granite - add decomposed granite and perform minor grading of ruts or wash -outs on a monthly basis. o Sweep all drive/street approaches - broom sweep all drive/street approaches per Appendix B and Appendix C. o Remove all animal waste - per included Technical Specifications and Appendix C. • WATER CONSERVATION o Contractor shall appoint a staff member to act as the Water Manager. The Water Manager shall have the following abilities and shall meet the following requirements: ■ Abilities • Meet Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines and monthly water allocations stated in Appendix G: Irvine Ranch Water District Landscape Irrigation Guidelines. • Maintain a healthy landscape. • Calculate evapotranspiration (ET) rates to gallons per minute (GPM). • Maintain all landscapes in a usable condition (no flooding due to over - irrigation). • Troubleshoot and diagnose irrigation systems issues, and recommend or take corrective action. ■ Requirements • Program all controllers weekly according to the IRWD allocation. • Notify the Contractor or City Representative of all required repairs. • Meet the IRWD monthly water allocations for each meter on all streetscape and park applications. The Contractor shall maintain healthy plant material, and avoid monthly IRWD penalties. ■ Damages For Water Management • Should the Contractor exceed the IRWD allocation, all penalty charges for water used above the allocation will be deducted from the Contractor's monthly billing. • Deduction shall exclude all approved appeals such as mainline failures. • Contractor to submit all appeals or requests for acreage verification. • The Project Administrator shall meet monthly with the Contractor's Representative and the Contractor's Water Manager to review over- allocation water billing to determine which water billing appeals are to be approved and which are to be waived. • The Contractor shall copy Project Administrator on all such appeals, and include all meter readings, allocation calculations and proof of repairs. • Over -allocations that do not qualify for appeal or have not been waived will be deducted from the Contractor's monthly payment. • TURF MAINTENANCE o All turf is to be mowed once per week. o Frequency of mowing shall be scheduled so that no more than one-third (1/3) of the height of the grass plant is removed per mowing. o Borders shall be edged at each mowing with a gas -powered walk -behind edger. o Clippings shall be collected and removed unless otherwise directed by the City. o Mechanically trim around sprinklers as needed to provide proper and unobstructed irrigation. The cutting of holes around sprinklers shall not be permitted. o Chemically kill turf around trees, as needed, a maximum of six (6) inches from the tree base or as directed by the City. If a tree wound is present then hand trimming is required. A two (2) inch layer of bark mulch (approved by City) shall be maintained in this area at all times. o Mechanically trim around vaults, posts, and other similar features. o Mowing equipment shall be approved by the City. Equipment must be sharp and properly adjusted to avoid damage to the turf plant. 0 Pick up all litter including excessive leaf debris prior to mowing. o Mow turf to the following heights: ■ Warm season turf grass: three quarters (3/4) to one and one-quarter (1 1/4) inches. ■ Bermuda Grass: one-half (1/2) to three-quarter (3/4) inches. ■ Cool season turf including Bluegrass, Perennial Rye, Fescues: one and one- half (1 1/2) inches to two and one-half (2 1/2) inches. ■ Kikuyu and St. Augustine turf: one and one-quarter (1 1/4) inches to one and three-quarter (1 3/4) inches. o Vertical mowing of warm season grasses shall be done once per year in March to allow for sufficient time for turf regeneration. ■ Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. ■ Cool season grasses shall be renovated to remove thatch as directed. o All turf shall be fertilized four times per year using a homogenous, pellet or granular slow- release material. City must approve the material used. Apply at the following rates and time: ■ January: 16-6-8 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. ■ April: 22-3-9 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. ■ July: 21-3-5 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. ■ October: 16-6-8 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. ■ Material shall be applied using a rotary -type spreader, ensuring uniform overlap. All excess fertilizer deposited on sidewalks, parking lots, and other hardscape areas shall be properly cleaned and removed. ■ The Contractor shall perform a soil fertility analysis at individual sites (up to 10) as directed by the City in the month of December and review the analysis with the Project Administrator in the month of January. ■ All materials must be approved by the Project Administrator. Quantities used must be submitted to the Project Administrator on the Monthly Fertilizer Use Report. Such reports shall be made pursuant to those stated in Appendix E: Required Reports. o Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. ■ Turf areas must be maintained in a weed -free basis. ■ Chemical control of broadleaf weeds shall be initiated as needed on all turf. ■ The pest control operator shall post all areas to be treated per label requirements and be present on treated sites until chemicals have dried. o Aerate all turf areas as often as required (minimum of twice per year; between April 1 and May 15 and between September 1 and November 1). ■ Aerate all turf with a mechanical aerator set with one-half (1/2) inch core spoons at not more than six (6) inch spacing and a minimum depth of four (4) inches. ■ Remove and dispose all cores. ■ Contractor is responsible for locating and marking all sprinkler components. ■ Contractor is responsible for damages due to aeration operations. o Irrigate as necessary to maintain proper growth rate, optimum appearance, and the health of the turf plant. ■ Irrigation must be scheduled to avoid either under -watering or over- watering. ■ Manually water where necessary, however irrigator shall remain present on- site if this is to occur. ■ Check operation of entire irrigation system at each site weekly, or more often when conditions warrant, to insure proper operation of irrigation system. o Control all rodent pests as necessary to provide a healthy and safe environment for turf and public. o Visually inspect all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs. Correct as necessary. o Scheduling of mowing and turf care maintenance times will be approved by the City. Use by the public will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. 0 GROUNDCOVER MAINTENANCE o All groundcover areas shall be maintained in a trimmed, weed -free condition. o Weeds shall be removed as they appear. No hoeing or scuffling is allowed, weeds are to be chemically controlled or manually removed by the roots. o A pre -emergent herbicide shall be applied in all shrub and groundcover beds three times per year, in February, June and October. Pre -emergent quantities shall be provided on a use report for the month and used bags provided upon request. Such reports shall be made pursuant to those stated in Appendix E: Required Reports. o Morning glory and grass infestations shall be treated or removed immediately when observed. o Groundcover areas shall be fertilized twice per year, once in March and once in October with JTM complete fertilizer (or an equal humate-based fertilizer) at 10 pounds per 1000 square feet. Substitutions may be considered at the City's sole discretion. o Trim and edge as necessary to restrict growth from encroaching on sidewalks, curbs, turf areas, roadways, or other adjacent areas and plants. Growth retardants may be used as approved by the City. o Irrigate as required to maintain adequate growth and reasonable appearance. o Manually water where necessary. o Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. o Bare groundcover areas shall be kept cultivated and raked of all debris. o Bark mulch shall be replaced as needed and at the Contractor's expense, to ensure a layer of mulch at least two (2) inches thick at all times. • SHRUB, VINE AND TREE MAINTENANCE o Shrubs shall be maintained in a safe and reasonably trimmed appearance by proper shaping and pruning to promote the plant's natural character. o Bi -monthly trim all shrubs to maintain the size and shape specified by the Project Administrator. o Pruning shall be accomplished to maintain a natural appearance; decorative, poodle cuts, or other unnatural pruning will not be permitted. Edges shall be beveled; no hard edges will be permitted. o The Dolphin topiaries in Corona Del Mar shall be inspected and trimmed weekly with sharpened hand sheers only. o Control pests as required, including snails and insects. o Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. o Application of an iron chelate fertilizer or balanced fertilizer shall be made as needed throughout the year to maintain a healthy, vigorous growth and foliage. o Irrigate as required to maintain adequate growth and appearance. Manually water or water truck where necessary. o Careful attention not to prune or trim shrubs prior to blooming shall be made. At the conclusion of blooming of plants, all blooms shall be trimmed off or otherwise removed. Flower stalks on agaves, aloes, agapanthus, day lilies, morea, fountain grasses and other similar plants shall be removed immediately after blooming or as directed by City. o All bare shrub bed areas shall be raked weekly to remove all litter and other debris. o Growth of woody plants shall be encouraged except where it interferes with circulation, maintenance activities, roadways, drainage facilities, fence lines, or other structures. Dead branches of plants shall be removed regularly. o Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. o Bark mulch shall be replaced as needed and at the Contractor's expense, to ensure a layer of mulch at least two (2) inches thick at all times. o All plant material will be trimmed to protect property owners' ocean views, bay views, vistas, etc. as needed or as directed by City staff. For Newport Coast areas, an Annual Trimming maintenance schedule shall be provided to the City that includes a rotation of at least two trimming cycles per year. o Weeds shall be removed as they appear. No hoeing or scuffling is allowed, weeds are to be chemically controlled or manually removed by the roots. o A pre -emergent herbicide shall be used three times a year where appropriate around shrubs, vines and trees, and as approved by the City in February, June and October. Pre -emergent quantities shall be provided on a use report for the month and used bags provided upon request. Such reports shall be made pursuant to those stated in Appendix E: Required Reports. o The Contractor is responsible for trimming all trees up to twelve (12) feet in height. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. 0 Remove all suckers from base of trees as they develop throughout the year. ■ Stake and support trees as necessary. Staking and guying shall be as directed by the City. Staking materials shall be supplied at the Contractor's expense. ■ All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. Stakes shall be removed as trees mature. ■ Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. ■ Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Project Administrator if any of the above conditions exists. ■ Except for emergency removal, no tree/shrub shall be removed without prior direction or approval of the City. Trees/shrubs badly damaged and in need of replacement shall be brought to the attention of the Project Administrator. ■ Water as required to maintain proper and vigorous growth according to variety. Manual water where necessary. ■ Tree wells shall be maintained with two (2) inch thick layer of bark mulch at Contractor's expense, unless groundcover is present. Weeds shall be removed, including their roots, before they reach three (3) inches in height. ■ All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. ■ All palms shall be fertilized with Palm Plus fertilizer once in March, once in June, and once in October. o Complete pruning, heading back, lacing out, or removal will only be done at the direction of the City and at the prescribed unit price. All such pruning shall be made in accordance with current International Society of Arboricultural techniques and practices that promote the natural character of the tree. o All pruning shall be done with clean, sharp tools appropriate for the intended work. Cuts shall be made sufficiently close to the parent limb, without cutting into the branch collar or leaving a stub, so that closure can readily start under normal conditions. • WATER TRUCK OPERATIONS o Operations of the water truck will start no later than 4:00 a.m., so as not to conflict with early morning traffic. The city may require certain sites to be scheduled after 7:00 a.m. o Water Truck Operator is a separate driver to the contract, utilized as many days as need to maintain adequate soil moisture level and healthy appearance of landscapes. Record and submit the weekly water usage for water truck sites, using City- supplied water meter. ■ HARDSCAPE MAINTENANCE o During each site visit, concrete (including stamped concrete) and asphalt areas, including turn pocket fingers, driveways, parking areas, sidewalks, patios, shall be checked and cleaned. ■ All expansion joints and cracks are to be maintained free of weeds. ■ Dirt, litter, and other debris must be removed on a weekly basis. ■ Inspect for safety hazards, including tripping hazards, holes, or other conditions. Immediately report such to the Project Administrator. o Vacuums, blowers, sweepers or other approved means may be used to clean hardscape areas. However, debris shall not under any circumstance be blown or otherwise swept onto adjacent streets or property. All debris must be picked up by the Contractor and removed from the site. Any equipment that is used for cleaning hardscape must be approved by the City. o All hard surface areas shall be inspected weekly for uplifts and/or tripping hazards. All uplifts and/or tripping hazards shall be barricaded immediately and the City notified verbally within two (2) hours and by written memo within twenty-four (24) hours. o All animal feces or other materials detrimental to human health shall be removed from sites immediately. o All broken glass and sharp objects shall be removed immediately. o All areas shall be inspected six days per week and maintained in a neat, clean and safe condition at all times. o All areas shall be raked to remove leaves and debris six (6) days per week. o All amenities within hardscape areas, including but not limited to benches tables, trash receptacles, and play equipment, shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. o All leaves, paper and debris shall be removed from hardscape areas and disposed offsite. ■ ROADSIDE HERBICIDE SPRAYING o Roadside areas (totaling approximately 11,011,080 square feet/252.8 acres) are all areas depicted on the map including curbs, gutters, sidewalks, drive approaches, ramps, and in some cases a portion of roadside dirt areas. o This service will be done quarterly (four (4) times per year) in the months of February, May, August and November, or as directed, within the hours of 2:00 A.M. and 6:00 A.M. o Herbicides used (or approved equal): Mixture of pre- and post -emergent herbicides to include: Roundup ProMax, Gallery pre -emergent and Dimension pre -emergent, or approved equals. • GENERAL GROUNDS POLICING o The Contractor shall provide general grounds policing and inspection six (6) days per week, except from May 1 through September 30, when general grounds policing and inspection will be seven (7) days per week, including holidays. o Remove all litter and other debris from sites. o Grounds policing on all holidays shall be provided. o Staffing for the weekend ground policing shall work on overtime and be in addition to those outlined in Appendix A. No flex schedules will be permitted. o If refuse or litter is not removed during site visit, said litter or debris will be considered an emergency and removed immediately upon notification by the City. Failure of said removal may result in deduction of payment for that date, week, or month. o Provide safety and facility inspections and immediately report any deficiencies to the Project Administrator. Contractor shall be responsible to report below standard conditions of all structures and fixtures, including but not limited to: ■ Light standards and fixtures ■ Walls, fences, gates, park benches, gazebos ■ Signage ■ Graffiti • DRINKING FOUNTAINS o Inspect, clean, and adjust five (5) days per week. o Report any deficiencies to the City immediately in writing. • NATIVE AND DROUGHT TOLERANT PLANT MAINTENANCE o These requirements are in addition to all of the preceding Technical Maintenance Specifications: ■ All native and drought tolerant plant material at these sites will be maintained in their natural shape. All dead wood for natives will remain on the plant or where it has fallen. ■ The areas shall be maintained weed -free. Only manual pulling or mechanical cultivation of non-native weed species will be allowed. No chemicals or pre - emergents are to be used unless prior approval is granted from the City. ■ The Contractor's maintenance personnel will be trained to distinguish weedy plant species from native or drought tolerant vegetation to ensure that only weedy species are removed. ■ All weeds will be removed manually before they can attain a height of six (6) inches or produce seeds, whichever comes first. ■ Pulled weeds will be placed in a mantilla to prevent the seeds from coming in contact with the ground and removed from the project site during the same day's maintenance. ■ Leaf and branch drop and organic debris from native species shall be left in place. ■ At several times during the year, especially during the rainy season (November - May), the Contractor will have to make sure there is sufficient staff to accommodate manual removal of all weeds throughout the sites. If the Contractor fails to increase staff to accommodate timely weed removal, per specifications, the City may hire an outside Contractor to assist in weed removal and deduct these fees from the Contractor's monthly maintenance invoice. The staffing necessary to accomplish the above weeding shall not delay maintenance frequencies in other areas (i.e.: turf, groundcover, and shrub maintenance). APPENDIX A: MINIMUM STAFF REQUIREMENTS & LOCATION AREA MAP At a minimum, contractor shall provide, in addition to one (1) full-time supervisor, thirty-four (34) full-time Work Performed Required Vehicle Location positions as depicted in the table below: # Positions (1) Supervisor (1) Pickup truck Include Irrigation (2) Fully stocked trucks with All Contract Sites (2) Irrigation Technicians Maintenance irrigation controller remotes for Except Newport Rainmaster Coast (1) Irrigation Technician Include Irrigation (1) Fully stocked truck with irrigation controller remotes for Newport Coast Maintenance Rainmaster Sites (1) Mow Crew Driver Mowing / Turf (2) Mow Crew Laborers Maintenance (1) Crew cab truck All Contract Sites One (1) Detailed Maintenance Drivers/ Leadpersons Detailed Maintenance (1) one -ton stake bed trucks or Area 1 Three (3) Detailed Maintenance equivalent Laborers One (1) Detailed Maintenance Drivers/ Leadpersons Detailed Maintenance (1) one -ton stake bed trucks or Area 2 Three (3) Detailed Maintenance equivalent Laborers One (1) Detailed Maintenance Drivers/ Leadpersons Detailed Maintenance (1) one -ton stake bed trucks or Area 3 Three (3) Detailed Maintenance equivalent Laborers One (1) Detailed Maintenance Drivers/ Leadpersons Detailed Maintenance (1) one -ton stake bed trucks or Area 4 Three (3) Detailed Maintenance equivalent Laborers Two (2) Detailed Maintenance Drivers /Leadpersons Detailed Maintenance (2) one -ton stake bed trucks or Area 5 Six (6) Detailed Maintenance Laborers equivalent General litter control, (2) one -ton stake (2) Trash Patrol Drivers refuse removal, bed trucks or All Contract and grounds policing equivalent Sites (2) Pest Control Operators Pest Control Fully stocked spray truck All Contract with a valid QAL from the Oerations p with a minimum 100 Sites State of California gallon tank. The City reserves the right to increase minimum staffing based upon additional acres being added to this contract. Location Area Map kE' P �Y, gg T a 9N FlIt L PACIFIC OCEAN �j k https://nbgis.newportbeachca.gov/NewportHTM L5Viewer/?viewer=newportbeachgis APPENDIX B: MAINTENANCE FREQUENCY SCHEDULE FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times/year Vertical Mow Once/year Aerate Twice/year Pest and Weed Control As needed Visual Inspection Weekly Chemical Weed Control Twice/year Ground Cover Maintenance Trim Monthly Fertilize Twice/year Pest and Weed control As needed Visual Inspection Weekly Pre -emergent herbicide Three times/year Shrub, Vine, and Tree Maintenance Trim Six times/year Fertilize Twice/year (once/year for trees) (three times/year for palms) Restake/Check Each site visit/every two weeks min. Visual Inspection Weekly Pre -emergent herbicide Three times/year Hardscape Maintenance Five (5) days/week Grounds Policing/Litter Removal Seven (7) days/week, May 1 through September 30 Six (6) days/week, October 1 through April 30 APPENDIX C: ....... _ ... _ . .. . MAINTENANCE FREQUENCY SCHEDULE FOR UTILITY SITES SITES FUNCTION FREQUENCY Big Canyon Reservoir Turf Maintenance As directed by City staff, approximately Flail Moving six/year (may differ based on seasonal growth) Ornamental Landscape Sites: Ground Cover Maintenance, Shrub, Vine and Tree Maintenance Pump Station, Santa Barbara Dr. Visual Inspection Bi weekly Pump Station Goleta Point Dr. Irrigation Inspection Bi -weekly Tamura Well Site Trim Bi -weekly Dolphin Well Site Fertilize Twice/year (once/year for trees) Big Canyon Reservoir (along Pest and Weed Control As Needed Pacific View Dr.) Check/Restake Pre -emergent herbicide Once a year Mulching Maintain ongoing 2" minimum Hardscape Maintenance Each site visit/ every two weeks (min.) Ground Policing/Litter Each site visit/ every two weeks (min.) Removal Oil Wells and Big Canyon General Maintenance Reservoir (interior) Pest and Weed Control Monthly (including rodents) Grounds Policing/Litter Removal Monthly Irrigation Inspection Monthly Trim Three/year Fertilize Once/year Roadside Herbicide Spraying Weed control Four/year or as directed Horse Trail Maintenance — Pest and Weed Control Monthly Santa Ana Heights Grounds Policing/Litter Removal Twice/week Minor grading/add decomposed Monthly granite Sweep all drive/street Weekly approaches Remove all animal waste Daily APPENDIX D: STANDARD MATERIALS STANDARD MATERIALS All materials used in maintenance must conform to the products listed below. Any deviation from the approved list must be approved by the City of Newport Beach before installation. Any item not mentioned in the Standard Materials list must be approved by the Project Administrator. • TURF FERTILIZERS, ETC. o All commercial fertilizers must be homogenous. o All organic fertilizers must have lowest salinity rate possible. o No steer or chicken manure is allowed. o All fertilizers, planting medium, humus material, etc. must be City approved. • PLANTING o All selection and condition of the plant material of plant stock, seed, sod, trees, shrubs, annuals and perennials, flowers, and groundcovers must be approved by the Project Administrator before planting. o All shrubs and trees shall be planted with approved soil amendment. o All trees shall be planted with root barriers, tree stakes, and ties. o Hand -spread and rake in City Supplied seed in Native Park areas. • PESTICIDES o Roundup or equivalent o Snapshot or equivalent o Talstar or equivalent o Merit or equivalent o All pesticides proposed to be used must be submitted to City with application location and written recommendation from the Contractor's Pest Control Advisor prior to use. All materials must be properly labeled and certified for intended use. Proper and legal disposal of any and all pesticides used is solely the responsibility of the Contractor. All state, county, and city laws regarding pesticide use and disposal must be followed. Standard Irrigation Materials List: • HEADS o Toro 570Z-PRX-COM with Precision Series Spray Nozzle (small turf areas) o Rain Bird 3500 (small / medium turf areas) o Rain Bird 5000 (medium turf areas) o Rain Bird 8005 (medium/large turf) o Toro TR50XT (medium/large turf) o Toro 570-PRXCOM with Precision Series Rotating Nozzle (slopes & groundcover areas) • CONTROLLER 0 Rain Master Evolution DX2 irrigation controller with flow, radio & antenna • DRIP AND SPECIALIZED LOW-VOLUME IRRIGATION o Rain Bird Xerigation o Jardinier Surface Flow Irrigation o Toro Precision Series Rotating Nozzle • BATTERY -POWERED IRRIGATION o Toro DDCWP Battery -Powered Controller • MISCELLANEOUS o Febco 825Y RP Backflow Device o Spears # DS -100 Dri-Splice Connectors with crimp sleeves o Spears # DS -300 Dri-Splice Sealant o Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover o Griswold DW Series Valve (Control Valve) o Griswold DW Series Valve with DC latching solenoid (use with battery powered controller) o Griswold 2160 Solenoid Valve (Normally Open Master Valve) o Griswold 2000 Solenoid Valve (Normally Closed Master Valve) o Matco 754 Series Full Port Ball Valve o Schedule 40 PVC Lateral Pipes o Class 315 Main Supply Pipe (2" and larger) o Schedule 40 PVC Main Supply Pipe (1-1/2" and smaller) o Rectangle Valve Box -Plastic -18"L x 12"W x 12"D o Round Valve Box -Plastic -10" o Control Wire- U.F. 600 -Volt Direct Burial Copper with PVC Insulation. o Rain Master EVFM Flow Sensor APPENDIX E: REQUIRED REPORTS 1. Annual Maintenance Schedule. 2. Daily email with site locations of crews and numbers assigned at each site. 3. Weekly Detailed Maintenance and chemical use schedules. 4. Weekly Performance Report. 5. Weekly Chemical Use Report. 6. Monthly Fertilizer Use Report. 7. Annual Proposed Pesticide List with EPA numbers (including PCA recommendations, pesticide labels, Material Safety Data Sheets). 8. Weekly irrigation inspection check list (to include controller and site inspection for all sites and a list of any repairs required). 9. Monthly irrigation controller programming charts. 10. Monthly maintenance inspection list for all sites performed by the contractor Supervisor. 11. Annual pesticide safety training records. 12. Monthly tailgate safety meeting records. 13. Monthly Performance report. 14. Monthly green waste recycling report. 15. Water truck schedule and weekly water usage record. 16. Monthly pest control inspection list for all sites, performed by a Qualified Licensed Applicator. APPENDIX F: IRRIGATION INFORMATION MEDIANS Irrigation Irrigation Water No Not Manual Truck Irrigation Operable Automated Irrigation Area G Street X Balboa Blvd X Balboa Blvd - Medina Way to 21st St. (1) X X Balboa Blvd - Medina Way to 21 st St. (2) X McFadden Interchange Medians X Villa Way X 29th Street X M Street Median X Via Lido - Newport Blvd to Via Operto X Newport Blvd X Via Lido X Clubhouse X Finley X Balboa Blvd - Coast Hwy to 32nd Street X Superior Ave north of Coast Hwy X Newport Blvd - Coast Hwy to Industrial Way X X Coast Hwy - Santa Ana River to Newport Blvd X Coast Hwy - Mariners Mile X St. James Road X Kings Place X Margaret Drive between Tustin and Irvine X X Westcliff Drive - Irvine Ave to Dover X Triangular median - Westcliff X Dover X Dover Drive - Westcliff to Coast Hwy X Irvine Ave - Westcliff to Dover X Irvine Ave - Dover to Holiday Road X Irvine Ave - Santiago to University X Jamboree Road - Bristol to Coast Hwy X University Drive - Jamboree to MacArthur X Vista Del Sol X Ford Road - Jamboree to San Miguel X San Miguel - Ford Road to Avocado X San Joaquin - Spyglass to Back Bay Dr. X Coast Hwy - Dover to Newport Coast Drive X MacArthur at Coast Hwy X EI Paseo Drive X Avocado - Waterfront to Coast Hwy X Corinthian Way - West of MacArthur Blvd X Newport Place Drive - West of MacArthur Blvd X MacArthur Bvld - North of Jamboree X Jamboree Road - Bristol to Campus Drive X Balboa Blvd at A Street X MacArthur Blvd - Coast Hwy to Bison I I I I I X ROADSIDES Irrigation Irrigation Water No Not Manual Truck Irrigation Operable Automated Irrigation Area Bonita Canyon Road - MacArthur Blvd to Hwy 73 X Park Ave X Cannery Village Parking Lot X 28th and 30th Street Parking Lots X McFadden Parking Lot X 19th Street, street end - bayside X 13th Street, street end - bayside / beach X X 12th Street, street end - bayside / beach X X 11th Street, street end - bayside / beach X X "F" Street, street end - bayside / beach X X Palm Street Parking Lot X Miramar Drive and Balboa Blvd X "I" Street, street end - bayside X X "L" Street, street end - oceanside X X Via Oporto X Central Parking Lot X Short Street X Newport Blvd Roadside X OCTA Bus Stop - Balboa Blvd X 46th X OCTA Bus Stop - Balboa Blvd X River X Newport Island entrance X 37th - Olive Street, street ends off Seashore X Prospect Street, ends off Seashore X X Orange Street, ends off Seashore X Summit Street planter X Cappy's trail / bench area X X West Coast Hwy Roadsides X Superior X Coast Hwy Parking Lot X N.W. Quadrant - Newport Blvd X Coast Hwy X S.W. Quadrant - Newport Blvd X Coast Hwy X S.E. Quadrant - Newport Blvd X Coast Hwy X Newport Blvd Roadsides X X X Mariners Mile Parking Lot X Rocky Point / Pelican Wall X Dover X Westcliff X Coast Hwy Bay Shore Soundwall X OCTA Bus Stop - Bay Shore Drive X Coast Hwy X Dover Drive Arterials - Westcliff to Mariners X Dover Drive Arterials - (N) Irvine Ave to Mariners X Dover Drive Arterials - (S) Irvine Ave to Mariners X Westcliff Drive Arterial (Groves) Irrigation Irrigation Water No Not Manual Truck Irrigation Operable X Westcliff Drive X Santiago Groves Bike Trail X ROADSIDES CONTINUED Irrigation Irrigation Water No Not Manual Truck Irrigation Operable Automated irrigation Area Groves Bike Trail X Irvine Ave Arterial North of Private Road X Tustin Avenue street end X Port Dunbar Drive Roadside X Spyglass Hill Road Roadsides X San Joaquin Hills Road Roadsides X Coast Hwy - Seaward to Cameo Highlands X X Centennial Plaza X Larkspur Street End X Jasmine Street End X Fernleaf Ramp X Bayside Drive - Jamboree to Marguerite X X Coast Hwy - Jamboree to Avocado X Coast Hwy - Bayside Drive to Jamboree X Jamboree - Coast Hwy to Bayside X X Promontory Bay Plaza X Promontory Point and Channel Walk X Balboa Island Entrance X Balboa Island - Grand Canal Bridge X MacArthur Blvd - Coast Hwy to San Miguel X Balboa Village, Balboa Pier Parking Lot X Entrance to Collins Island X Big Canyon Reservoir along San Miguel X West side of Dover - Coast Hwy to Cliff Drive X Castaways Blufftop Trail X Bayview Way - Across from Fletcher Jones X Polaris slope across from Westcliff Park X Lido/Peninsula Gateway Roadside at Newport Blvd x Via Lido/Short Street X Redlands at Dawnview X APPENDIX G: IRVINE RANCH WATER DISTRICT LANDSCAPE IRRIGATION GUIDELINES Water used for irrigation will be supplied by the Irvine Ranch Water District (IRWD). It is the responsibility of the Contractor to understand the water usage rate tiers based on allocation and to periodically review the IRWD guidelines, as they are updated on a regular basis. Irvine Ranch Water District Landscape Irrigation Information http://www.irwd.com/customer-care/understanding-your-bill/landscape-irrigation-rates htmI Landscape Irrigation Schedule of Rates and Charges http://www.irwd.com/assets/files/Financial%20Fil es/RatesandCharges-Current.pdf Explanation of Bill http://www.irwd.com/assets/files/Customer%20Service/Your Bill Explained 7.12.pdf Meter and Allocation Log http://www. irwd.com/assets/files/Conservation/MeterAl IocLog (I]. pdf Using the Meter and Allocation Log http://www.irwd.com/assets/files/Conservation/usinglog.pdf Landscape Irrigation Adjustment Request Form http://www.irwd.com/assets/files/Conservation/LANDSCAPE%201RRIGATION%20ADJUSTMENT %20REQUEST%20FORM FINAL.pdf Instructions for Completing Landscape Irrigation Adjustment Request Form http://www.irwd.com/assets/files/Conservation/]NSTRUCTIONS.pdf Suggested Weekly Schedule for Spray -Head Irrigation http://www. irwd.com/alwaVswatersmart/weekly-irrigation-schedule. html APPENDIX H: PROPOSAL LINE ITEM DETAIL INFORMATION AWARD OF AN ANNUALLY RENEWABLE (UP TO 7 YEARS) MAINTENANCE AGREEMENT SHALL BE BASED ON LOWEST BASE BID AMOUNT (TOTAL ANNUAL COST OF BASE BID LINE ITEMS). BIDS SHALL BE BASED ON THE LINE ITEM DETAILS BELOW AND AS MORE FULLY DESCRIBED IN ATTACHMENT A. The Lowest Apparent Bidder shall submit a completed Schedule of Values (using Attachment A) to the City within three (3) days after NOTICE OF LOW BID for review and approval. See Attachment A: C-7890-1 SCHEDULE OF VALUES — LINE ITEM WORKSHEET. This worksheet contains: o Master Cost File o Extra Work Cost File (for on-call/as-needed/extra work) o Site List o GIS Data List The Schedule of Values shall detail the Proposal Line Items submitted, will be used as a basis for monthly progress payments, and will be approved by City prior to the award and execution of the contract. As part of the awarded multi-year contract, contracted rates for both fixed annual services and any on- call/extra work may be allowed a fixed 2.0 percent (2%) increase. This increase shall occur annually, as more fully described in the Agreement terms and conditions. ITEM LOCATION SQ FEET ACRES TYPE MAINT IRRIGATION TYPE 1 PCH - Santa Ana river to 50,855.96 1.17 Roadside Hardscape New ort Blvd. 1 PCH - Santa Ana river to 98,959.50 2.27 Roadside Landscape Sprinkler New ort Blvd. 2 PCH - Santa Ana River to 62,693.58 1.44 Median Hardscape Tustin Ave. 2 PCH - Santa Ana River to 25,904.98 0.59 Median Landscape Sprinkler Tustin Ave. 3 Summit St. planter 1,294.81 0.03 Roadside Hardscape 3 Summit St. planter 769.56 0.02 Roadside Landscape Sprinkler 4 37th - Sonora St. street ends 11,695.62 0.27 Roadside Hardscape off Seashore 4 37th - Sonora St. street ends 6,973.62 0.16 Roadside Landscape Sprinkler off Seashore 5 Cappys trail/bench area 969.81 0.02 Roadside Hardscape 5 Cappys trail/bench area 7,743.80 0.18 Roadside Landscape Water Truck 6 Oil Wells 533,848.43 12.26 Roadside Landscape 7 Superior X PCH Parking 33,662.71 0.77 Roadside Asphalt Lot 7 Superior X PCH Parking 18,707.99 0.43 Roadside Hardscape Lot 7 Superior X PCH Parking 30,971.80 0.71 Roadside Landscape Sprinkler Lot 7 Superior X PCH Parking 9,456.03 0.22 Roadside Turf Sprinkler Lot 8 Superior Medians - PCH to 13,335.89 0.31 Median Hardscape Industrial Way 8 Superior Medians - PCH to 27,174.29 0.62 Median Landscape Sprinkler Industrial Way 9 Balboa Blvd. - PCH to 32nd 62.18 0.00 Median Hardscape St. 9 Balboa Blvd. - PCH to 32nd 17,170.78 0.39 Median Landscape Sprinkler St. 9 Balboa Blvd. - PCH to 32nd 37,669.94 0.86 Roadside Hardscape St. 9 Balboa Blvd. - PCH to 32nd 20,059.00 0.46 Roadside Landscape Sprinkler St. 10 River Ave Corner 533.39 0.01 Roadside Hardscape 10 River Ave Corner 511.10 0.01 Roadside Landscape Sprinkler 11 River Ave. planters - 47th to 23,575.51 0.54 Roadside Hardscape 54th 11 River Ave. planters - 47th to 8,227.26 0.19 Roadside Landscape Sprinkler 54th 12 OCTA Bus Stop - Balboa 1,110.34 0.03 Roadside Hardscape Blvd. x 46th 12 OCTA Bus Stop - Balboa 1,095.78 0.03 Roadside Turf Sprinkler Blvd. x 46th 13 OCTA Bus Stop - Balboa 1,073.98 0.02 Roadside Hardscape Blvd.x River 13 OCTA Bus Stop - Balboa 1,330.85 0.03 Roadside Landscape Sprinkler Blvd. x River 14 Newport Island Entrance 1,380.11 0.03 Roadside Hardscape Planters 14 Newport Island Entrance 1,401.49 0.03 Roadside Landscape Sprinkler Planters 14 Newport Island Entrance 2,595.80 0.06 Roadside Turf Sprinkler Planters 15 McFadden Parking Lot 20,605.31 0.47 Roadside Asphalt 15 McFadden Parking Lot 5,160.77 0.12 Roadside Hardscape 15 McFadden Parking Lot 2,327.93 0.05 Roadside Landscape Sprinkler 15 McFadden Parking Lot 3,699.49 0.08 Roadside Turf Sprinkler 16 McFadden Interchange 5,188.97 0.12 Median Hardscape Medians 16 McFadden Interchange 1,841.38 0.04 Median Landscape Sprinkler Medians 16 McFadden Interchange 13,830.67 0.32 Median Landscape Sprinkler Medians 17 Mc Fadden PI & Ocean 139,337.40 3.20 Roadside Asphalt Front Parking Lot 17 Mc Fadden PI & Ocean 76,542.87 1.76 Roadside Hardscape Front Parking Lot 17 Mc Fadden PI & Ocean 13,715.08 0.31 Roadside Landscape Front Parking Lot 17 McFadden PI & Ocean 4,875.33 0.11 Roadside Sand Front Parkin Lot 18 Balboa Blvd. - Medina Way to 21st St. 23,875.20 0.55 Median Hardscape 18 Balboa Blvd. - Medina Way to 21st St. 13,308.70 0.31 Median Landscape Water Truck 18 Balboa Blvd. - Medina Way to 21st St. 4,788.43 0.11 Roadside Hardscape 18 Balboa Blvd. - Medina Way to 21st St. 512.03 0.01 Roadside Landscape Water Truck 19 15th Street 558.39 0.01 Median Landscape Sprinkler 19 15th Street 14,349.99 0.33 Roadside Hardscape 19 15th Street 4,027.72 0.09 Roadside Landscape Sprinkler 20 13th St. Street End - Bayside 280.27 0.01 Roadside Hardscape 20 13th St. Street End - Bayside 2,339.63 0.05 Roadside Sand 21 12th St. Street End - Bayside 430.43 0.01 Roadside Landscape Water Truck 21 12th St. Street End - Bayside 2,226.69 0.05 Roadside Sand 22 11th St. Street End - Bayside 1,706.34 0.04 Roadside Sand 23 Balboa Village 247,315.31 5.68 Roadside Asphalt 23 Balboa Village 92,536.03 2.12 Roadside Hardscape 23 Balboa Village 22,604.90 0.52 Roadside Landscape Sprinkler 23 Balboa Village 812.76 0.02 Roadside Turf Sprinkler 24 Palm St. and Balboa Blvd. Parking Lot 24,924.29 0.57 Roadside Asphalt 24 Palm St. and Balboa Blvd. Parking Lot 8,457.59 0.19 Roadside Hardscape 24 Palm St. and Balboa Blvd. Parking Lot 3,056.46 0.07 Roadside Landscape Sprinkler 25 Balboa Blvd. and "A" Street 185.77 0.00 Median Landscape Sprinkler 26 B Street Parking Lot 303.06 0.01 Roadside Hardscape 26 B Street Parking Lot 37.70 0.00 Roadside Landscape Water Truck 26 B Street Parking Lot 1,751.83 0.04 Roadside Sand 27 "F" St. Street End - Bayside 153.28 0.00 Roadside Hardscape 27 "F" St. Street End - Bayside 1,245.32 0.03 Roadside Landscape Water Truck 28 G St. x Balboa Blvd. 2,486.08 0.06 Median Landscape Sprinkler 29 "I" St. Street End - Bayside 418.82 0.01 Roadside Hardscape 29 "I" St. Street End - Bayside 25.00 0.00 Roadside Landscape Water Truck 29 "I" St. Street End - Bayside 580.16 0.01 Roadside Sand 30 I St. Median 30.42 0.00 Roadside Hardscape 30 I St. Median 1,749.81 0.04 Roadside Landscape Sprinkler 31 "L" St. Street End - Oceanside 748.19 0.02 Roadside Hardscape 31 "L" St. Street End - Oceanside 1,726.25 0.04 Roadside Landscape Water Truck 32 "M" St. St. Street End - Oceanside 616.80 0.01 Roadside Hardscape 32 "M" St. St. Street End - Oceanside 3,380.22 0.08 Roadside Landscape Water Truck 33 28th & 30th St. Parking Lots 23,510.71 0.54 Roadside Asphalt 33 28th & 30th St. Parking Lots 5,651.62 0.13 Roadside Hardscape 33 28th & 30th St. Parking Lots 3,351.78 0.08 Roadside Landscape Sprinkler 34 Villa Way x 29th St. 584.90 0.01 Median Hardscape 34 Villa Way x 29th St. 925.09 0.02 Median Landscape Sprinkler 35 Cannery Village Parking Lot 12,731.61 0.29 Roadside Asphalt 35 Cannery Village Parking Lot 1,494.13 0.03 Roadside Hardscape 35 Cannery Village Parking Lot 2,703.56 0.06 Roadside Landscape Sprinkler 36 32nd Street Parking Lot 3,108.98 0.07 Roadside Hardscape 36 32nd Street Parking Lot 4,777.36 0.11 Roadside Landscape Sprinkler 37 Newport Blvd. x Via Lido 356.32 0.01 Median Hardscape 37 Newport Blvd. x Via Lido 4,058.99 0.09 Median Landscape Sprinkler 37 Newport Blvd. x Via Lido 4,255.42 0.10 Median Landscape Sprinkler 38 Newport Blvd King Palms 1,438.93 0.03 Roadside Hardscape 38 Newport Blvd King Palms 288.00 0.01 Roadside Landscape Sprinkler 39 Clubhouse x Finley 828.92 0.02 Median Hardscape 39 Clubhouse x Finley 841.73 0.02 Median Landscape Sprinkler 40 Gateway Roadside - Npt. Blvd. and Short St. 3,355.27 0.08 Roadside Hardscape 40 Gateway Roadside - Npt. Blvd. and Short St. 3,083.63 0.07 Roadside Landscape Sprinkler 40 Gateway Roadside - Npt. Blvd. and Short St. 2,703.11 0.06 Roadside Turf Sprinkler 41 Via Lido - Newport Blvd. to Via Oporto 1,663.19 0.04 Median Hardscape 41 Via Lido - Newport Blvd. to Via Oporto 1,159.30 0.03 Median Landscape Sprinkler 42 Short St. x Newport Blvd. Roadside 5,485.43 0.13 Roadside Landscape Sprinkler 43 Gateway Roadside - Npt. Blvd. and Via Lido 3,146.78 0.07 Roadside Hardscape 43 Gateway Roadside - Npt. Blvd. and Via Lido 2,075.13 0.05 Roadside Landscape Sprinkler 43 Gateway Roadside - Npt. Blvd. and Via Lido 1,175.20 0.03 Roadside Turf Sprinkler 44 Via Oporto x Central Parking Lot 7,920.09 0.18 Roadside Asphalt 44 Via Oporto x Central Parking Lot 4,122.74 0.09 Roadside Hardscape 44 Via Oporto x Central Parking Lot 989.17 0.02 Roadside Landscape Sprinkler 45 Newport Blvd. - PCH to Industrial Way 44,475.26 1.02 Median Hardscape 45 Newport Blvd. - PCH to Industrial Way 28,725.11 0.66 Median Landscape Sprinkler 46 S.W. Quadrant - Newport Blvd. x PCH 14,348.05 0.33 Roadside Hardscape 46 S.W. Quadrant - Newport Blvd. x PCH 27,255.14 0.63 Roadside Landscape Sprinkler 47 S.E. Quadrant - Newport Blvd. x PCH 10,158.74 0.23 Roadside Hardscape 47 S.E. Quadrant - Newport Blvd. x PCH 17,209.32 0.40 Roadside Landscape Sprinkler 48 N.E. Quadrant - Newport Blvd. x PCH 38,222.33 0.88 Roadside Hardscape 48 N.E. Quadrant - Newport Blvd. x PCH 33,900.53 0.78 Roadside Landscape Sprinkler 49 N.W. Quadrant - Newport Blvd. x PCH 31,685.77 0.73 Roadside Hardscape 49 N.W. Quadrant - Newport Blvd. x PCH 119,177.69 2.74 Roadside Landscape Sprinkler 50 Old Newport Blvd Medians 593.91 0.01 Median Hardscape 51 Newport Blvd. Roadsides 2,693.61 0.06 Roadside Hardscape 51 Newport Blvd. Roadsides 266,105.54 6.11 Roadside Landscape Sprinkler 52 Santa Ana & Cliff Drive 14,984.17 0.34 Median Landscape Sprinkler 52 Santa Ana & Cliff Drive 586.84 0.01 Median Turf Sprinkler 53 Riverside Ave 5,845.69 0.13 Roadside Hardscape 53 Riverside Ave 466.13 0.01 Roadside Landscape Sprinkler 54 PCH roadside, N.side, Tustin Ave: Riverside Dr. 3,813.20 0.09 Roadside Hardscape 54 PCH roadside, N.side, Tustin Ave.- Riverside Dr. 690.00 0.02 Roadside Landscape Sprinkler 55 Mariners Mile Parking Lot 51,011.10 1.17 Roadside Asphalt 55 Mariners Mile Parking Lot 5,896.79 0.14 Roadside Hardscape 55 Mariners Mile Parking Lot 5,482.24 0.13 Roadside Landscape Sprinkler 56 Rocky Point/Pelican Wall 2,968.50 0.07 Roadside Hardscape 56 Rocky Point/Pelican Wall 1,009.01 0.02 Roadside Landscape Sprinkler 57 Cliff Drive 2,225.81 0.05 Median Hardscape 58 PCH Bayshore Soundwall 11,987.28 0.28 Roadside Hardscape 58 PCH Bayshore Soundwall 4,184.50 0.10 Roadside Landscape Sprinkler 59 O.C.T.A Bus Stop - Ba shore Dr. x PCH 3,161.14 0.07 Roadside Asphalt 59 O.C.T.A Bus Stop - Bayshore Dr. x PCH 2,960.54 0.07 Roadside Hardscape 59 O.C.T.A Bus Stop - Bayshore Dr. x PCH 6,166.17 0.14 Roadside Landscape Sprinkler 60 Dover Roadside - Cliff Dr. to PCH 12,539.69 0.29 Roadside Hardscape 60 Dover Roadside - Cliff Dr. to PCH 5,984.64 0.14 Roadside Landscape Sprinkler 61 Dover Dr. - Westcliff to PCH 19,761.35 0.45 Median Hardscape 61 Dover Dr. - Westcliff to PCH 18,129.65 0.42 Median Landscape Sprinkler 62 St. James Road x Kings Place 1,544.20 0.04 Median Landscape Sprinkler 63 15th Hardscape 3,016.68 0.07 Median Hardscape 64 Margaret Dr. between Tustin & Irvine 322.85 0.01 Median Landscape Sprinkler 65 Triangular Median - Westcliff x Dover 1,155.17 0.03 Median Hardscape 65 Triangular Median - 408.47 0.01 Median Landscape Sprinkler Westcliff x Dover 65 Triangular Median - 3,575.66 0.08 Median Turf Sprinkler Westcliff x Dover 66 Westcliff Dr. - Irvine Ave to 6,178.83 0.14 Median Hardscape Dover 66 Westcliff Dr. - Irvine Ave to 5,685.63 0.13 Median Landscape Sprinkler Dover 67 Dover x Westcliff 5,829.56 0.13 Roadside Hardscape 67 Dover x Westcliff 22,019.03 0.51 Roadside Turf Sprinkler 68 Groves Bike Trail and 20,943.56 0.48 Roadside Hardscape Polaris Slope 68 Groves Bike Trail and 82,427.65 1.89 Roadside Landscape Sprinkler Polaris Slope 68 Groves Bike Trail and 2,620.07 0.06 Roadside Turf Sprinkler Polaris Slope 69 Castaways Blufftop Trail 31,894.29 0.73 Roadside Hardscape 69 Castaways Blufftop Trail 30,235.12 0.69 Roadside Landscape Sprinkler 70 Westcliff Dr. Arterial 7,177.09 0.16 Roadside Hardscape Groves 70 Westcliff Dr. Arterial 28,974.65 0.67 Roadside Landscape Sprinkler Groves 71 Westcliff Dr. x Santiago 1,284.77 0.03 Roadside Hardscape 71 Westcliff Dr. x Santiago 245.76 0.01 Roadside Landscape Sprinkler 71 Westcliff Dr. x Santiago 2,019.04 0.05 Roadside Turf Sprinkler 72 Dover Dr. Arterials - (N) 2,239.81 0.05 Roadside Hardscape Westcliff to Irvine Ave 72 Dover Dr. Arterials - (N) 58,291.63 1.34 Roadside Landscape Sprinkler Westcliff to Irvine Ave 73 Dover Dr. Arterials - (S) 1,024.72 0.02 Roadside Hardscape Westcliff to Irvine Ave 73 Dover Dr. Arterials - (S) 82,786.61 1.90 Roadside Landscape Sprinkler Westcliff to Irvine Ave 74 Irvine Ave. - Westcliff to 25,810.57 0.59 Median Hardscape Holiday Road 74 Irvine Ave. - Westcliff to 50,905.73 1.17 Median Landscape Sprinkler Holiday Road 75 Irvine Ave. Arterial N of 2,485.65 0.06 Roadside Hardscape Private Road 75 Irvine Ave. Arterial N of 9,849.30 0.23 Roadside Turf Sprinkler Private Road 76 Irvine Avenue - Santiago to 6,593.38 0.15 Median Hardscape University 76 Irvine Avenue - Santiago to 8,598.14 0.20 Median Landscape Sprinkler University 76 Irvine Avenue - Santiago to 46,578.78 1.07 Median Landscape Sprinkler University 77 Irvine Ave., Mesa Dr. to 3,015.83 0.07 Median Hardscape Orchard 77 Irvine Ave., Mesa Dr. to 5,123.80 :!1:2:1Median Landscape Sprinkler Orchard 77 Irvine Ave., Mesa Dr. to Orchard 7,234.19 0.17 Roadside Hardscape 77 Irvine Ave., Mesa Dr. to Orchard 12,390.59 0.28 Roadside Landscape Sprinkler 77 Tustin Avenue Street End 2,575.68 0.06 Roadside Landscape Sprinkler 77 Irvine Ave., Mesa Dr. to Orchard 7,434.41 0.17 Roadside Sand 78 Redlands at Dawnview 532.36 0.01 Roadside Hardscape 78 Redlands at Dawnview 1,528.27 0.04 Roadside Landscape Water Truck 79 Anniversary Lane Roadside 18,889.62 0.43 Roadside Landscape Water Truck 80 Santa Ana Heights Trail 46,830.65 1.08 Roadside Hardscape 81 South Bristol 6,694.26 0.15 Roadside Hardscape 81 South Bristol 81,335.82 1.87 Roadside Landscape Sprinkler 82 N. Bristol Ave, Jamboree Rd. to Irvine Ave. 1,059.07 0.02 Roadside Hardscape 82 N. Bristol Ave, Jamboree Rd. to Irvine Ave. 40,290.21 0.92 Roadside Landscape Sprinkler 83 MacArthur Jamboree Interchange 501.29 0.01 Median Hardscape 83 MacArthur Jamboree Interchange 2,922.26 0.07 Median Landscape Sprinkler 84 MacArthur - PCH to Bowsprit Dr. 110,983.44 2.55 Median Hardscape 84 MacArthur - PCH to Bowsprit Dr. 149,132.84 3.42 Median Landscape Sprinkler 85 Newport Place Dr., W. of MacArthur 508.06 0.01 Median Hardscape 85 Newport Place Dr., W. of MacArthur 6,240.81 0.14 Median Landscape Sprinkler 86 Von Karmen - Birch MacArthur 17,712.40 0.41 Median Hardscape 86 Von Karmen - Birch MacArthur 529.88 0.01 Median Landscape Sprinkler 87 Corinthian Way, W. of MacArthur 286.65 0.01 Median Hardscape 87 Corinthian Way, W. of MacArthur 1,123.16 0.03 Median Landscape Sprinkler 88 Birch - Campus 1,495.18 0.03 Median Hardscape 88 Birch - Campus 1,303.89 0.03 Median Hardscape 89 Jamboree - Campus to PCH 86,065.07 1.98 Median Hardscape 89 Jamboree - Campus to PCH 1,713.12 0.04 Median Hardscape 89 Jamboree - Campus to PCH 46,170.89 1.06 Median Landscape Sprinkler 89 Jamboree - Campus to PCH 23,323.90 0.54 Median Landscape Sprinkler 89 Jamboree - Campus to PCH 60,971.27 1.40 Median Turf Sprinkler 89 Jamboree - Campus to PCH 39,923.82 0.92 Median Turf Sprinkler 90 Bayview, e. Jamboree Rd. 3,533.82 0.08 Roadside Hardscape 90 Bayview, e. Jamboree Rd. 13,668.25 0.31 Roadside Landscape Sprinkler 91 University Dr - Jamboree to MacArthur 6,137.81 0.14 Median Hardscape 91 University Dr - Jamboree to MacArthur 4,931.80 0.11 Median Turf Sprinkler 92 Vista Del sol 6,701.26 0.15 Median Landscape Sprinkler 92 Vista Del sol 11,927.29 0.27 Median Turf Sprinkler 93 Bison - Jamboree to MacArthur 16,469.15 0.38 Median Hardscape 93 Bison - Jamboree to MacArthur 6,717.66 0.15 Median Landscape Sprinkler 94 Camelback St 1,868.51 0.04 Median Hardscape 95 La Felicidad 1,672.54 0.04 Median Hardscape 96 Jamboree Big Canyon Roadside 10,723.04 0.25 Roadside Hardscape 96 Jamboree Big Canyon Roadside 14,946.59 0.34 Roadside Landscape Sprinkler 97 Ford Rd - Jamboree to MacArthur 13,373.62 0.31 Median Hardscape 97 Ford Rd - Jamboree to MacArthur 18,083.98 0.42 Median Landscape Sprinkler 98 Pump Station - Santa Barbara Dr. 2,764.86 0.06 Roadside Hardscape 98 Pump Station - Santa Barbara Dr. 9,407.73 0.22 Roadside Landscape Sprinkler 99 PCH - Bayside Drive to Jamboree 22,558.04 0.52 Roadside Hardscape 99 PCH - Bayside Drive to Jamboree 627.08 0.01 Roadside Landscape Sprinkler 100 PCH - MacArthur to Bayside Dr. 54,769.74 1.26 Median Hardscape 100 PCH - MacArthur to Bayside Dr. 68,512.37 1.57 Median Landscape 101 PCH - Jamboree to Avocado 48,406.60 1.11 Roadside Hardscape 101 PCH - Jamboree to Avocado 66,873.08 1.54 Roadside Landscape Sprinkler 102 Jamboree - PCH to Bayside 4,934.02 0.11 Roadside Hardscape 102 Jamboree - PCH to Bayside 4,773.67 0.11 Roadside Landscape Sprinkler 103 Bayside Drive - Jamboree to -Marguerite 10,441.18 0.24 Roadside Hardscape 103 Bayside Drive - Jamboree to Marguerite 118,552.14 2.72 Roadside Landscape Water Truck 104 Bayside Drive 239.66 0.01 Median Hardscape 104 Bayside Drive 6,140.04 0.14 Median Landscape Water Truck 105 Entrance to Balboa Island 2,223.41 0.05 Roadside Hardscape 105 Entrance to Balboa Island 894.11 0.02 Roadside Landscape Sprinkler 106 Promontory Point & Channel Walk 12,332.51 0.28 Roadside Hardscape 106 Promontory Point & Channel Walk 11,262.02 0.26 Roadside Landscape Sprinkler 107 Promontory Bay Plaza/Harbor Island Dr. Areas 9,230.51 0.21 Roadside Hardscape 107 Promontory Bay Plaza/Harbor Island Dr. Areas 3,103.27 0.07 Roadside Landscape Sprinkler 108 Balboa Island - Grand Canal Bridge 333.72 0.01 Roadside Hardscape 108 Balboa Island - Grand Canal Bridge 875.01 0.02 Roadside Landscape Sprinkler 109 Park Avenue and Marine Ave. Planter 4,576.97 0.11 Median Hardscape 109 Park Avenue and Marine Ave. Planter 24,519.52 0.56 Median Landscape Sprinkler 109 Park Avenue and Marine Ave. Planter 200.25 0.00 Roadside Hardscape 109 Park Avenue and Marine Ave. Planter 120.43 0.00 Roadside Landscape Sprinkler 110 Entrance to Collins Island/Park Ave. 308.35 0.01 Roadside Hardscape 110 Entrance to Collins Island/Park Ave. 438.87 0.01 Roadside Landscape Sprinkler 111 Avocado - Waterfront to PCH 373.31 0.01 Median Hardscape 111 Avocado - Waterfront to PCH 13,240.27 0.30 Median Landscape Sprinkler 111 Avocado - Waterfront to PCH 9,862.87 0.23 Median Turf Sprinkler 112 MacArthur and PCH 1,080.25 0.02 Median Hardscape 112 MacArthur and PCH 1,121.22 0.03 Median Landscape Sprinkler 112 MacArthur and PCH 4,508.01 0.10 Roadside Hardscape 112 MacArthur and PCH 1,565.94 0.04 Roadside Landscape Sprinkler 113 PCH - Pelican Point Dr. to MacArthur 24,581.74 0.56 Median Hardscape 113 PCH - Pelican Point Dr. to MacArthur 52,998.02 1.22 Median Landscape Sprinkler 114 CDM Pocket Park 471.16 0.01 Roadside Hardscape 114 CDM Pocket Park 1,684.14 0.04 Roadside Landscape Sprinkler 115 Fernleaf Ramp and Median 516.38 0.01 Median Hardscape 115 Fernleaf Ramp and Median 1,894.66 0.04 Median Landscape Sprinkler 115 Fernleaf Ramp and Median 1,373.11 0.03 Roadside Hardscape 115 Fernleaf Ramp and Median 8,493.37 0.19 Roadside Landscape Sprinkler 116 Jasmine Street End 944.44 0.02 Roadside Hardscape 116 Jasmine Street End 2,421.23 0.06 Roadside Landscape Sprinkler 117 Larkspur Street End 1,205.23 0.03 Roadside Asphalt 117 Larkspur Street End 866.33 0.02 Roadside Hardscape 117 Larkspur Street End 1,911.36 0.04 Roadside Landscape Sprinkler 118 CdM Centennial Plaza 522.08 0.01 Roadside Asphalt 118 CdM Centennial Plaza 2,305.38 0.05 Roadside Hardscape 118 CdM Centennial Plaza 854.19 0.02 Roadside Landscape Sprinkler P�� PCH - Seaward to Morning Can on 5,540.53 0.13 Roadside e Hardscape 119 PCH - Seaward to Morning Canyon 7,882.53 0.18 Roadside Landscape 120 PCH - Pelican Point, East Entry Sign Area 492.92 0.01 Roadside Landscape 121 Coast Highway Roadside 24,029.74 0.55 Roadside Landscape 122 OASIS Senior Center 60,797.59 1.40 Roadside Asphalt 122 OASIS Senior Center 20,399.73 0.47 Roadside Hardscape 122 OASIS Senior Center 86,296.50 1.98 Roadside Landscape Sprinkler 122 OASIS Senior Center 2,549.41 0.06 Roadside Turf Sprinkler 123 MacArthur - PCH to San Miguel 18,637.97 0.43 Roadside Hardscape 123 MacArthur - PCH to San Miguel 51,916.04 1.19 Roadside Landscape Sprinkler 124 San Miguel - Ford Road to Avocado 25,962.29 0.60 Median Hardscape 124 San Miguel - Ford Road to Avocado 1,482.86 0.03 Median Landscape Sprinkler 124 San Miguel - Ford Road to Avocado 78,931.26 1.81 Median Landscape Sprinkler 125 San Joaquin - Backbay Rd. to Spyglass 58,201.65 1.34 Median Hardscape 125 San Joaquin - Backbay Rd. to Spyglass 42,260.69 0.97 Median Landscape Sprinkler 125 San Joaquin - Backbay Rd. to Spyglass 109,666.31 2.52 Median Landscape Sprinkler 126 MacArthur - Opposite Nature Park 3,773.85 0.09 Roadside Hardscape 126 MacArthur - Opposite Nature Park 976.04 0.02 Roadside Landscape Sprinkler 127 MacArthur Slope 19,810.56 0.45 Roadside Hardscape 127 MacArthur Slope 17,915.32 0.41 Roadside Landscape Sprinkler 128 Bonita Canyon Road - MacArthur to the 73 21,295.46 0.49 Median Hardscape 128 Bonita Canyon Road - MacArthur to the 73 55,655.90 1.28 Median Landscape Sprinkler 129 Bonita Canyon Roadside 10,920.83 0.25 Roadside Hardscape 129 Bonita Canyon Roadside 7,441.90 0.17 Roadside Landscape Sprinkler 130 Prarie and Mesa View 3,360.10 0.08 Median Hardscape 131 Ford Rd & Street End 2,706.61 0.06 Roadside Landscape 132 Spyglass Hill Road Roadsides 58,090.50 1.33 Roadside Hardscape 132 Spyglass Hill Road Roadsides 60,880.84 1.40 Roadside Landscape Sprinkler 132 Spyglass Hill Road Roadsides 27,540.62 0.63 Roadside Turf Sprinkler 133 Port Dunbar Drive Roadside 19,886.50 0.46 Roadside Hardscape 133 Port Dunbar Drive Roadside 25,791.45 0.59 Roadside Turf Sprinkler 134 San Miguel - Big Canyon Reservoir 5,345.82 0.12 Roadside Hardscape 134 San Miguel - Big Canyon 9,303.00 0.21 Roadside Landscape Sprinkler Reservoir 134 San Miguel - Big Canyon 2,781.93 0.06 Roadside Sand Reservoir 135 Big Canyon Reservoir 199,675.55 4.58 Roadside Hardscape 135 Big Canyon Reservoir 868,459.87 19.94 Roadside Landscape Sprinkler 136 San Joaquin Arterials - 47,443.36 1.09 Roadside Hardscape Crown Dr. to Spyglass 136 San Joaquin Arterials - 80,668.39 1.85 Roadside Landscape Sprinkler Crown Dr. to Spyglass 136 San Joaquin Arterials - 51,690.97 1.19 Roadside Turf Sprinkler Crown Dr. to Spyglass 137 Pump Station - Goleta Point 406.44 0.01 Roadside Hardscape Dr. 137 Pump Station - Goleta Point 1,093.93 0.03 Roadside Landscape Sprinkler Dr. 138 San Joaquin - Spyglass Hill 30,650.54 0.70 Median Hardscape Rd. to Npt. Coast Dr. 138 San Joaquin - Spyglass Hill 118,594.93 2.72 Median Landscape Sprinkler Rd. to Npt. Coast Dr. 138 San Joaquin - Spyglass Hill 116,859.53 2.68 Roadside Hardscape Rd. to Npt. Coast Dr. 138 San Joaquin - Spyglass Hill 331,409.13 7.61 Roadside Landscape Sprinkler Rd. to Npt. Coast Dr. 138 San Joaquin - Spyglass Hill 6,464.21 0.15 Roadside Turf Sprinkler Rd. to N t. Coast Dr. 139 Harbor Watch Park 4,174.00 0.10 Roadside Hardscape 139 Harbor Watch Park 62,640.63 1.44 Roadside Landscape 140 EI Capitan Trail 7,855.47 0.18 Roadside Hardscape 141 Canyon Watch Park 7,545.38 0.17 Roadside Asphalt 141 Canyon Watch Park 22,656.24 0.52 Roadside Hardscape 141 Canyon Watch Park 145,867.54 3.35 Roadside Landscape 142 Newport Coast Community 45,850.14 1.05 Roadside Asphalt Center 142 Newport Coast Community 25,421.63 0.58 Roadside Hardscape Center 142 Newport Coast Community 38,400.96 0.88 Roadside Landscape Sprinkler Center 142 Newport Coast Community 19,257.32 0.44 Roadside Turf Sprinkler Center 143 Ridge Park Rd. - Npt. Coast 4,849.94 0.11 Median Hardscape Dr. to San Joaquin 143 Ridge Park Rd. - Npt. Coast 4,116.46 0.09 Median Landscape Sprinkler Dr. to San Joaquin 143 Ridge Park Rd. - Npt. Coast 7,524.27 0.17 Roadside Hardscape Dr. to San Joaquin 143 Ridge Park Rd. - Npt. Coast 15,331.47 0.35 Roadside Landscape Sprinkler Dr. to San Joaquin 143 Ridge Park Rd. - Npt. Coast 10,877.56 0.25 Roadside Turf Sprinkler Dr. to San Joaquin 144 Newport Coast Fire Station 15,313.93 0.35 Roadside Asphalt 144 Newport Coast Fire Station 18,087.18 0.42 Roadside Landscape Sprinkler 144 Newport Coast Fire Station 815.39 0.02 Roadside Turf Sprinkler 145 Npt. Coast Dr. - 73 toll Rd. 48,339.75 1.11 Median Hardscape to Pelican Hill Rd. S. 145 Npt. Coast Dr. - 73 toll Rd. 158,921.66 3.65 Median Landscape Sprinkler to Pelican Hill Rd. S. 145 Npt. Coast Dr. - 73 toll Rd. 6,174.22 0.14 Roadside Asphalt to Pelican Hill Rd. S. 145 Npt. Coast Dr. - 73 toll Rd. 155,222.51 3.56 Roadside Hardscape to Pelican Hill Rd. S. 145 Npt. Coast Dr. - 73 toll Rd. 1,157,494.93 26.57 Roadside Landscape Sprinkler to Pelican Hill Rd. S. 145 Npt. Coast Dr. - 73 toll Rd. 2,303.62 0.05 Roadside Turf Sprinkler to Pelican Hill Rd. S. 146 Pelican Hill Rd. N. to Pelican 2,011.27 0.05 Median Hardscape Hill Circle S. 146 Pelican Hill Rd. N. to Pelican 1,329.32 0.03 Median Landscape Sprinkler Hill Circle S. 146 Pelican Hill Rd. N. to Pelican 34,726.49 0.80 Roadside Hardscape Hill Circle S. 146 Pelican Hill Rd. N. to Pelican 481,265.89 11.05 Roadside Landscape Sprinkler Hill Circle S. 146 Pelican Hill Rd. N. to Pelican 3,603.75 0.08 Roadside Turf Sprinkler Hill Circle S. 147 Npt. Coast Dr. - Upper View 2,147.96 0.05 Roadside Hardscape Park 147 Npt. Coast Dr. - Upper View 38,148.47 0.88 Roadside Landscape Sprinkler Park 148 Npt. Coast Dr. - Mid View 1,260.31 0.03 Roadside Hardscape Park 148 Npt. Coast Dr. - Mid View 49,202.39 1.13 Roadside Landscape Sprinkler Park 149 Npt. Coast Dr. - Lower View 17,682.53 0.41 Roadside Asphalt Park 149 Npt. Coast Dr. - Lower View 8,313.70 0.19 Roadside Hardscape Park 149 Npt. Coast Dr. - Lower View 150,465.71 3.45 Roadside Landscape Sprinkler Park 150 Vista Ridge Rd. - Npt. Coast 34,646.81 0.80 Roadside Hardscape to Ridge Park Rd. 150 Vista Ridge Rd. - Npt. Coast 532,557.41 12.23 Roadside Landscape Sprinkler to Ridge Park Rd. 150 Vista Ridge Rd. - Npt. Coast 141,764.64 3.25 Roadside Turf Sprinkler to Ridge Park Rd. 151 Ridge Park Rd. - E. of Vista 21,273.90 0.49 Roadside Hardscape Ridge to Ridge Park 151 Ridge Park Rd. - E. of Vista 384,827.38 8.83 Roadside Landscape Sprinkler Ridge to Ridge Park 151 Ridge Park Rd. - E. of Vista 1,859.00 0.04 Roadside Turf Sprinkler Ridge to Ridge Park 152 Tamura Well Site - FV 1,040.80 0.02 Roadside Hardscape 152 Tamura Well Site - FV 2,656.95 0.06 Roadside Landscape Sprinkler 153 Dolphin Well Site - FV 2,902.94 0.07 Roadside Hardscape 153 Dolphin Well Site - FV 7,119.87 0.16 Roadside Landscape Sprinkler 154 Rialto & Rivo Alto Street 2,151.38 0.05 Roadside Hardscape Ends 154 Rialto & Rivo Alto Street 9,910.30 0.23 Roadside Landscape Ends 154 Rialto & Rivo Alto Street 578.44 0.01 Roadside Sand Ends EXHIBIT B SCHEDULE OF BILLING RATES BRIGHTVIEW LANDSCAPE SERVICES, INC. Page B-1 City of Newport Beach Page 1 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9:00 AM (Pacific) Prnted 09/1012020 Bid Results Bidder Details Vendor Name BrightView Landscape Services, Inc. Address 1960 S Yale St Santa Ana, CA 92704 United States Respondee Nancy Arredondo Respondee Title Estimator Phone 714-931-0864 Ext. Email nancy.arredondo@brightview.com Vendor Type CADIR License # 266211 CADIR 1000005364 Bid Detail Bid Format Electronic Submitted September 10; 2020 8:05:35 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 226104 Ranking 0 Respondee Comment You may also communicate with Darin Sherlock -Branch Manager 949.614.9148 darin.sherlock@brightview.com NOTE: ExtraWork Unit prices for some items needed to be less than 1 cent; but this system would not accept an entry for less than that. See "comment" section for our true pricing of such items Buyer Comment Attachments File Title File Name File Type BID SUBMITTAL C-7890-1 BrightView BID SUBMITTAL C-7890-1 BrightView.pdf General Attachment Bid Bond C-7890-1 BrightView BidBond C-7890-1 BnghtView.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment BASE BID (AWARD OF MULTI-YEAR CONTRACT SHALL BE BASED ON THE LOWEST BASE BID AMOUNT, WHICH SHALL BE THE TOTAL SUM OF THE BASE BID LINE ITEMS) 1 PCH - Santa Ana river to Newport Blvd. Lump Sum 1 $16,57824 $16.578 24 2 PCH - Santa Ana River to Tustin Ave. Lump Sum 1 $7;844 04 S7;844.04 3 Summit St. planter Lump Sum 1 5195.00 $195-00 4 37th - Sonora St. street ends off Seashore Lump Sum 1 $1.74066 51;740.66 City of Newport Beach Page 2 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9:00 AM (Pacific) Pcr:ted 09il &2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 5 Cappys trail; bench area Lump Sum 1 $1,083.36 $1;083.36 6 Oil Wells Lump Sum 1 $69,939.24 $69,939.24 7 Superior x PCH Parking Lot Lump Sum 1 $21,043.92 $21,043.92 8 Superior Medians - PCH to Industrial Way Lump Sum 1 $4;507.68 $4,507.68 9 Balboa Blvd. - PCH to 32nd St. Lump Sum 1 $7,554.24 $7;554.24 10 River Ave Corner Lump Sum 1 $100.08 $100.08 11 River Ave. planters - 47th to 54th Lump Sum 1 $2,749.92 $2:749.92 12 OCTA Bus Stop - Balboa Blvd. x 46th Lump Sum 1 $1;373.16 $1,373.16 13 OCTA Bus Stop - Balboa Blvd. x River Lump Sum 1 S251.88 5251.88 14 Newport Island Entrance Planters Lump Sum 1 $3;349.56 $3,349.56 15 McFadden Parking Lot Lump Sum 1 $7,782.00 $7;782.00 16 McFadden Interchange Medians Lump Sum 1 $2,416.92 S2,41692 17 Mc Fadden PI & Ocean Front Parking Lot Lump Sum 1 $33,498.60 $33,49860 18 Balboa Blvd - Medina `Nay to 21 st St. Lump Sum 1 $3;834.96 53,834.96 19 15th Street Lump Sum 1 $1,61820 51;618.20 20 13th St. Street End - Bayside Lump Sum 1 $3,715.56 53,715.56 City of Newport Beach Page 3 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9'00 AM (Pacific) Pcnted 09110.;2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 21 12th St. Street End - Bayside Lump Sum 1 $3,568.20 $3;568.20 22 11 th St. Street End - Bayside Lump Sum 1 $2;694.60 $2,694.60 23 Balboa Village Lump Sum 1 $43,441.44 $43;441.44 24 Palm St. and Balboa Blvd. Parking Lot Lump Sum 1 $4;324.92 $4,324.92 25 Balboa Blvd. and "A" Street Lump Sum 1 $20.76 $20.76 26 B Street Parking Lot Lump Sum 1 $2;787.48 $2,787.48 27 "F" St. Street End - Bayside Lump Sum 1 $175.92 $175.92 28 G St. x Balboa Blvd. Lump Sum 1 $320.88 $320.88 29 "1" St. Street End - Bayside Lump Sum 1 $962.40 $962.40 30 1 St. Median Lump Sum 1 $229.44 $229.44 31 "L St. Street End - Oceanside Lump Sum 1 $281.28 $281.28 32 "M" St. St. Street End - Oceanside Lump Sum 1 $488 16 $488 16 33 28th & 30th St Parking Lots Lump Sum 1 $3,967 92 $3,967 92 34 Villa Nay x 29th St Lump Sum 1 $165-60 S16560 35 Cannery Village Parking Lot Lump Sum I $2;153.52 S2: 153 52 36 32nd Street Parking Lot Lump Sum 1 $841 86 $841.80 City of Newport Beach Page 4 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9:00 AM (Pacific) Prated 09i10j2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 37 Newport Blvd. x Via Lido Lump Sum 1 $1,112.76 $1;112.76 38 Newport Blvd King Palms Lump Sum 1 $143.16 $143.16 39 Clubhouse x Finley Lump Sum 1 $172.56 $172.56 40 Gateway Roadside - Npt. Blvd. and Short St. Lump Sum 1 $3;833.16 $3,833.16 41 Via Lido - Newport Blvd. to Via Oporto Lump Sum 1 $272.64 $272.64 42 Short St. x Newport Blvd, Roadside Lump Sum 1 $714.24 $714.24 43 Gateway Roadside - Npt. Blvd. and Via Lido Lump Sum 1 $1,877.52 $1;877.52 44 Via Oporto x Central Parking Lot Lump Sum 1 $1;482.96 $1,482.96 45 Newport Blvd. - PCH to Industrial Way Lump Sum 1 $6:924.60 S6,924.60 46 S.W. Quadrant - Newport Blvd. x PCH Lump Sum 1 $4,588.80 $4,588.80 47 S.E. Quadrant - Newport Blvd. x PCH Lump Sum 1 $2;977.56 $2;977.56 48 N.E. Quadrant - Newport Blvd. x PCH Lump Sum 1 $7;152.36 $7,15236 49 N.W Quadrant - Newport Blvd x PCH Lump Sum 1 $17,856.60 $17,856 60 50 Old Newport Blvd Medians Lump Sum 1 $41.40 $41 40 51 Newport Blvd. Roadsides Lump Sum 1 $35;052.48 $35,052.48 52 Santa Ana & Cliff Drive Lump Sum 1 $2,662.44 52,662.44 City of Newport Beach Page 5 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9.00 AM (Pacific) P,nted 09110/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 53 Riverside Ave Lump Sum 1 $476.16 S476 16 54 PCH roadside, N side, Tustin Ave.- Riverside Dr Lump Sum 1 $363.96 $363.96 55 Mariners Mile Parking Lot Lump Sum 1 $7,930.32 $7,930.32 56 Rocky Point -Pelican Wall Lump Sum 1 $345.00 $345.00 57 Cliff Drive Lump Sum 1 $158.76 5158.76 58 PCH Bayshore Soundwall Lump Sum 1 $1,399.08 $1,399.08 59 O.C.T.A Bus Stop - Bayshore Dr. x PCH Lump Sum 1 $1,438.56 $1;438.56 60 Dover Roadside - Cliff Dr. to PCH Lump Sum 1 $1,676.76 51;676.76 61 Dover Dr. - Westcliff to PCH Lump Sum 1 $2,689.44 $2;689.44 62 St. James Road x Kings Place Lump Sum 1 S207.00 $207.00 63 15th Hardscape Lump Sum 1 $213.96 5213.96 64 Margaret Dr. between Tustin & Irvine Lump Sum 1 $41.40 $41 40 65 Triangular Median - Westcliff x Dover Lump Sum 1 $4;361 04 $4;361.04 66 Westcliff Dr - Irvine Ave to Dover Lump Sum 1 $118332 S1, 183.32 67 Dover x Westcliff Lump Sum 1 $26,434 32 $26,434,32 68 Groves Bike Trail and Polaris Slope Lump Sum 1 $15:376.44 $15,376.44 City of Newport Beach Page 6 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9:00 AM (Pacific) Panted 09110,2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 69 Castaways Blufftop Trail Lump Sum 1 $6,227.64 $6;227.64 70 Westcliff Dr. Arterial (Groves) Lump Sum 1 $4;307.64 $4,307.64 71 Westcliff Dr. x Santiago Lump Sum 1 $2,508.96 $2,508.96 72 Dover Dr. Arterials - (N) Westcliff to Irvine Ave Lump Sum 1 $7;797.48 $7,797.48 73 Dover Dr. Arterials - (S) Westcliff to Irvine Ave Lump Sum 1 $10,920.00 $10;920.00 74 Irvine Ave - Westcliff to Holiday Road Lump Sum 1 $8;497.80 $8,497.80 75 Irvine Ave. Arterial N of Private Road Lump Sum 1 $11,814.60 $11;814.60 76 Irvine Avenue - Santiago to University Lump Sum 1 $7,702.68 $7,702.68 77 Irvine Ave.. Mesa Dr. to Orchard Lump Sum 1 $15,10812 $15;108.12 78 Redlands at Dawnview Lump Sum 1 $234.60 $234.60 79 Anniversary Lane Roadside Lump Sum 1 $2,473.80 $2;473.80 80 Santa Ana Heights Trail Lump Sum 1 $3,32256 $3,322.56 81 South Bristol Lump Sum 1 $11,12520 $11,125.20 82 N. Bristol Ave; Jamboree Rd to Imine Ave Lump Sum 1 $5;35476 55,354 76 83 MacArthur Jamboree Interchange Lump Sum 1 S419 16 5419.16 84 MacArthur - PCH to Bowsprit Dr Lump Sum 1 $27;417.12 $27,417 12 City of Newport Beach Page 7 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9:00 AM (Pacific) Panted 09r1W2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 85 Newport Place Dr., W. of MacArthur Lump Sum 1 $853.92 $853.92 86 Von Karmen - Birch MacArthur Lump Sum 1 $1,330.08 $1,330.08 87 Corinthian Way, W. of MacArthur Lump Sum 1 $165.72 $165.72 88 Birch - Campus Lump Sum 1 $200.04 $200.04 89 Jamboree - Campus to PCH Lump Sum 1 $134,547.84 $134,547.84 90 Bayview, e. Jamboree Rd. Lump Sum 1 $2,040.84 $2,040.84 91 University Dr - Jamboree to MacArthur Lump Sum 1 $6,259.92 $6,259.92 92 Vista Del sol Lump Sum 1 $14,973.96 $14,97396 93 Bison - Jamboree to MacArthur Lump Sum 1 $2,047.68 $2;047.68 94 Camelback St Lump Sum 1 $132.84 $132.84 95 La Felicidad Lump Sum 1 $119.04 $119.04 96 Jamboree Big Canyon Roadside Lump Sum 1 $2,717 04 $2;717 04 97 Ford Rd - Jamboree to MacArthur Lump Sum 1 $3,319.08 $3.31908 98 Pump Station - Santa Barbara Dr. Lump Sum 1 $1;428.36 $1,428 36 99 PCH - Bayside Drive to ,Jamboree Lump Sum 1 $1;683 72 $1,683.72 100 PCH - MacArthur to Bayside Dr Lump Sum 1 $12,860.64 $12,860.64 City of Newport Beach Page 8 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9:00 AM (Pacific) Pvlteu 09/10 2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 101 PCH - Jamboree to Avocado Lump Sum 1 $12,191.28 $12;191.28 102 Jamboree - PCH to Bayside Lump Sum 1 $971.16 $971.16 103 Bayside Drive - Jamboree to Marguerite Lump Sum 1 $16,278.12 $16,278.12 104 Bayside Drive Lump Sum 1 $824.64 $824.64 105 Entrance to Balboa Island Lump Sum 1 $270.84 $270.84 106 Promontory Point & Channel Walk Lump Sum 1 $2;354.88 $2,354.88 107 Promontory Bay Plaza/Harbor Island Dr. Areas Lump Sum 1 $1,059.24 $1;059.24 108 Balboa Island - Grand Canal Bridge Lump Sum 1 $138.00 5138.00 109 Park Avenue and Marine Ave. Planter Lump Sum 1 $3;567.60 $3;567.60 110 Entrance to Collins Island/Park Ave. Lump Sum 1 $84.60 $84.60 111 Avocado - Waterfront to PCH Lump Sum 1 $13,420.80 $13;420.80 112 MacArthur and PCH Lump Sum 1 $747 12 $747 12 113 PCH - Pelican Point Dr to MacArthur Lump Sum 1 $8,689 32 $8.68932 114 CDM Pocket Park Lump Sum 1 S25008 5250 08 115 Femleaf Ramp and Median Lump Sum 1 $1,48872 51,,188 72 1'16 Jasmine Street End Lump Sum 1 5388.20 338820 City of Newport Beach Page 9 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10; 2020 9.00 AM (Paciric) Prnted 09/1 Di 2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 117 Larkspur Street End Lump Sum 1 $471.60 $471.60 118 CdM Centennial Plaza Lump Sum 1 $347.76 $347.76 119 PCH - Seaward to Morning Canyon Lump Sum 1 $1,428.48 $1,428.48 120 PCH - Pelican Point; East Entry Sign Area Lump Sum 1 $62.16 $62.16 121 Coast Highway Roadside Lump Sum 1 $3,146.64 $3:146.64 122 OASIS Senior Center Lump Sum 1 $23;864.76 $23,864.76 123 MacArthur - PCH to San Miguel Lump Sum 1 $8,123.52 $8,123.52 124 San Miguel - Ford Road to Avocado Lump Sum 1 $12;379 32 $12,379.32 125 San Joaquin - Backbay Rd. to Spyglass Lump Sum 1 $24;034.20 $24:034.20 126 MacArthur - Opposite Nature Park Lump Sum 1 $391.56 $391 56 127 MacArthur Slope Lump Sum 1 $3;755.52 $3,755.52 128 Bonita Canyon Road - MacArthur to the 73 Lump Sum 1 $8;798 04 $8;798 04 129 Bonita Canyon Roadside Lump Sum 1 $1;747 56 $1;747 56 130 Prarie and Mcsa View Lump Sum 1 $238.08 $238.08 131 Ford Rd & Street End Lump Sum 1 $351.96 $351 96 132 Spyglass Hill Road Roadsides Lump Sum 1 $44;644 56 $44,644 56 City of Newport Beach Lump Sum 1 Page 10 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10; 2020 9.00 AM (Pacific) Panted 09110%2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 133 Port Dunbar Drive Roadside Lump Sum 1 $31,887.96 $31;887.96 134 San Miguel - Big Canyon Reservoir 142 Newport Coast Community Center Lump Sum 1 $5,994.24 $5,994.24 135 Big Canyon Reservoir $35,698.80 $35,698.80 143 Ridge Park Rd. - Npt. Coast Dr. to San Joaquin Lump Sum 1 $127,944.12 $127;944 12 136 San Joaquin Arterials - Crown Dr to Spyglass Lump Sum 1 $16,278.12 $16,278.12 144 Lump Sum 1 $75,015.72 $75,015.72 137 Pump Station - Goleta Point Dr. Lump Sum 1 $5;376.60 Lump Sum 1 $174.24 $174.24 138 San Joaquin - Spyglass Hill Rd. to Npt. Coast Dr. Lump Sum 1 $77;061.60 $77,061.60 139 Harbor Watch Park Lump Sum 1 $8,504.76 $8;504.76 140 EI Capitan Trail Lump Sum 1 8557.16 $557.16 141 Canyon Watch Park Lump Sum 1 $21:720.36 $21:720.36 142 Newport Coast Community Center Lump Sum 1 $35,698.80 $35,698.80 143 Ridge Park Rd. - Npt. Coast Dr. to San Joaquin Lump Sum 1 $16,278.12 $16,278.12 144 Newport Coast Fire Station Lump Sum 1 $5;376.60 $5,376.60 145 Npt Coast Dr. - 73 toll Rd to Pelican Hill Rd. S. Lump Sum 1 5193;160.16 $193;160 16 146 Pelican Hill Rd. N to Pelican Hill Circle S. Lump Sum 1 $70,090 92 $70;090 92 147 Npt. Coast Dr - Upper View Park Lump Sum 1 $5;151.12 55;151 12 148 Npt. Coast Dr - Mid View Park Lump Sum 1 $6,538.20 86,538.20 City of Newport Beach Page 11 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9.00 AM (Pacific) Prated 09110;2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 149 Npt. Coast Dr. - Lower View Park Lump Sum 1 $22,653.36 $22;653.36 150 Vista Ridge Rd - Npt. Coast to Ridge Park Rd. Lump Sum 1 $239,745.48 $239,745.48 151 Ridge Park Rd. - E. of Vista Ridge to Ridge Park Lump Sum 1 $54,123.96 $54,123.96 152 Tamura Well Site - FV Lump Sum 1 $426.12 $426.12 153 Dolphin Well Site - FV Lump Sum 1 $1,136.88 $1;136.88 154 Rialto & Rive Alto Street Ends Lump Sum 1 $2,360.88 $2,360.88 Subtotal $1,916,786.16 EXTRA WORK_TURF 155 Aerify Sq Ft 1000 $001 $10.00 unit price is 0035/SgFt 156 Dethatch/Renovate Acre 1 $1,250.00 $1;250.00 157 Edge LF 1000 $0.01 $10.00 unit price is .00185LF 158 Fertilize Sq Ft 1000 $0.01 $10.00 correct 159 Flail Mow of Natural Areas Acre 1 $650,00 $65000 160 Gypsum Application at 25lbs Sq Ft 1000 $0.03 $30.00 unit price is 0385,SgFt 161 Mow (Reel Blade) Sq Ft 1000 $0.01 $10.00 unit price is .06275 SgFt 162 Ivtow (Rotary Blade) Sq Ft 1000 $0.01 $10.00 unit price is 00275,SgFt 163 Mow and Clippings Picked Up Sq Ft 1000 $0.01 $1000 unit price is 003/SgFt City of Newport Beach EXTRA WORK_GROUNDCOVERS $10.00 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1); bidding on September 10, 2020 9.00 AM (Pacif Bid Results $10.00 unit price is .0105iLF Type Item Code UOM Qty Unit Price 164 String Trim $130.00 unit price is .125/SgFt Sq Ft LF 1000 $0.01 165 Chemical Edge 6" Swath $10.00 correct Sq Ft LF 1006 $0.01 166 Chemical Edge 12"Swath General Weed Control Post Emergent correct $20.00 LF 1000 $0.01 167 Sweeping Groundcover disease/insect spray correct EXTRA WORK_HARDSCAPE 168 Cleaning and weed abatement Sq Ft 1000 Sq Ft 1000 1000 1000 1000 1000 1000 1600 1000 1GOO 1000 $0.01 Subtotal $0.13 Subtotal $0.01 $0.01 $0.01 Subtotal $0.03 $002 $002 $002 $0.03 $0.04 Subtotal Page '12 Prnted 09110'2020 Line Total EXTRA WORK_GROUNDCOVERS $10.00 169 Edge unit price is .006/LF $10.00 unit price is .0105iLF LF 170 Fertilize $130.00 unit price is .125/SgFt Sq Ft 171 Mow unit price is 00225: LF $10.00 correct Sq Ft unit price is .0025/SgFt EXTRA WORK—PEST CONTROL (SYNTHETIC) 172 General Weed Control Post Emergent correct $20.00 correct Sq Ft 173 Groundcover disease/insect spray correct $30-00 correct Sq Ft 174 Landscape Planter Weed Control Sq Ft 175 Shrub diseaseiinsect spray Sq Ft 176 Turf Broadleaf Spray Sq Ft 177 Rodent Pest Control Sq Ft 1000 1000 1000 1000 1000 1600 1000 1GOO 1000 $0.01 Subtotal $0.13 Subtotal $0.01 $0.01 $0.01 Subtotal $0.03 $002 $002 $002 $0.03 $0.04 Subtotal Page '12 Prnted 09110'2020 Line Total Comment $10.00 unit price is 001751, LF $10.00 unit price is .006/LF $10.00 unit price is .0105iLF $10.00 unit price is .018/SgFt $2,030.00 $130.00 unit price is .125/SgFt $130.00 $10.00 unit price is 00225: LF $10.00 correct $10.00 unit price is .0025/SgFt $30.00 $30.00 correct $20.00 correct $20.00 correct $20 00 correct $30-00 correct $40 OG unit price is _035;SgFt S160.00 City of Newport Beach LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1); bidding on September 10; 2020 9:00 AM (Pacifi Bid Results Type Item Code UOM qty Unit Price Unit price is .058/SgFt EXTRA WORK—PEST CONTROL (ORGANIC) correct Per Shrub 1 183 178 Organic General Weed Control Post Emergent $12.50 Per Shrub 1 184 Hedging (1-4 Feet) Sq Ft 1000 $0.06 179 Organic Landscape Planter Weed Control Hedging (4 Feet and Higher) $5000 Per Shrub 1 Sq Ft 1000 $0.06 180 Organic Turf/Groundcover/Shrub disease/insect spray Per Tree 1 187 Removals Sq Ft 1000 $0.06 181 Organic Turf Broadleaf Weed spray Sq Ft 1000 $0.06 Subtotal $12.50 $22.50 $4.00 $6.OG Subtotal $20.00 $50.00 Subtotal $9.50 $24 00 $90.00 5145 00 Page '13 Prnted 09i102020 Line Total EXTRA WORK—SHRUB PRUNING $60.00 182 Lancing (1-4 Feet) Unit price is .058/SgFt $60.00 correct Per Shrub 1 183 Lancing (4 Feet and Higher) $12.50 Per Shrub 1 184 Hedging (1-4 Feet) $6.00 Per Shrub 1 185 Hedging (4 Feet and Higher) $5000 Per Shrub 1 EXTRA WORK—FULL TREE PRUNING/REMOVALS (UP TO 12 FT) 186 Pruning $90.00 Per Tree 1 187 Removals Per Tree 1 Subtotal $12.50 $22.50 $4.00 $6.OG Subtotal $20.00 $50.00 Subtotal $9.50 $24 00 $90.00 5145 00 Page '13 Prnted 09i102020 Line Total EXTRA WORK—PLANTING $60.00 188 1 Gal. Shrub Unit price is .058/SgFt $60.00 correct Each 1 189 5 Gal Shrub $12.50 Each 1 190 15 Gal. Shrub $6.00 Each 1 191 15 Gal. Tree with root barriers $5000 Each 1 Subtotal $12.50 $22.50 $4.00 $6.OG Subtotal $20.00 $50.00 Subtotal $9.50 $24 00 $90.00 5145 00 Page '13 Prnted 09i102020 Line Total Comment $60.00 unit price is .062/SgFt $60.00 Unit price is .058/SgFt $60.00 correct $60.00 correct $240.00 $12.50 $22.50 $4.00 $6.00 $45.00 $20.00 $5000 $70.00 $9.50 $2400 $90.00 S 145.OG City of Newport Beach Pace 14 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1); bidding on September 10; 2020 9.00 AM (Pacific) Prrted 09,,10/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 192 24" Box Tree with root barriers Each 1 $325.00 $32500 193 36" Box Tree with root barriers Each 1 $1;000.00 $1,000.00 194 64 Count Flat Groundcover Per Flat 1 $24.00 $24.00 195 Turf - Seed and Top Dress Sq Ft 1000 $0.13 $130.00 196 Turf - Sod Sq Ft 1000 $1.45 S1,450.00 197 Hand -spread and rake in City Supplied seed Sq Ft 1000 $0.04 $40.00 Subtotal $3,237.50 EXTRA WORK—LABOR 198 Landscape Maintenance Supervisor Per Hour 1 $60.00 $6000 199 Pest Control Applicator Per Hour 1 $50.00 $50.00 200 Irrigation Specialist Per Hour 1 $55.00 $5500 201 Landscape Maintenance Lead worker Per Hour 1 $38.00 $38.00 202 Equipment Operator Per Hour 1 $6000 $60.00 203 Landscape Maintenance Laborer Per Hour 1 $30.00 $30.00 204 Tree Trimmer Per Hour 1 $75.00 $75 00 Subtotal 5368.00 EXTRA WORK—EQUIPMENT 205 1 -Ton Truck Per Day 1 5700.00 5700 00 206 Flail Mowing at Big Canyon Reservoir Per Service 1 $2.200 GG S2.20G 00 City of Newport Beach Page 15 LANDSCAPE SERVICES FOR MEDIANS AND ROADSIDES (C-7890-1), bidding on September 10, 2020 9 00 AM (Pacific) Prnted 09/1012020 Bid Results Type Item Code UOM qty Unit Price Line Total Comment Subtotal $2,900.00 EXTRA WORK ROADSIDE HERBICIDE SPRAYING 207 Median; Hardscape or Landscape areas (76acres) Per Service 1 $650.OG $650.00 Per Day Subtotal $650.00 EXTRA WORK MULCHING 208 0-2" Mulch at 2" layer Sq Ft 1000 $0.24 $240.00 209 0-2" Mulch at 2" layer Yard 1 $45.00 $45.00 Subtotal $285.00 EXTRA WORK_NEW AREA (COST FOR ANNUAL MAINTENANCE OF GIVEN LOCATION) 210 Median CosUSq Ft 1 $0.03 $0.03 211 Park! Facility Cost/Sq Ft 1 $0.03 $0.03 212 Roadside CosUSq Ft 1 $0.03 $0.03 Subtotal $0.09 Total $1,926,931.75 Subcontractors Name & Address Description License Num CADIR Amount Type SCHEDULE OF VALUES LOCATIONJ LOCATIONN 1 PCH - Santa Ana river to Newport Blvd. SQUAREFEET ACRES 50,855.96 TYPE 1.17 Roadside MAINT TYPE Hardscape IRRIGATION Total Monthly Maintenance $ 300.74 Total Annual Maintenance $ 3,608.88 1 PCH - Santa Ana river to Newport Blvd. 98,959.50 2.27 Roadside Landscape Sprinkler $ 1,080.78 $ 12,969.36 Subtotal 149,815.46 3.44 Landscape Enter Bid Amount: $ 1,381.52 $ 16,578.24 2PCH - Santa Ana River toTustin Ave. 62,693.58 1.44 Median Hardscape $ $ 370.75 $ 4,449.00 2 PCH - Santa Ana River to Tustin Ave. 25,904.98 0.59 Median Landscape Sprinkler $ 282.92 $ 3,395.04 Subtotal 88,598.56 2.03 Turf Enter Bid Amount: $ 653.67 $ 7,844.04 3 Summit St. planter 1,294.81 i 0.03 Roadside Hardscape Enter Bid Amount: $ 7.62 $ 91.44 3 Summit St. planter 769.56 0.02 Roadside Landscape Sprinkler $ 8.63 $ 103.56 Subtotal 2,064.37 0.05 Asphalt Enter Bid Amount: $ 16.25 $ 195.00 15 McFadden Parking Lot 5,160.77 0.12 Roadside Hardscape $ 30.48 $ 365.76 4 37th - Sonora St. street ends off Seashore 11,695.62 0.27 Roadside Hardscape Sprinkler $ 69.15 $ 829.80 4 37th - Sonora St. street ends off Seashore 6,973.62 0.16 Roadside Landscape Sprinkler $ 75.90 $ 910.80 Subtotal 18,669.24 0.43 Enter Bid Amount: $ 145.05 $ 1,740.60 5 Cappys trail/bench area 969.81 0.02 Roadside Hardscape $ 5.75 $ 69.00 5 Cappys trail/bench area 7,743.80 0.18 Roadside Landscape Water Truck $ 84.53 $ 1,014.36 Subtotal 8,713.62 0.20 Landscape Enter Bid Amount: $ 90.28 $ 1,083.36 Subtotal 20,861.01 0.48 Enter Bid Amount: $ 201.41 $ 2,416.92 6 Oil Wells 533,848.43 12.26 Roadside Landscape $ 5,828.27 $ 69,939.24 Subtotal 533,848.43 12.26 Asphalt Enter Bid Amount: $ 5,828.27 $ 69,939.24 17 Mc Fadden PI & Ocean Front Parking Lot 76,542.87 1.76 Roadside Hardscape $ 452.70 $ 5,432.40 7 Superior x PCH Parking Lot 33,662.71 0.77 Roadside Asphalt $ 373.77 $ 4,485.24 7 Superior x PCH Parking Lot 18,707.99 0.43 Roadside Hardscape _ $ 110.69 $ 1,328.28 7 Superior x PCH Parking Lot 30,971.80 0.71 Roadside Landscape Sprinkler $ 338.12 $ 4,057.44 7 Superior x PCH Parking Lot 9,456.03 0.22 Roadside Turf Sprinkler $ 931.08 $ 11,172.96 Subtotal 92,798.53 2.13 Enter Bid Amount: $ 1,753.66 $ 21,043.92 8 Superior Medians - PCH to Industrial Way 13,335.89 0.31 Median Hardscape $ 78.92 $ 947,04 8 Superior Medians - PCH to Industrial Way Subtotal 27,174.29 40.510.18 0.62 Median 0.93 Landscape Sprinkler c..- Wd e...,...- $ 296.72 t $ 3,560.64 c - -- --- - - - Subtotal 74,961.90 1.72 gape 3Pimrtier Enter Bid Amount: a L19.U9 $ 629.52 2,b29.u8 $ 7,554.24 9 Balboa Blvd. - PCH to 32nd St. 62.18 0.00 Median Hardscape $ 0.43 $ 5.16 9 Balboa Blvd. - PCH to 32nd St. 17,170.78 0.39 Median Landscape Sprinkler $ 187.17 $ 2,246.04 9 Balboa Blvd. - PCH to 32nd St. 37,669.94 0.86 Roadside Hardscape $ 222.83 $ 2,673.96 - -- --- - - - Subtotal 74,961.90 1.72 gape 3Pimrtier Enter Bid Amount: a L19.U9 $ 629.52 2,b29.u8 $ 7,554.24 1,095.78 0.03 Roadside Turf Sprinkler $ 107.82 $ 1,293.84 Subtotal 2,206.12 10 River Ave Corner 533.39 0.01 Roadside Hardscape $ 3.16 $ 37.92 10 River Ave Corner 511.10 0.01 Roadside Landscape Sprinkler $ 5.18 $ 62.16 Subtotal 1,044.49 0.02 Landscape Enter Bid Amount: $ 8.34 $ 100.08 14 Newport Island Entrance Planters 2,595.80 0.06 Roadside Turf Sprinkler $ 255.41 $ 3,064.92 11 River Ave. planters - 47th to 54th 23,575.51 0.54 Roadside Hardscape Enter Bid Amount: $ 139.41E5$ 1,673.40 11 River Ave. planters -47th to 54th 8,227.26 0.19 Roadside Landscape Sprinkler $ 89.7 1,076.52 Subtotal 31,802.77 0.73 _ Asphalt Enter Bid Amount: $ 229.16 $ 2,749.92 12 OCTA Bus Stop - Balboa Blvd. x 46th 1,110.34 0.03 Roadside Hardscape $ 6.61 $ 79.32 12 OCTA Bus Stop - Balboa Blvd. x 46th 1,095.78 0.03 Roadside Turf Sprinkler $ 107.82 $ 1,293.84 Subtotal 2,206.12 0.05 Enter Bid Amount: $ 114.43 $ 1,373.16 14 Newport Island Entrance Planters 1,380.11 0.03 Roadside -1.11 13 OCTA Bus Stop - Balboa Blvd. x River 1,330.85 0.03 Roadside ndl-dpe Landscape Sprinkler p b.93 $ 14.66 s 75.96 $ 175.92 Subtotal 2,404.83 0.06 Enter Bid Amount: $ 20.99 $ 251.88 14 Newport Island Entrance Planters 1,380.11 0.03 Roadside Hardscape $ 8.19 $ 98.28 14 Newport Island Entrance Planters 1,401.49 0.03 Roadside Landscape Sprinkler $ 15.53 $ 186.36 14 Newport Island Entrance Planters 2,595.80 0.06 Roadside Turf Sprinkler $ 255.41 $ 3,064.92 Subtotal 5,377.40 0.12 Enter Bid Amount: $ 279.13 $ 3,349.56 15 McFadden Parking Lot 20,605.31 0.47 Roadside Asphalt $ 228.82 $ 2,745.84 15 McFadden Parking Lot 5,160.77 0.12 Roadside Hardscape $ 30.48 $ 365.76 15 McFadden Parking Lot 2,327.93 0.05 Roadside Landscape Sprinkler $ 25.01 $ 300.12 15 McFadden Parking Lot 3,699.49 0.08 Roadside Turf Sprinkler $ 364.19 $ 4,370.28 Subtotal 31,793.50 0.73 Enter Bid Amount: $ 648.50 $ 7,782.00 16 McFadden Interchange Medians 5,188.97 0.12 Median Hardscape $ 30.62 $ 367.44 16 McFadden Interchange Medians 1,841.38 0.04 Median Landscape Sprinkler $ 19.84 $ 238.08 16 McFadden Interchange Medians 13,830.67 0.32 Median Landscape Sprinkler $ 150.95 $ 1,811.40 Subtotal 20,861.01 0.48 Enter Bid Amount: $ 201.41 $ 2,416.92 17 Mc Fadden PI & Ocean Front Parking Lot 139,337.40 3.20 Roadside Asphalt $ 1,547.16 $ 18,565.92 17 Mc Fadden PI & Ocean Front Parking Lot 76,542.87 1.76 Roadside Hardscape $ 452.70 $ 5,432.40 17 Mc Fadden PI & Ocean Front Parking Lot 13,715.08 0.31 Roadside Landscape $ 150.08 $ 1,800:96 17 Mc Fadden PI & Ocean Front Parking Lot 4,875.33 0.11 Roadside Sand $ 641.61 $ 7,699.32 Subtotal 234,470.67 5.38 Enter Bid Amount: 5 2.791.55 S 33.498.60 18 Balboa Blvd. - Medina Way to 21st St. 23,875.20 0.55 Median Hardscape Sprinkler $ 141.17 $ 1,694.04 18 Balboa Blvd.- Medina Way to 21st St. 13,308.70 0.31 Median Landscape Water Truck $ 144.91 $ 1,738.92 18 Balboa Blvd. - Medina Way to 21st St. 4,788.43 0.11 Roadside Hardscape $ 28.32 $ 339.84 18 Balboa Blvd. - Medina Way to 21st St. 512.03 0.01 Roadside Landscape Water Truck $ 5.18 $ 62.16 Subtotal 42,484.36 0.98 $ 1.68 Enter Bid Amount: $ 319.58 $ 3,834.96 0.04 Roadside Landscape Sprinkler $ 18.98 $ 227.76 Subtotal 19 15th Street 558.39 0.01 Median Landscape Sprinkler $ 6.04 $ 72.48 19 15th Street 14,349.99 0.33 Roadside Hardscape $ 84.82 $ 1,017.84 19 15th Street 4,027.72 0.09 Roadside Landscape Sprinkler $ 43.99 $ 527.88 Subtotal 18,936.11 0.43 1,726.25 Enter Bid Amount: $ 134.85 $ 1,618.20 $ 18.98 $ 227.76 Subtotal 2,474.44 0.06 20 13th St. Street End - Bayside 280.27 0.01 Roadside Hardscape $ 1.73 $ 20.76 20 13th St. Street End - Bayside 2,339.63 0.05 Roadside Sand 32 "M" St. St. Street End - Oceanside $ 307.90 $ 3,694.80 Subtotal 2,619.90 0.06 $ 3.59 Enter Bid Amount: $ 309.63 $ 3,715.56 3,380.22 0.08 Roadside Landscape Water Truck $ 37.09 $ 445.08 21 12th St. Street End - Bayside 430.43 0.01 Roadside Landscape Water Truck $ 4.31 $ 51.72 21 12th St. Street End - Bayside 2,226.69 0.05 Roadside Sand $ 293.04 $ 3,516.48 Subtotal 2,657.12 0.06 23,510.71 Enter Bid Amount: $ 297.35 $ 3,568.20 $ 261.08 $ 3,132.96 33 28th & 30th St. Parking Lots 5,651.62 0.13 Roadside Hardscape 22 11th St. Street End - Bayside 1,706.34 0.04 Roadside Sand $- 224.55 $ 2,694.60 Subtotal 1,706.34 0.04 $ 434.76 Enter Bid Amount: $ 224.55 $ 2,694.60 0.75 Enter Bid Amount: $ 330.66 $ 3,967.92 23 Balboa Village 247,315.31 5.68 Roadside Asphalt $ 2,746.11 $ 32,953.32 23 Balboa Village 92,536.03 2.12 Roadside Hardscape $ 547.29 $ 6,567.48 23 Balboa Village 22,604.90 0.52 Roadside Landscape Sprinkler $ 246.69 $ 2,960.28 23 Balboa Village 812.76 0.02 Roadside Turf Sprinkler $ 80.03 $ 960.36 Subtotal 363,269.01 8.34 Enter Bid Amount: $ 3,620.12 $ 43,441.44 35 Cannery Village Parking Lot 12,731.61 0.29 Roadside 24 Palm St. and Balboa Blvd. Parking Lot 24,924.29 0.57 Roadside Asphalt 35 Cannery Village Parking Lot $ 276.74 $ 3,320.88 24 Palm St. and Balboa Blvd. Parking Lot 8,457.59 0.19 Roadside Hardscape $ 105.24 $ 50.03 $ 600.36 24 Palm St. and Balboa Blvd. Parking Lot 3,056.46 0.07 Roadside Landscape Sprinkler $ 33.64 $ 403.68 Subtotal 36,438.34 0.84 Enter Bid Amount: $ 360.41 $ 4,324.92 25 Balboa Blvd. and "A" Street 185.77 0.00 Median Landscape Sprinkler $ 1.73 $ 20.76 Subtotal 185.77 0.00 Enter Bid Amount: $ 1.73 $ 20.76 26 B Street Parking Lot 303.06 0.01 Roadside Hardscape $ 1.73 $ 20.76 26 B Street Parking Lot 37.70 0.00 Roadside Landscape Water Truck $ 25.00 $ 300.00 26 B Street Parking Lot 1,751.83 0.04 Roadside Sand $ 205.56 $ 2,466.72 Subtotal 2,092.58 0.05 Enter Bid Amount: $ 232.29 $ 2,787.48 27 "F" St. Street End - Bayside 153.28 0.00 Roadside Hardscape $ 0.86 $ 10.32 27 "F" St. Street End - Bayside 1,245.32 0.03 Roadside Landscape Water Truck $ 13.80 $ 165.60 Subtotal 1,398.60 0.03 Enter Bid Amount: $ 14.66 $ 175.92 28 G St. x Balboa Blvd. 2,486.08 0.06 Median Landscape Sprinkler $ 26.74 $ 320.88 Subtotal 2,486.08 0.06 1,023.99 Enter Bid Amount: $ 26.74 $ 320.88 $ 80.20 $ 962.40 29 "1" St. Street End - Bayside 418.82 0.01 Roadside Hardscape $ 1.71 $ 20.52 29 "1" St. Street End - Bayside 580.16 v.uu noaussae 0.01 Roadside Lanascape Sand water irucK y 2.14.5 $ 76.35 $ 25.68 916.20 Subtotal 1,023.99 0.02 Enter Bid Amount: $ 80.20 $ 962.40 30 1 St. Median 30.42 0.00 Roadside Hardscape $ 0.14 $ 1.68 30 1 St. Median 1,749.81 0.04 Roadside Landscape Sprinkler $ 18.98 $ 227.76 Subtotal 1,780.22 0.04 Enter Bid Amount: $ 19.12 $ 229.44 31 "L" St. Street End - Oceanside 748.19 0.02 Roadside Hardscape $ 4.46 $ 53.52 31 "L" St. Street End - Oceanside 1,726.25 0.04 Roadside Landscape Water Truck $ 18.98 $ 227.76 Subtotal 2,474.44 0.06 Enter Bid Amount: $ 23.44 $ 281.28 32 "M" St. St. Street End - Oceanside 616.80 0.01 Roadside Hardscape $ 3.59 $ 43.08 32 "M" St. St. Street End - Oceanside 3,380.22 0.08 Roadside Landscape Water Truck $ 37.09 $ 445.08 Subtotal 3,997.02 0.09 Enter Bid Amount: $ 40.68 $ 488.16 33 28th & 30th St. Parking Lots 23,510.71 0.54 Roadside Asphalt $ 261.08 $ 3,132.96 33 28th & 30th St. Parking Lots 5,651.62 0.13 Roadside Hardscape $ 33.35 $ 400.20 33 28th & 30th St. Parking Lots 3,351.78 0.08 Roadside Landscape Sprinkler $ 36.23 $ 434.76 Subtotal 32,514.12 0.75 Enter Bid Amount: $ 330.66 $ 3,967.92 34 Villa Way x 29th St. 584.90 0.01 Median Hardscape $ 3.45 $ 41.40 34 Villa Way x 29th St. 925.09 0.02 Median Landscape Sprinkler $ 10.35 $ 124.20 Subtotal 1,510.00 0.03 Enter Bid Amount: $ 13.80 $ 165.60 35 Cannery Village Parking Lot 12,731.61 0.29 Roadside Asphalt $ 141.36 $ 1,696.32 35 Cannery Village Parking Lot 1,494.13 0.03 Roadside Hardscape $ 8.77 $ 105.24 35 Cannery Village Parking Lot 2,703.56 0.06 Roadside Landscape Sprinkler $ 29.33 $ 351.96 40 Gateway Roadside - Npt. Blvd. and Short St. Subtotal 16,929.31 0.39 Enter Bid Amount: $ Enter Bid Amount: $ 179.46 $ 2,153.52 828.92 0.02 Median Hardscape Sprinkler $ 4.89 $ 58.68 39 Clubhouse x Finley 841.73 0.02 Median 36 32nd Street Parking Lot 3,108.98 0.07 Roadside Hardscape Subtotal $ 18.40 $ 220.80 Hardscape 36 32nd Street Parking Lot 4,777.36 0.11 Roadside Landscape Sprinkler $ 51.75 $ 621.00 Sprinkler Subtotal 7,886.34 0.18 1,663.19 Enter Bid Amount: $ 70.15 $ 841.80 $ 9.78 $ 117.36 41 Via Lido - Newport Blvd. to Via Oporto 1,159.30 0.03 Median Landscape Sprinkler $ 12.94 $ 155.28 37 Newport Blvd. x Via Lido 356.32 0.01 Median Hardscape Enter Bid Amount: $ 2.16 $ 25.92 45 Newport Blvd. - PCH to Industrial Way 37 Newport Blvd. x Via Lido 4,058.99 0.09 Median Landscape Sprinkler $ 43.99 $ 527.88 73,200.37 37 Newport Blvd. x Via Lido 4,255.42 0.10 Median Landscape Sprinkler $ 46.58 $ 558.96 Subtotal 8,670.72 0.20 Enter Bid Amount: $ 92.73 $ 1,112.76 Hardscape $ 84.82 $ 1,017.84 46 S.W. Quadrant - Newport Blvd. x PCH 27,255.14 0.63 Roadside Landscape Sprinkler 38 Newport Blvd King Palms :tR Alcwnnrt Rlvd Kino Palmc 1,438.93 jos nn 0.03 Roadside .....J..: - Hardscape i.... - _ $ 8.48 $ 101.76 $ 382.40 42 Short St. x Newport Blvd. Roadside Subtotal 1,726.92 0.04 Landscape Enter Bid Amount: $ 11.93 $ 143.16 40 Gateway Roadside - Npt. Blvd. and Short St. 3,355.27 0.08 Roadside Hardscape Enter Bid Amount: $ $ 19.84 $ 238.08 39 Clubhouse x Finley 828.92 0.02 Median Hardscape Sprinkler $ 4.89 $ 58.68 39 Clubhouse x Finley 841.73 0.02 Median Landscape Sprinkler $ 9.49 $ 113.88 42 Short St. x Newport Blvd. Roadside 5,485.43 0.13 Roadside Landscape truer 510 Amount: > 14.36 > 1/Z.56 40 Gateway Roadside - Npt. Blvd. and Short St. 3,355.27 0.08 Roadside Hardscape Enter Bid Amount: $ $ 19.84 $ 238.08 40 Gateway Roadside - Npt. Blvd. and Short St. 3,083.63 0.07 Roadside Landscape Sprinkler $ 33.64 $ 403.68 40 Gateway Roadside - Npt. Blvd. and Short St. 2,703.11 0.06 Roadside Turf Sprinkler $ 265.95 $ 3,191.40 Subtotal 9,142.01 0.21 Hardscape Enter Bid Amount: $ 319.43 $ 3,833.16 44 Via Oporto x Central Parking Lot 989.17 0.02 Roadside Landscape Sprinkler $ 11.21 $ 134.52 41 Via Lido - Newport Blvd. to Via Oporto 1,663.19 0.04 Median Hardscape Enter Bid Amount: $ 9.78 $ 117.36 41 Via Lido - Newport Blvd. to Via Oporto 1,159.30 0.03 Median Landscape Sprinkler $ 12.94 $ 155.28 Subtotal 2,822.49 0.06 Hardscape Enter Bid Amount: $ 22.72 S 272.64 42 Short St. x Newport Blvd. Roadside 5,485.43 0.13 Roadside Landscape Sprinkler $ 59.52 $ 714.24 Subtotal 5,485.43 0.13 Enter Bid Amount: $ 59.52 $ 714.24 43 Gateway Roadside - Npt. Blvd. and Via Lido _ 3,146.78 0.07 Roadside Hardscape $ 18.54 $ 222.48 -..F,. 43 Gateway Roadside - Npt. Blvd. and Via Lido 1,175.20 0.03 Roadside lanwcape Turf �pnnxier Sprinkler p LL.48 $ 115.49 > Zb9.lb $ 1,385.88 Subtotal 6,397.11 0.15 Enter Bid Amount: $ 156.46 $ 1,877.52 44 Via Oporto x Central Parking Lot 7,920.09 0.18 Roadside Asphalt $ 87.93 $ 1,055.16 44 Via Oporto x Central Parking Lot 4,122.74 0.09 Roadside Hardscape $ 24.44 $ 293.28 44 Via Oporto x Central Parking Lot 989.17 0.02 Roadside Landscape Sprinkler $ 11.21 $ 134.52 Subtotal 13,032.00 0.30 Enter Bid Amount: $ 123.58 $ 1,482.96 ---- C 45 Newport Blvd.-: PCH to Industrial Way ------- 44,475.26 -------- 1.02 Median Hardscape ----'- --- $ 263.08 ----- $ 3,156.96 45 Newport Blvd. - PCH to Industrial Way 28,725.11 0.66 Median Landscape Sprinkler $ 313.97 $ 3,767.64 Subtotal 73,200.37 1.68 Enter Bid Amount: $ 577.05 $ 6,924.60 46 S.W. Quadrant - Newport Blvd. x PCH 14,348.05 0.33 Roadside Hardscape $ 84.82 $ 1,017.84 46 S.W. Quadrant - Newport Blvd. x PCH 27,255.14 0.63 Roadside Landscape Sprinkler $ 297.58 $ 3,570.96 Subtotal 41,603.20 0.96 Enter Bid Amount: $ 382.40 $ 4,588.80 47 S.E. Quadrant- Newport Blvd. x PCH 10,158.74 0.23 Roadside Hardscape $ 60.09 $ 721.08 47 S.E. Quadrant - Newport Blvd. x PCH 17,209.32 0.40 Roadside Landscape Sprinkler $ 188.04 $ 2,256.48 Subtotal 27,368.06 0.63 Enter Bid Amount: $ 248.13 $ 2,977.56 48 N.E. Quadrant - Newport Blvd. x PCH 38,222.33 0.88 Roadside Hardscape $ 225.99 $ 2,711.88 48 N.E. Quadrant - Newport Blvd. x PCH 33,900.53 0.78 Roadside Landscape Sprinkler $ 370.04 $ 4,440.48 Subtotal 72,122.86 1.66 Enter Bid Amount: $ 596.03 $ 7,152.36 49 N.W. Quadrant- Newport Blvd. xPCH 31,685.77 0.73 Roadside Hardscape $ 187.32 $ 2,247.84 49 N.W. Quadrant - Newport Blvd. x PCH 119,177.69 2.74 Roadside Landscape Sprinkler $ 1,300.73 $ 15,608.76 Subtotal 150,863.46 3.46 Enter Bid Amount: $ 1,488.05 $ 17,856.60 50 Old Newport Blvd Medians 593.91 0.01 Median Hardscape $ 3.45 $ 41.40 Subtotal 593.91 0.01 Enter Bid Amount: $ 3.45 $ 41.40 51 Newport Blvd, Roadsides 2,693.61 0.06 Roadside Hardscape $ 15.96 $ 191.52 51 Newport Blvd. Roadsides 266,105.54 6.11 Roadside _ _ _ Landscape Sprinkler $ 2,905.08 $ 34,860.96 Subtotal 268,799.15 6.17 Enter Bid Amount: $ 2,921.04 $ 35,052.48 52 Santa Ana & Cliff Drive 14,984.17 0.34 Median Landscape Sprinkler $ 163.89 $ 1,966.68 52 Santa Ana & Cliff Drive 586.84 0.01 Median Turf Sprinkler $ 57.98 $ 695.76 Subtotal 15,571.00 0.36 Enter Bid Amount: $ 221.87 $ 2,662.44 53 Riverside Ave 5,845.69 0.13 Roadside Hardscape $ 34.50 $ 414.00 53 Riverside Ave 466.13 0.01 Roadside Landscape Sprinkler $ 5.18 $ 62.16 Subtotal 6,311.82 0.14 Enter Bid Amount: $ 39.68 $ 476.16 54 PCH roadside, .si e, Tustin Ave.- Riverside 3,813.20 0.09 Roadside Hardscape Sprinkler ---- $ 22.57 270.84 $ 0.05 Median 54 PCH roadside, N.side, Tustin Ave.- Riverside 690.00 0.02 Roadside Landscape Sprinkler $ 7.76 $ 93.12 Enter Bid Amount: $ Subtotal 4,503.21 0.10 $ 352.21 Enter Bid Amount: $ 30.33 $ 363.96 0.12 59 O.C.T.A Bus Stop - Bayshore Dr. x PCH 3,161.14 0.07 Roadside Asphalt 67 Dover x Westcliff $ 35.06 $ 420.72 Hardscape 55 Mariners Mile Parking Lot 51,011.10 1.17 Roadside Asphalt 22,019.03 $ 566.41 $ 6,796.92 Sprinkler 55 Mariners Mile Parking Lot 5,896.79 0.14 Roadside Hardscape Sprinkler $ 34.93 $ 419.16 $ 2,202.86 55 Mariners Mile Parking Lot 5,482.24 0.13 Roadside Landscape Sprinkler $ 59.52 $ 714.24 $ 31.08 Subtotal 62,390.13 1.43 Hardscape Enter Bid Amount: $ 660.86 $ 7,930.32 Subtotal 60 Dover Roadside - Cliff Dr. to PCH 12,539.69 0.29 Roadside Hardscape $ 209.08 $ 74.18 $ 890.16 56 Rocky Point/Pelican Wall 2,968.50 0.07 Roadside Hardscape Sprinkler $ 17.54 $ 210.48 0.05 Roadside 56 Rocky Point/Pelican Wall Subtotal 1,009.01 3.977.51 0.02 Roadside 0119 Landscape Sprinkler c.rtn, aid $ 11.21 G $ 134.52 t ono n Landscape 58 PCH Bayshore Soundwall 4,184.50 v.ca nuansiae 0.10 Roadside naruscape Landscape Sprinkler /D.8/ $ 45.72 57 Cliff Drive 2,225.81 0.05 Median Hardscape $ 13.23 $ 158.76 Subtotal 2,225.81 0.05 $ 1,399.08 Enter Bid Amount: $ 13.23 $ 158.76 Sprinkler $ 352.21 $ 4,226.52 Subtotal 5,139.30 0.12 58 PCH Bayshore Soundwall 4,184.50 v.ca nuansiae 0.10 Roadside naruscape Landscape Sprinkler /D.8/ $ 45.72 .5 850.44 $ 54864 65 Triangular Median - Westcliff x Dover Subtotal 16,171.78 0.37 Sprinkler Enter Bid Amount: $ 116.59 $ 1,399.08 3,575.66 0.08 Median Turf Sprinkler $ 352.21 $ 4,226.52 Subtotal 5,139.30 0.12 59 O.C.T.A Bus Stop - Bayshore Dr. x PCH 3,161.14 0.07 Roadside Asphalt 67 Dover x Westcliff $ 35.06 $ 420.72 Hardscape 59 O.C.T.A Bus Stop - Bayshore Dr. x PCH 2,960.54 0.07 Roadside Hardscape 22,019.03 $ 17.54 $ 210.48 Sprinkler 59 O.C.T.A Bus Stop - Bayshore Dr. x PCH 6,166.17 0.14 Roadside Landscape Sprinkler $ 67.28 $ 807.36 $ 2,202.86 Subtotal 12,287.85 0.28 0.01 Roadside Enter Bid Amount: $ 119.88 $ 1,438.56 $ 31.08 68 Groves Bike Trail and Polaris Slope AR r-- Rion Toil and -1 - Gl....e 20,943.56 ov nil ao 0.48 Roadside , en Hardscape Sprinkler $ 123.92 $ 1,487.04 Subtotal 60 Dover Roadside - Cliff Dr. to PCH 12,539.69 0.29 Roadside Hardscape $ 209.08 $ 74.18 $ 890.16 60 Dover Roadside - Cliff Dr. to PCH 5,984.64 0.14 Roadside Landscape Sprinkler $ 65.55 $ 786.60 0.05 Roadside Subtotal 18,524.33 0.43 $ 158.76 Enter Bid Amount: $ 139.73 $ 1,676.76 Landscape Sprinkler $ 636.56 $ 7,638.72 Subtotal 60,531.44 1.39 Enter Bid Amount: 61 Dover Dr. - Westcliff to PCH 19,761.35 0.45 Median Hardscape _ $ 116.88 $ 1,402.56 61 Dover Dr. - Westcliff to PCH 18,129.65 0.42 Median Landscape Sprinkler $ 107.24 $ 1,286.88 Subtotal 37,891.00 0.87 Enter Bid Amount: $ 224.12 $ 2,689.44 62 St. James Road x Kings Place 1,544.20 0.04 Median Landscape Sprinkler $ 17.25 $ 207.00 Subtotal 1,544.20 0.04 Enter Bid Amount: $ 17.25 $ 207.00 63 15th Hardscape 3,016.68 0.07 Median Hardscape $ 17.83 $ 213.96 Subtotal 3,016.68 0.07 Enter Bid Amount: $ 17.83 $ 213.96 64 Margaret Dr. between Tustin & Irvine 322.85 0.01 Median Landscape Sprinkler $ 3.45 $ 41.40 Subtotal 322.85 0.01 Enter Bid Amount: $ 3.45 $ 41.40 65 Triangular Median - Westcliff x Dover_ 1,155.17 0.03 Median Hardscape 257.81 $ 6.90 $ 82.80 65 Triangular Median - Westcliff x Dover 408.47 0.01 Median Landscape Sprinkler $ 4.31 $ 51.72 65 Triangular Median - Westcliff x Dover 3,575.66 0.08 Median Turf Sprinkler $ 352.21 $ 4,226.52 Subtotal 5,139.30 0.12 Landscape Enter Bid Amount: $ 363.42 $ 4,361.04 65 Westcliffr. - IrvineAve to Dover 6,178.83 0.14 Median Hardscape 257.81 .___...._.__......-- $ 36.51 438.12 $ 66 Westcliff Dr. - Irvine Ave to Dover 5,685.63 0.13 Median Landscape Sprinkler $ 62.10 $ 745.20 Subtotal 11,864.46 0.27 Hardscape Enter Bid Amount: $ 98.61 $ 1,183.32 Hardscape $ 188.61 $ 2,263.32 Landscape Sprinkler $ 316.56 $ 3,798.72 67 Dover x Westcliff 5,829.56 0.13 Roadside Hardscape Enter Bid Amount: $ 34.50 $ 414.O0 67 Dover xWestcliff 22,019.03 0.51 Roadside Turf Sprinkler $ 2,168.36 $ 26,020.32 Subtotal 27,848.59 0.64 Hardscape Enter Bid Amount: $ 2,202.86 $ 26,434.32 71 Westcliff Dr. x Santiago 245.76 0.01 Roadside Landscape Sprinkler $ 2.59 $ 31.08 68 Groves Bike Trail and Polaris Slope AR r-- Rion Toil and -1 - Gl....e 20,943.56 ov nil ao 0.48 Roadside , en Hardscape Sprinkler $ 123.92 $ 1,487.04 68 Groves Bike Trail and Polaris Slope 2,620.07 0.06 Roadside Turf Sprinkler $ 257.81 $ 3,093.72 Subtotal 105,991.28 2.43 Enter Bid Amount: $ 1,281.37 $ 15,376.44 70 Westcliff Dr. Arterial (Groves) 7,177.09 0.16 Roadside Hardscape 69 Castaways Blufftop Trail 31,894.29 0.73 Roadside Hardscape $ 188.61 $ 2,263.32 Subtotal 62,129.41 1.43 gape gyp....-, Enter Bid Amount: ;1 78u.3b $ 518.97 1,964.32 $ 6,227.64 70 Westcliff Dr. Arterial (Groves) 7,177.09 0.16 Roadside Hardscape $ 42.41 $ 508.92 70 Westcliff Dr. Arterial (Groves) 28,974.65 0.67 Roadside Landscape Sprinkler $ 316.56 $ 3,798.72 Subtotal 36,151.74 0.83 Enter Bid Amount: $ 358.97 $ 4,307.64 71 Westcliff Or. x Santiago 1,284.77 0.03 Roadside Hardscape $ 7.62 $ 91.44 71 Westcliff Dr. x Santiago 245.76 0.01 Roadside Landscape Sprinkler $ 2.59 $ 31.08 71 Westcliff Dr. x Santiago 2,019.04 0.05 Roadside Turf Sprinkler $ 198.87 $ 2,386.44 Subtotal 3,549.58 0.08 Enter Bid Amount: $ 209.08 $ 2,508.96 72 Dover Dr. Arterials - (N) Westcliff to Irvine A, 2,239.81 0.05 Roadside Hardscape $ 13.23 $ 158.76 72 Dover Dr. Arterials - (N) Westcliff to Irvine A, 58,291.63 1.34 Roadside Landscape Sprinkler $ 636.56 $ 7,638.72 Subtotal 60,531.44 1.39 Enter Bid Amount: $ 649.79 $ 7.797.48 73 Dover Dr. Arterials - Westcliff to Irvine A% 1,024.72 0.02 Roadside Hardscape $ 254.45 $ 6.04 $ 72.48 1.40 Median 73 Dover Dr. Arterials - (S) Westcliff to Irvine A% 82,786.61 1.90 Roadside Landscape Sprinkler $ 903.96 $ 10,847.52 $ 47,175.84 Subtotal 83,811.33 1.92 5.93 Enter Bid Amount: $ 910.00 $ 10,920.00 74 Irvine Ave. - Westcliff to Holiday Road 25,810.57 0.59 Median Hardscape $ 152.67 $ 1,832.04 74 Irvine Ave. - Westcliff to Holiday Road 50,905.73 1.17 Median Landscape Sprinkler $ 555.48 $ 6,665.76 Subtotal 76,716.30 1.76 Enter Bid Amount: $ 708.15 $ 8,497.80 75 Irvine Ave. Arterial N of Private Road 2,485.65 0.06 Roadside Hardscape $ 14.66 $ 175.92 75 Irvine Ave. Arterial N of Private Road 9,849.30 0.23 Roadside Turf Sprinkler $ 969.89 $ 11,638.68 Subtotal 12,334.95 0.28 Enter Bid Amount: $ 984.55 $ 11,814.60 76 Irvine Avenue - Santiago to University 6,593.38 0.15 Median Hardscape $ 38.96 $ 467.52 76 Irvine Avenue - Santiago to University 8,598.14 0.20 Median Landscape Sprinkler $ 94.02 $ 1,128.24 76 Irvine Avenue - Santiago to University 46,578.78 1.07 Median Landscape Sprinkler $ 508.91 $ 6,106.92 Subtotal 61,770.30 1.42 Enter Bid Amount: $ 641.89 $ 7,702.68 77 Irvine Ave., Mesa Dr. to Orchard 3,015.83 0.07 Median Hardscape $ 17.83 $ 213.96 77 Irvine Ave., Mesa Dr. to Orchard 5,123.80 0.12 Median Landscape Sprinkler $ 56.07 $ 672.84 77 Irvine Ave., Mesa Dr. to Orchard 7,234.19 0.17 Roadside Hardscape $ 42.84 $ 514.08 77 Irvine Ave., Mesa Dr. to Orchard 12,390.59 0.28 Roadside Landscape Sprinkler $ 135.42 $ 1,625.04 77 Tustin Avenue Street End 2,575.68 0.06 Roadside Landscape Sprinkler $ 28.46 $ 341.52 77 Irvine Ave., Mesa Dr. to Orchard 7,434.41 0.17 Roadside Sand $ 978.39 $ 11,740.68 Subtotal 37,774.51 0.87 Enter Bid Amount: $ 1,259.01 $ 15,108.12 78 Redlands at Dawnview 532.36 0.01 Roadside Hardscape $ 3.16 $ 37.92 78 Redlands at Dawnview 1,528.27 0.04 Roadside Landscape Water Truck $ 16.39 $ 196.68 Subtotal 2,060.64 0.05 Enter Bid Amount: $ 19.55 $ 234.60 79 Anniversary Lane Roadside 18,889.62 0.43 Roadside Landscape Water Truck $ 206.15 $ 2,473.80 Subtotal 18,889.62 0.43 Enter Bid Amount: $ 206.15 $ 2,473.80 80 Santa Ana Heights Trail 46,830.65 1.08 Roadside Hardscape $ 276.88 $ 3,322.56 Subtotal 46,830.65 1.08 Enter Bid Amount: $ 276.88 $ 3,322.56 ----------- ---_.._........... 81 South Bristol _ 6,694.26 0.15 Roadside Hardscape -------'---............ $ ._ 39.53 $ 474.36 81 South Bristol 81,335.82 1.87 Roadside Landscape Sprinkler $ 887.57 $ 10,650.84 Subtotal 88,030.08 2.02 Enter Bid Amount: $ 927.10 $ 11,125.20 82 N. Bristol Ave, Jamboree Rd. to Irvine Ave. 1,059.07 0.02 Roadside Hardscape $ 6.33 $ 75.96 82 N. Bristol Ave, Jamboree Rd. to Irvine Ave. 40,290.21 0.92 Roadside Landscape Sprinkler $ 439.90 $ 5,278.80 Subtotal 41,349.28 0.95 Enter Bid Amount: $ 446.23 $ 5,354.76 83 MacArthur Jamboree Interchange 501.29 0.01 Median Hardscape $ 3.02 $ 36.24 83 MacArthur Jamboree Interchange 2,922.26 0.07 Median Landscape Sprinkler $ 31.91 $ 382.92 Subtotal 3,423.55 0.08 Enter Bid Amount: $ 34.93 $ 419.16 84 MacArthur - PCH to Bowsprit Dr. 110,983.44 2.55 Median Hardscape $ 656.26 $ 7,875.12 84 MacArthur - PCH to Bowsprit Dr. 149,132.84 3.42 Median Landscape Sprinkler $ 1,628.50 $ 19,542.00 Subtotal 260,116.28 5.97 Enter Bid Amount: $ 2,284.76 $ 27,417.12 85 Newport Place Dr., W. of MacArthur 508.06 0.01 Median Hardscape $ 3.02 $ 36.24 85 Newport Place Dr., W. of MacArthur 6,240.81 0.14 Median Landscape Sprinkler $ 68.14 $ 817.68 Subtotal 6,748.87 0.15 Enter Bid Amount: $ 71.16 $ 853.92 86 Von Karmen - Birch MacArthur 17,712.40 0.41 Median Hardscape $ 104.80 $ 1,257.60 86 Von Karmen - Birch MacArthur 529.88 0.01 Median Landscape Sprinkler $ 6.04 $ 72.48 Subtotal 18,242.28 0.42 Enter Bid Amount: $ 110.84 $ 1,330.08 87 Corinthian Way, W. of MacArthur 286.65 0.01 Median Hardscape $ 1.73 $ 20.76 87 Corinthian Way, W. of MacArthur 1,123.16 0.03 Median landscape Sprinkler $ 12.08 $ 144.96 Subtotal 1,409.81 0.03 Enter Bid Amount: $ 13.81 $ 165.72 88 Birch - Campus 1,495.18 0.03 Median Hardscape $ 8.91 $ 106.92 88 Birch -Campus 1,303.89 0.03 Median Hardscape $ 7.76 $ 93.12 Subtotal 2,799.07 0.06 Enter Bid Amount: $ 16.67 $ 200.04 89 Jamboree - Campus to PCH 86,065.07 1.98 Median Hardscape $ 508.91 $ 6,106.92 89 Jamboree - Campus to PCH 1,713.12 0.04 Median Hardscape $ 10.06 $ 120.72 89 Jamboree - Campus to PCH 46,170.89 1.06 Median Landscape Snrinkler S snn 71 e c nen �c 89 Jamboree - Campus to PCH 23,323.90 0.54 Median Landscape Sprinkler $ 254.45 $ 3,053.40 89 Jamboree - Campus to PCH 60,971.27 1.40 Median Turf Sprinkler $ 6,003.85 $ 72,046.20 89 Jamboree - Campus to PCH 39,923.82 0.92 Median Turf Sprinkler $ 3,931.32 $ 47,175.84 Subtotal 258,168.06 5.93 Enter Bid Amount: $ 11,212.32 $ 134,547.84 90 Bayview, e. Jamboree Rd. 3,533.82 0.08 Roadside Hardscape $ 20.85 $ 250.20 90 Bayview, e. Jamboree Rd. 13,668.25 0.31 Roadside Landscape Sprinkler $ 149.22 $ 1,790.64 Subtotal 17,202.07 0.39 Hardscape Enter Bid Amount: $ 170.07 $ 2,040.84 108 Balboa Island - Grand Canal Bridge 875.01 0.02 Roadside Landscape Sprinkler $ 9.49 $ 113.88 91 University Dr- Jamboree to MacArthur 6,137.81 0.14 Median Hardscape Enter Bid Amount: $ 36.23 $ 434.76 91 University Dr- Jamboree to MacArthur 4,931.80 0.11 Median Turf Sprinkler $ 485.43 $ 5,825.16 Subtotal 11,069.60 0.25 Enter Bid Amount: $ 521.66 $ 6,259.92 92 Vista Del sol 6,701.26 0.15 Median Landscape Sprinkler $ 73.32 $ 879.84 92 Vista Del sol 11,927.29 0.27 Median Turf Sprinkler $ 1,174.51 $14,094.12 Subtotal 18,628.55 0.43 Enter Bid Amount: $ 1,247.83 $ 14,973.96 93 Bison -Jamboree to MacArthur 16,469.15 0.38 Median Hardscape $ 97.32 $ 1,167.84 93 Bison -Jamboree to MacArthur 6,717.66 0.15 Median Landscape Sprinkler $ 73.32 $ 879.84 Subtotal 23,186.81 0.53 Enter Bid Amount: $ 170.64 $ 2,047.68 v 94 Camelback St 1,868.51 0.04 Median Hardscape $ 11.07 $ 132.84 Subtotal 1,868.51 0.04 Enter Bid Amount: $ 11.07 $ 132.84 95 La Felicidad 1,672.54 0.04 Median Hardscape $ 9.92 $ 119.04 Subtotal 1,672.54 0.04 Enter Bid Amount: $ 9.92 $ 119.04 96 Jamboree Big Canyon Roadside 10,723.04 0.25 Roadside Hardscape $ 63.40 $ 760.80 96 Jamboree Big Canyon Roadside 14,946.59 0.34 Roadside Landscape Sprinkler $ 163.02 $ 1,956.24 Subtotal 25,669.63 0.59 Enter Bid Amount: $ 226.42 $ 2,717.04 97 Ford Rd -Jamboree to MacArthur 13,373.62 0.31 Median Hardscape $ 79.07 $ 948.84 97 Ford Rd -Jamboree to MacArthur 18,083.98 0.42 Median Landscape _ Sprinkler $ 197.52 $ 2,370.24 Subtotal 31,457.60 0.72 Enter Bid Amount: $ 276.59 $ 3,319.08 98 Pump Station - Santa Barbara Dr. 2,764.86 0.06 Roadside Hardscape $ 16.39 $ 196.68 98 Pump Station -Santa Barbara Dr. 9,407.73 0.22 Roadside Landscape Sprinkler $ 102.64 $ 1,231.68 Subtotal 12,172.59 0.28 Enter Bid Amount: $ 119.03 $ 1,428.36 99 PCH - Bayside Drive to Jamboree 22,558.04 0.52 Roadside Hardscape $ 133.41 $ 1,600.92 99 PCH - Bayside Drive to Jamboree 627.08 0.01 Roadside Landscape Sprinkler $ 6.90 $ 82.80 Subtotal 23,185.12 0.53 Enter Bid Amount: $ 140.31 $ 1,683.72 100 PCH - MacArthur to Bayside Dr. 54,769.74 1.26 Median Hardscape $ 323.89 $ 3,886.68 100 PCH - MacArthur to Bayside Dr. 68,512.37 1.57 Median Landscape $ 747.83 $ 8,973.96 Subtotal 123,282.11 2.83 Enter Bid Amount: $ 1,071.72 $ 12,860.64 101 PCH - Jamboree to Avocado 48,406.60 1.11 Roadside Hardscape $ 286.22 $ 3,434.64 101 PCH -Jamboree to Avocado 66,873.08 1.54 Roadside Landscape Sprinkler $ 729.72 $ 8,756.64 Subtotal 115,279.69 2.65 Enter Bid Amount: $ 1,015.94 $ 12,191.28 102 Jamboree - PCH to Bayside 4,934.02 0.11 Roadside Hardscape $ 29.18 $ 350.16 102 Jamboree - PCH to Bayside 4,773.67 0.11 Roadside Landscape Sprinkler $ 51.75 $ 621.00 Subtotal 9,707.69 0.22 Enter Bid Amount: $ 80.93 $ 971.16 103 Bayside Drive -Jamboree to Marguerite 10,441.18 0.24 Roadside Hardscape $ 61.82 $ 741.84 103 Bayside Drive -Jamboree to Marguerite 118,552.14 2.72 Roadside Landscape Water Truck $ 1,294.69 $ 15,536.28 Subtotal 128,993.31 2.96 Enter Bid Amount: $ 1,356.51 $ 16,278.12 104 Bayside Drive 239.66 0.01 Median Hardscape $ 1.44 $ 17.28 104 Bayside Drive 6,140.04 0.14 Median Landscape Water Truck $ 67.28 $ 807.36 Subtotal 6,379.69 0.15 Enter Bid Amount: $ 68.72 $ 824.64 105 Entrance to Balboa Island 2,223.41 0.05 Roadside Hardscape $ 13.08 $ 156.96 105 Entrance to Balboa Island 894.11 0.02 Roadside Landscape Sprinkler $ 9.49 $ 113.88 Subtotal 3,117.52 0.07 Enter Bid Amount: $ 22.57 $ 270.84 106 Promontory Point & Channel Walk 12,332.51 0.28 Roadside Hardscape $ 72.89 $ - 874.68 106 Promontory Point & Channel Walk 11,262.02 0.26 Roadside Landscape Sprinkler $ 123.35 $ 1,480.20 Subtotal 23,594.54 0.54 Enter Bid Amount: $ 196.24 $ 2,354.88 107 Promontory Bay Plaza/Harbor Island Dr. Are 9,230.51 0.21 Roadside Hardscape $ 54.63 $ 655.56 107 Promontory Bay Plaza/Harbor Island Dr. Are 3,103.27 0.07 Roadside Landscape Sprinkler $ 33.64 $ 403.68 Subtotal 12,333.77 0.28 Enter Bid Amount: $ 88.27 $ 1,059.24 108 Balboa Island - Grand Canal Bridge 333.72 -------- 0_.01 Roadside Hardscape ---- $ 2.01 $ 24.12 108 Balboa Island - Grand Canal Bridge 875.01 0.02 Roadside Landscape Sprinkler $ 9.49 $ 113.88 Subtotal 1,208.73 0.03 Hardscape Enter Bid Amount: $ 11.50 $ 138.00 109 Park Avenue and Marine Ave. Planter 120.43 0.00 Roadside Landscape Sprinkler $ 1.73 $ 20.76 v,�ro.7i u.0 rvieuian narascape y 2/.03 5 324.36 109 Park Avenue and Marine Ave. Planter 24,519.52 0.56 Median Landscape Sprinkler $ 267.39 $ 3,208.68 109 Park Avenue and Marine Ave. Planter 200.25 0.00 Roadside Hardscape $ 1.15 $ 13.80 109 Park Avenue and Marine Ave. Planter 120.43 0.00 Roadside Landscape Sprinkler $ 1.73 $ 20.76 Subtotal 29,417.17 0.68 Enter Bid Amount: S 297.30 S 3.567.60 110 Entrance to Collins Island/Park Ave. 308.35 0.01 Roadside Hardscape 110 Entrance to Collins Island/Park Ave. 438.87 0.01 Roadside Landscape Subtotal 747.22 0.02 0.54 Enter Bid Amount: $ 1,118.40 $ 2.16 111 Avocado - Waterfront to PCH 373.31 0.01 Median Hardscape $ 1.87 $ 22.44 $ 144.91 Sprinkler $ 5.18 $ 62.16 Turf Sprinkler Enter Bid Amount: $ 7.05 $ 84.60 0.54 Enter Bid Amount: $ 1,118.40 $ 2.16 $ 25.92 8,275.42 111 Avocado -Waterfront to PCH 13,240.27 0.30 Median Landscape Sprinkler $ 144.91 $ 1,738.92 111 Avocado - Waterfront to PCH 9,862.87 0.23 Median Turf Sprinkler _ _ $� Y 971.33 $ 11,655.96 Subtotal 23,476.45 0.54 Enter Bid Amount: $ 1,118.40 $ 13,420.80 Landscape Subtotal 8,275.42 0.19 1.40 Roadside 112 MacArthur and PCH 1,080.25 0.02 Median Hardscape 112 MacArthur and PCH 1,121.22 0.03 Median Landscape 112 MacArthur and PCH 4,508.01 0.10 Roadside Hardscape 112 MacArthur and PCH 1,565.94 0.04 Roadside Landscape Subtotal 8,275.42 0.19 1.40 Roadside 116 Jasmine Street End 944.44 0.02 Roadside Hardscape 113 PCH - Pelican Point Dr. to MacArthur 24,581.74 0.55 Median Hardscape 113 PCH - Pelican Point Dr. to MacArthur 52,998.02 1.22 Median Landscape Subtotal 77,579.76 1.78 1,916.04 117 Larkspur Street End 1,205.23 0.03 Roadside Asphalt 114 CDM Pocket Park 471.16 0.01 Roadside Hardscape 114 CDM Pocket Park 1,684.14 $ 6.33 $ 75.96 217.32 Sprinkler $ 12.08 $ 144.96 250.08 115 Fernleaf Ramp and Median 516.38 $ 26.60 $ 319.20 ^ _ 36.24 Sprinkler $ 17.25 $ 207.00 3.90 Enter Bid Amount: $ 62.26 $ 747.12 1.40 Roadside 116 Jasmine Street End 944.44 0.02 Roadside Hardscape 116 Jasmine Street End $ 145.34 $ 1,744.08 Landscape Sprinkler $ 578.77 $ 6,945.24 3,773.85 Enter Bid Amount: $ 724.11 $ 8,689.32 1,916.04 117 Larkspur Street End 1,205.23 0.03 Roadside Asphalt 117 Larkspur Street End $ 2.73 $ 32.76 _ Hardscape 114 CDM Pocket Park 1,684.14 0.04 Roadside Landscape Sprinkler $ 18.11 S 217.32 Subtotal 2,155.30 0.05 Enter Bid Amount: $ 20.84 $ 250.08 115 Fernleaf Ramp and Median 516.38 0.01 Median Hardscape $ 3.02 $ ^ _ 36.24 115 Fernleaf Ramp and Median 1,894.66 0.04 Median Landscape 115 Fernleaf Ramp and Median 1,373.11 0.03 Roadside Hardscape 115 Fernleaf Ramp and Median 8,493.37 0.19 Roadside Landscape Subtotal 12,277.51 0.28 3.90 Subtotal Enter Bid Amount: 122 OASIS Senior Center 60,797.59 1.40 Roadside 116 Jasmine Street End 944.44 0.02 Roadside Hardscape 116 Jasmine Street End 2,421.23 _ 0.06 Roadside Landscape Subtotal 3,365.67 0.08 3,773.85 $ 110.26 $ 1,323.12 1,916.04 117 Larkspur Street End 1,205.23 0.03 Roadside Asphalt 117 Larkspur Street End 866.33 0.02 Roadside _ Hardscape 117 Larkspur Street End 1,911.36 0.04 Roadside Landscape Subtotal 3,982.92 0.09 $ 32.63 $ 391.56 118 CdM Centennial Plaza 522.08 0.01 Roadside Asphalt 118 CdM Centennial Plaza 2,305.38 0.05 Roadside Hardscape 118 CdM Centennial Plaza 854.19 0.02 Roadside Landscape Subtotal 3,681.65 0.08 119 PCH - Seaward to Morning Canyon 5,540.53 0.13 Roadside Hardscape 119 PCH - Seaward to Morning Canyon 7,882.53 0.18 Roadside Landscape Subtotal 13,423.05 0.31 120 PCH - Pelican Point, East Entry Sign Area 492.92 0.01 Roadside Landscape Subtotal 492.92 0.01 sprinkler $ 20.70 $_ 248.40 $ 262.22 $ $ 8.05 $ 96.60 0.55 Sprinkler $ 92.29 $ 1,107.48 3,146.64 Enter Bid Amount: $ 124.06 $ 1,488.72 3.90 Subtotal Enter Bid Amount: 122 OASIS Senior Center 60,797.59 1.40 Roadside Asphalt $ 5.61 $ 67.32 8,101.32 sprinkler $ 26.74 $ 320.88 Enter Bid Amount: $ 32.35 $ 388.20 3,773.85 $ 110.26 $ 1,323.12 1,916.04 1.19 Roadside $ 13.42 $ 161.04 $ 566.70 $ 6,800.40 $ 5.18 $ 62.16 1.62 iprinkler $ 20.70 $ 248.40 $ 8,123.52 Enter Bid Amount: $ 39.30 $ 471.60 $ 32.63 $ 391.56 5,962.29 $ 5.83 $ 69.96 $ 153.53 $ 13_66 $ 1,482.86 iprinkler $ 9.49 4163.92 $ 113.88 $ 16.39 Enter Bid Amount: $ 28.98 $ 347.76 $ 32.78 $ 393.36 $ 86.26 $ 1,035.12 Enter Bid Amount: $ 119.04 $ 1,428.48 $ 5.18 $ 62.16 Enter Bid Amount: $ 5.18 $ 62.16 121 Coast Highway Roadside 24,029.74 0.55 Roadside Landscape $ 262.22 $ 3,146.64 Subtotal 24,029.74 0.55 0.06 Roadside Enter Bid Amount: $ 262.22 $ 3,146.64 $ 3,013.20 $ 1,197.22 0,043.22 3.90 Subtotal Enter Bid Amount: 122 OASIS Senior Center 60,797.59 1.40 Roadside Asphalt $ 675.11 $ 8,101.32 122 OASIS Senior Center 122 OASIS Senior Center Subtotal 123 MacArthur - PCH to San Miguel 123 MacArthur - PCH to San Miguel Subtotal 124 San Miguel - Ford Road to Avocado 124 San Miguel - Ford Road to Avocado u,­v- 6,296.50 u.vr noausiae 1.98 Roadside naroscape Landscape Sprinkler y 120.61 $ 941.91 $ 1,447.32 $ 11,302.92 Subtotal 2,549.41 0.06 Roadside Turf Sprinkler _ $. 251.10 $ 3,013.20 $ 1,197.22 0,043.22 3.90 Subtotal Enter Bid Amount: $ 1,988.73 $ 23,864.76 1.34 Median Hardscape $ 344.16 $ 4,129.92 8,637.97 0.43 Roadside Hardscape 3,773.85 $ 110.26 $ 1,323.12 1,916.04 1.19 Roadside Landscape Sprinkler $ 566.70 $ 6,800.40 _ Landscape 0,554.01 1.62 $ 124.20 Enter Bid Amount: $ 676.96 $ 8,123.52 0.11 Enter Bid Amount: $ 32.63 $ 391.56 5,962.29 0.60 Median Hardscape $ 153.53 $ 1,842.36 1,482.86 0.03 Median Landscape Sprinkler $ 16.39 $ 196.68 -----...--- g 124 San Miguel - Ford Road to Avocado 78,931.26 1.81 Median --- Landscape Sprinkler $ 861.69 $ 10,340.28 Subtotal 106,376.41 2.44 Enter Bid Amount: $ 1,031.61 $ 12,379.32 Sprinkler $ 1,197.22 $ 14,366.64 Subtotal 210,128.66 12S San Joaquin - Backbay Rd. to Spyglass 58,201.65 1.34 Median Hardscape $ 344.16 $ 4,129.92 125 San Joaquin - Backbay Rd. to Spyglass 42,260.69 0.97 Median Landscape Sprinkler $ 461.47 $ 5,537.64 125 San Joaquin - Backbay Rd, to Spyglass 109,666.31 2.52 Median Landscape Sprinkler $ 1,197.22 $ 14,366.64 Subtotal 210,128.66 4.82 Enter Bid Amount: $ 2,002.85 $ 24,034.20 126 MacArthur - Opposite Nature Park 3,773.85 ---- -- 0.09 Roadside - Hardscape $ 22.28 $ 267.36 126 MacArthur - Opposite Nature Park 976.04 0.02 Roadside _ Landscape Sprinkler $ 10.35 $ 124.20 Subtotal 4,749.89 0.11 Enter Bid Amount: $ 32.63 $ 391.56 127 MacArthur Slope 19,810.56 0.45 Roadside Hardscape $ 117.16 $ 1,405.92 127 MacArthur Slope 17,915.32 0.41 Roadside Landscape Sprinkler $ 195.80 $ 2,349.60 Subtotal 37,725.88 0.87 Enter Bid Amount: $ 312.96 $ 3,755.52 128 Bonita Canyon Road - MacArthur to the 73 21,295.46 0.49 Median Hardscape $ 125.93 $ 1,511.16 128 Bonita Canyon Road - MacArthur to the 73 55,655.90 1.28 Median Landscape Sprinkler $ 607.24 $ 7,286.88 Subtotal 76,951.36 1.77 Enter Bid Amount: $ 733.17 $ 8,798.04 129 Bonita Canyon Roadside 10,920.83 0.25 Roadside Hardscape $ 64.55 $ 774.60 129 Bonita Canyon Roadside 7,441.90 0.17 Roadside Landscape Sprinkler $ 81.08 $ 972.96 Subtotal 18,362.73 0.42 Enter Bid Amount: $ 145.63 $ 1,747.56 130 Prarie and Mesa View 3,360.10 0.08 Median Hardscape $ 19.84 $ 238.08 Subtotal 3,360.10 0.08 Enter Bid Amount: $ 19.84 $ 238.08 131 Ford Rd & Street End 2,706.61 0.06 Roadside Landscape $ 29.33 $ 351.96 Subtotal 2,706.61 0.06 Enter Bid Amount: $ 29.33 $ 351.96 132 Spyglass Hill Road Roadsides 58,090.50 1.33 Roadside Hardscape $ 343.58 $ 4,122.96 132 Spyglass Hill Road Roadsides 60,880.84 1.40 Roadside Landscape Sprinkler $ 665.03 $ 7,980.36 132 Spyglass Hill Road Roadsides 27,540.62 0.63 Roadside Turf Sprinkler $ 2,711.77 $ 32,541.24 Subtotal 146,511.95 3.36 Enter Bid Amount: $ 3,720.38 $ 44,644.56 133 Port Dunbar Drive Roadside 19,886.50 0.46 Roadside Hardscape $ 117.59 $ 1,411.08 133 Port Dunbar Drive Roadside 25,791.45 0.59 Roadside Turf Sprinkler $ 2,539.74 $ 30,476.88 Subtotal 45,677.95 1.05 Enter Bid Amount: $ 2,657.33 $ 31,887.96 134 San Miguel - Big Canyon Reservoir 5,345.82 0.12 Roadside Hardscape $ 31.63 $ 379.56 134 San Miguel - Big Canyon Reservoir 9,303.00 0.21 Roadside Landscape Sprinkler $ 101.78 $ 1,221.36 134 San Miguel - Big Canyon Reservoir 2,781.93 0.06 Roadside Sand $ 366.11 $ 4,393.32 Subtotal 17,430.75 0.40 Enter Bid Amount: $ 499.52 $ 5,994.24 135 Big Canyon Reservoir 199,675.55 4.58 Roadside Hardscape $ 1,180.83 $ 14,169.96 135 Big Canyon Reservoir 868,459.87 19.94 Roadside Landscape Sprinkler $ 9,481.18 $ 113,774.16 Subtotal 1,068,135.42 24.52 Enter Bid Amount: $ 10,662.01 $ 127,944.12 136 San Joaquin Arterials - Crown Dr. to Spyglass 47,443.36 1.09 Roadside Hardscape $ 280.62 $ 3,367.44 136 San Joaquin Arterials - Crown Dr. to Spyglass 80,668.39 1.85 Roadside Landscape _ Sprinkler $ 880.67 $ 10,568.04 136 San Joaquin Arterials - Crown Dr. to Spyglass 51,690.97 1.19 Roadside Turf Sprinkler $ 5,090.02 $ 61,080.24 Subtotal 179,802.71 4.13 Enter Bid Amount: $ 6,251.31 $ 75,015.72 137 Pump Station -Goleta Point Dr. 406.44 0.01 Roadside Hardscape $ 2.44 $ 29.28 137 Pump Station -Goleta Point Dr. 1,093.93 0.03 Roadside Landscape Sprinkler $ 12.08 $ 144.96 Subtotal 1,500.37 0.03 Enter Bid Amount: $ 14.52 $ 174.24 138 San Joaquin -Spyglass Hill Rd. to Npt. Coast 30,650.54 0.70 Median Hardscape $ 181.28 $ 2,175.36 138 San Joaquin - Spyglass Hill Rd. to Npt. Coast 118,594.93 2.72 Median Landscape Sprinkler $ 1,294.69 $ 15,536.28 138 San Joaquin - Spyglass Hill Rd. to Npt. Coast 116,859.53 2.68 Roadside Hardscape $ 691.05 $ 8,292.60 138 San Joaquin -Spyglass Hill Rd. to Npt. Coast 331,409.13 7.61 Roadside Landscape Sprinkler $ 3,618.41 $ 43,420.92 138 San Joaquin - Spyglass Hill Rd. to Npt. Coast 6,464.21 0.15 Roadside Turf Sprinkler $ 636.37 $ 7,636.44 Subtotal 603,978.33 13.87 Enter Bid Amount: $ 6,421.80 $ 77,061.60 139 Harbor Watch Park 4,174.00 0.10 Roadside Hardscape $ 24.73 $ 296.76 139 Harbor Watch Park 62,640.63 1.44 Roadside Landscape $ 684.00 $ 8,208.00 Subtotal 66,814.63 1.53 Enter Bid Amount: $ 708.73 $ 8,504.76 140 EI Capitan Trail 7,855.47 0.18 Roadside Hardscape $ 46.43 $ 557.16 Subtotal 7,855.47 0.18 Enter Bid Amount: $ 46.43 $ 557.16 141 Canyon Watch Park 7,545.38 0.17 Roadside Asphalt $ 83.78 $ 1,005.36 141 Canyon Watch Park 22,656.24 0.52 Roadside Hardscape $ 133.98 $ 1,607.76 141 Canyon Watch Park 145,867.54 3.35 Roadside Landscape $ 1,592.27 $ 19,107.24 Subtotal 176,069.16 4.04 Enter Bid Amount: $ 1,810.03 $ 21,720.36 142 Newport Coast Community Center 45,850.14 1.05 Roadside Asphalt $ 509.15 $ 6,109.80 142 Newport Coast Community Center 25,421.63 0.58 Roadside Hardscape $ 150.37 $ 1,804.44 142 Newport Coast Community Center 38,400.96 0.88 Roadside Landscape Sprinkler $ 419.20 $ 5,030.40 142 Newport Coast Community Center 19,257.32 0.44 Roadside Turf Sprinkler $ 1,896.18 $ 22,754.16 Subtotal 128,930.05 2.96 Enter Bid Amount: $ 2,974.90 $ 35,698.80 143 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 4,849.94 0.11 Median Hardscape $ 28.75 $ 345.00 143 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 4,116.46 0.09 Median Landscape Sprinkler $ 44.85 $ 538.20 143 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 7,524.27 0.17 Roadside Hardscape $ 44.57 $ 534.84 143 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 15,331.47 0.35 Roadside Landscape Sprinkler $ 167.34 $ 2,008.08 143 Ridge Park Rd. - Npt. Coast Dr. to San Joaqui 10,877.56 0.25 Roadside Turf Sprinkler $ 1,071.00 $ 12,852.00 Subtotal 42,699.70 0.98 Enter Bid Amount: $ 1,356.51 $ 16,278.12 144 Newport Coact Firp Statinn t c ❑t a oz n ]< Q..e.le A- , . 144 Newport Coast Fire Station - -- -�- ---- -.. . - __.. .._. __ . _..__........._. 18,087.18 0.42 Roadside Landscape Sprinkler $ 197.52 $ 2,370.24 144 Newport Coast Fire Station 815.39 0.02 Roadside Turf Sprinkler $ 80.50 $ 966.00 Subtotal 34,216.50 0.79 Enter Bid Amount: $ 448.05 $ 5,376.60 tot Not roast nr _ 73 toll Rd to Pe!ica , uai ad nv »a 75 48 339 , „ .._�:__ ,:--'------- 1,157,494.93 26.57 Roadside 145 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. - 158,921.66 -- , C .... 3.65 Median .... „xcyc Landscape Sprinkler 7 tan.94 $ 1734 59 p 5,4s1.[ts $ 20,815 08 145 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 6,174.22 0.14 Roadside Asphalt $ 68.53 $ 822.36 145 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 155,222.51 3.56 Roadside Hardscape Sprinkler $ 917.90 $ 11,014.80 145 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 1,157,494.93 26.57 Roadside Landscape Sprinkler $ 12,863.06 $ 154,356 72 145 Npt. Coast Dr. - 73 toll Rd. to Pelican Hill Rd. 2,303.62 0.05 Roadside Turf Sprinkler $ 226.66 $ 2,719.92 Subtotal 1,528,456.69 35.09 Hardscape Enter Bid Amount: $ 16,096.68 $ 193,160.16 152 Tamura Well Site - FV 1,040.80 0.02 Roadside Hardscape $ 6.18 $ 74.16 146 Pelican Hill Rd. N. to Pelican Hill Circle S. 2,011.27 0.05 Median Hardscape Sprinkler $ 11.93 $ 143.16 146 Pelican Hill Rd. N. to Pelican Hill Circle S. 1,329.32 0.03 Median Landscape Sprinkler $ 14.66 $ 175.92 146 Pelican Hill Rd. N. to Pelican Hill Circle S. 34,726.49 0.80 Roadside Hardscape $ 205.43 $ 2,465.16 146 Pelican Hill Rd. N. to Pelican Hill Circle S. 481,265.89 11.05 Roadside Landscape Sprinkler $ 5,253.81 $ 63,045.72 146 Pelican Hill Rd. N. to Pelican Hill Circle S. 3,603.75 0.08 Roadside Turf Sprinkler $ 355.08 $ 4,260.96 Subtotal 522,936.72 12.01 Enter Bid Amount: $ 5,840.91 $ 70,090.92 147 Npt. Coast Dr. - Upper View Park 2,147.96 0.05 Roadside Hardscape $ 12.65 $ 151.80 147 Npt. Coast Dr. - Upper View Park 38,148.47 0.88 Roadside Landscape Sprinkler $ 416.61 $ 4,999.32 Subtotal 40,296.43 0.93 Enter Bid Amount: $ 429.26 $ 5,151.12 148 Npt. Coast Dr. - Mid View Park 1,260.31 0.03 Roadside Hardscape $ 7.48 $ 89.76 148 Npt. Coast Dr. - Mid View Park 49,202.39 1.13 Roadside Landscape Sprinkler $ 537.37 $ 6,448.44 Subtotal 50,462.69 1.16 Enter Bid Amount: $ 544.85 $ 6,S38.20 149 Npt. Coast Dr. - Lower View Park 17,682.53 0.41 Roadside Asphalt $ 196.31 $ 2,355 72 149 Npt. Coast Dr. - Lower View Park 8,313.70 0.19 Roadside Hardscape $ 49.17 $ 590.04 149 Npt. Coast Dr. - Lower View Park 150,465.71 3.45 Roadside Landscape Sprinkler $ 1,642 30 $ 19,707.60 Subtotal 176,461.94 4.05 Enter Bid Amount: $ 1,887.78 $ 22,653.36 150 Vista Ridge Rd. - Npt. Coast to Ridge Park Rd 34,646.81 0.80 Roadside Hardscape $ 204.86 $ 2,458.32 150 Vista Ridge Rd. - Npt. Coast to Ridge Park Rd 532,557.41 12.23 Roadside Landscape Sprinkler $ 5,814.47 _ $ 69,773.64 150 Vista Ridge Rd. - Npt. Coast to Ridge Park Rd 141,764.64 3.25 Roadside Turf Sprinkler $ 13,959 46 $ 167,513.52 Subtotal 708,968.86 16.28 Enter Bid Amount: $ 19,978.79 $ 239,745.48 151 Ridge Park Rd. - E. of Vista Ridge to Ridge N 21,273.90 0.49 Roadside Hardscape $ 125.79 $ 1,509.48 151 Ridge Park Rd. - E. of Vista Ridge to Ridge P. 384,827.38 8.83 Roadside Landscape Sprinkler $ 4,201.49 $ 50,417.88 151 Ridge Park Rd. - E. of Vista Ridge to Ridge Pi 1,859.00 0.04 Roadside Turf Sprinkler $ 183.05 $ 2,196.60 Subtotal 407,960.28 9.37 Enter Bid Amount: $ 4,510.33 $ 54,123.96 154 Rialto & Rivo Alto Street Ends 2,151.38 0.05 Roadside Hardscape $ 12.79 $ 15348 152 Tamura Well Site - FV 1,040.80 0.02 Roadside Hardscape $ 6.18 $ 74.16 152 Tamura Well Site - FV 2,656.95 0.06 Roadside Landscape Sprinkler $ 29.33 $ 351.96 Subtotal 3,697.75 0.08 Enter Bid Amount: $ 35.51 $ 426.12 11 153 Dolphin Well Site - FV 2,902.94 0.07 Roadside Hardscape $ 17.11 $ 205.32 153 Dolphin Well Site - FV 7,119.87 0.16 Roadside Landscape Sprinkler $ 77.63 $ 93156 Subtotal 10,022.81 0.23 Enter Bid Amount: $ 94.74 $ 1,136.88 154 Rialto & Rivo Alto Street Ends 2,151.38 0.05 Roadside Hardscape $ 12.79 $ 15348 154 Rialto & Rivo Alto Street Ends 9,910.30 0.23 Roadside Landscape $ 107.82 $ 1,293.84 154 Rialto & Rivo Alto Street Ends 578.44 0.01 Roadside Sand $ 7613 $ 913.56 Subtotal 12,640.13 0.29 Enter Bid Amount: $ 196.74 $ 2,360.88 Total Monthly Cost Total Annual Cost Grand Total S 159.732.18 S 1.916.786.16 EXTRA WORK COSTS FunctionI Unit UNIT COST TURF 1,000 Sq Ft 0.0300 $30.00 Groundcover disease/insect spray Aerify 1, 000 Sq Ft $ 0.0035 $3.50 Dethatch/Renovate Acre $ 1,250.00 $1,250.00 Edge 1,000 LF $ 0.001850 $1.85 Fertilize 1,000 Sq Ft $ 0.01 $10.00 Flail Mow of Natural Areas Acre $ 650.00 $650.00 Gypsum Application at 25lbs 1,000 Sq Ft $ 0.0385 $38.50 Mow (Reel Blade) 1,000 Sq Ft $ 0.00275 $2.75 Mow (Rotary Blade) 1,000 Sq Ft $ 0.00275 $2.75 Mow and Clippings Picked Up 1,000 Sq Ft $ 0.003 $3.00 String Trim 1,000 LF $ 0.00175 $1.75 Chemical Edge 6" Swath 1,000 LF $ 0.0060 $6.00 Chemical Edge 12"Swath 1,000 LF $ 0.0105 $10.50 Sweeping 1, 000 Sq Ft $ 0.018 $18.00 HARDSCAPE Tree $50.00 $50.00 Cleaning and weed abatement 1, 000 Sq Ft $ 0.125 $125.00 GROUNDCOVERS Each $9.50 $9.50 Edge 1,000 LF $ 0.00225 $2.25 Fertilize 1,000Sq Ft $ 0.01 $10.00 Mow 1,000 Sq Ft $ 0.003 $145.00 PEST CONTROL Each $325.00 $325.00 1.3VIMI ui, rex a.uncror General Weed Control Post Emergent 1,000 Sq Ft 0.0300 $30.00 Groundcover disease/insect spray 1,000 Sq Ft 0.0200 $20.00 Landscape Planter Weed Control 1,000 Sq Ft 0.0200 $20.00 Shrub disease/insect spray 1,000 Sq Ft 0.0200 $20.00 Turf Broadleaf Spray 1,000 Sq Ft 0.0300 $30.00 Rodent Pest Control 1,000 Sq Ft 0.0350 $35.00 organic rest Lontror. Organic General Weed Control Post Emergent 1,000 Sq Ft $ 0.0620 $62.00 Organic Landscape Planter Weed Control 1, 000 Sq Ft $ 0.0580 $58.00 Organic Turf/Groundcover/Shrub disease/insect spray 1,000 Sq Ft $ 0.0600 $60.00 Organic Turf Broadleaf Weed spray 1,000Sq Ft $ 0.0600 $60.00 SHRUB PRUNING Lacing 1-4 feet Shrub $12.50 $12.50 4 ft and higher Shrub $22.50 $22.50 Hedging 1-4 feet Shrub $4.00 $4.00 4 ft and higher Shrub $6.00 $6.00 FULL TREE PRUNING/REMOVALS (Up to 12 feet) Pruning Tree $20.00 $20.00 Removals Tree $50.00 $50.00 PLANTING 1 Gal. Shrub Each $9.50 $9.50 5 Gal. Shrub Each $24.00 $24.00 15 Gal. Shrub Each $90.00 $90.00 15 Gal. Tree with root barriers Each $145.00 $145.00 24" Box Tree with root barriers Each $325.00 $325.00 36" Box Tree with root barriers Each $1,000.00 $1,000.00 64 Count Flat Groundcover Flat $24.00 $24.00 Turf - Seed and Top Dress 1,000 Sq Ft 0.1300 $130.00 Turf - Sod 1,000 Sq Ft 1.45001 $1,450.00 Hand -spread and rake in City Supplied seed 1,000Sq Ft 0.0400 $40.00 LABOR Landscape Maintenance Supervisor Hour $60.00 $60.00 Pest Control Applicator Hour $50.00 $50.00 Irrigation Specialist Hour $55.00 $55.00 Landscape Maintenance Lead worker Hour $38.00 $38.00 Equipment Operator Hour $60.00 $60.00 Landscape Maintenance Laborer Hour $30.00 $30.00 Tree Trimmer Hour $75.00 $75.00 EQUIPMENT 1 -Ton Truck Day $700.00 $700.00 Flail mowing at Big Canyon Reservoir Service $2.200.00 $2,200.00 ROADSIDE HERBICIDE SPRAYING Median, Hardscape or Landscape areas(76acres) Service/day $650.00 $650.00 MULCHING 0-2" Mulch at 2" layer 1,000 Sq Ft 0.240 $240.00 0-2" Mulch at 2" layer Yard $45.00 $45.00 New Areas (Cost for annual maintenance of given location) Median Cost/ Sq Ft $0.03 $0.03 Park / Facility Cost/Sq Ft $0.03 $0.03 Roadside Cost/ Sq Ft $0.03 $0.03 EXHIBIT C BID SUBMITTAL DOCUMENTS BRIGHTVIEW LANDSCAPE SERVICES, INC. Page C-1 BrightView Landscape Services Landscape Maintenance of Medians and Roadsides BrightView Landscape Services, Inc. prepared by Nancy Arredondo - Estimating - 1960 S Yale S. Santa Ar)a, CA 9270- T:t714)931.0864 E: Nan Cy. Arredondo )briaht iev.com BrightView Landscape Services TABLE OF CONTENTS Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1 ii REQUIRED FORMS Instructions to Bidders 1-3 Bidder's Bond 4 Designation of Contractors Acknowledgement 5 Contractor's Industrial Safety Record 6-8 Information Requied of Bidder 9-12 All Addenda to Plans and Specifications 13 Technical Ability and Experience References 14-22 Non -Collusion Affidavit 23-24 Designation of Sureties 25 Proposal Acknowledgement 26 SUPPORT DOCUMENTS Contractor License 27 Proof of DIR Registration 27 QAL/PCA License 28 Business Pest Control License 28 Certified Water Auditor 29 Certified Irrigator 30 Certified Horticulturast/Nursery Men 31 Certified Arborist 32 Proof of Insurability 33-34 Board Resolution 8t Corporate Organization 35-49 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 9:00 AM on the 10th day of September. 2020, at which time such bids shall be opened and read for LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 $2,000,000 Estimated Annual Bid Value Approved by ZfJames' . Houlihan Deputy PWD/City Engineer Prospective bidders may obtain Bid Documents via PlanetBids: hftp://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 Contractor License Classification(s) required for this project: "C-27" For further information, call Kevin Pekar, Project Manager at (949) 644-3069 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/qovernment/open-transparent/onIine-services/bids-rfps- vendor-registration City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"d Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), 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 contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to El provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. E. AWARD OF A MULTI-YEAR CONTRACT shall be based on the lowest base bid amount, which shall be the total annual cost amount of the BASE BID PROPOSAL line items. The signature below represents that the above has been vie 266211 C27, C31, C61/D49 Joshua Dake Contractor's License No. & Classification Aut rized Signature/Title Senior Vice President 1000005364 exp 6/30/21 9/8/2020 DIR Registration Number & Expiration Date Date BrightView Landscape Services, Inc. Bidder Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1 4 BrightView Landscape Services BIDDER'S BOND ATTACHED SEPARATELY City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten percent of total amount bid Dollars ($10% of total amount bid), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES, Contract No. 7890-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 25th day of August 2020. BRIGHTVIEW LANDSCAPE SERVICES, INC. Name of Contractor (Principal) LIBERTY MUTUAL INSURANCE COMPANY Name of Surety 175 Berkeley Street, Boston, MA 02116 Address of Surety (714) 634-5739 Telephone Srl- IAuthorized Signature/Title 1A - / b/1 &-At , -- Authorized Agent Signature Donna Garcia, Attorney -In -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 1-i SEE ATTACHED CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ACKNOWLEDGMENT A notary p is or other officer completing this certificate verift6Vnly the identity of the individual who signed the doent to which this certificate is attached, and not the ttlsqfulness, accuracy, or validity of that document. State of California County of Is On , 20 efore me, Notary Public, personally appeared who proved to me on the basis of satisfactory eviden to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to a that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/ it signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) a d, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Ca rnia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) OPTIONAL INFORMATION Date of Document Thumbprint of Signer Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 ❑l Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On Notary Public, personally appe before me, who proved to me on the basis satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instr ent and acknowledged to me that he/she/they executed the same in his/her/their authorized apacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the en ' y upon behalf of which the person(s) acted, executed the instrument. I certify under PEN TY OF PERJURY under the laws of the State of California that the foregoing paragraphis true nd correct. WITNESS m hand and official seal. A`��� (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0 (seal) CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of C A(k ill I" County of Gana } I On �i�o P r 8, before me, (Here insert name an tit e o 1 e officer) personally appeared SoSilL,td who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s-) Is re subscribed to the within instrument and acknowledged to me that the/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ,w�sF,; NANCY ARREDONDO� WT ESS my h nand official seal. Commission No. 2320869 NOTARY PUBLIC -CALIFORNIA ' ORANGE COUNTY ° My Comm. Expires Feb. E, 2021 P Notary lic Signature (Notary Public Seal) ADDITIONAL OPTI NAL INFORMATION DESCRIPTION OF THE AAACHED DOCUMENT (Title or description of att/ched document) (Title or description of ttached document continued) Number of Pages Document Date CAPACITY CLAIM BY THE SIGNER ElIndividual (s) ElCorporate Officer ElPartner(s) ❑ Attorney -in -Fact ❑ Trustee(s) F]Other INSTRUCTIONS FOR COMPLETING THIS FORM Phis bran complies with current California statutes regarding rotor i wording and. if needed, should be completed card attached to the document.. Icknowledgments j•onr other states nuir, be completed for documents being sent to dun state so long urs the wo•ding does not require the California notary to riolate C'alifoi-ma noian (car • State and County information must be the State and County where the document signer(s) personally appeared betbre the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her conunission followed by a comma and then your title (notary public). • Print die name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect fonts (i.e. he/she/they- is /are ) or circling the correct forms. Failure to correctly indicate this intonation may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal it' a sufficient area pennits, otherwise complete a different acknowledgment form. • Signature of the notary public must nwtch the signature on file with the office or the county clerk. Additional infonnation is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number or pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple ICALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On AUG 2 5 2020 before me, Ethan Spector, Notary Public, personally appeared Donna Garcia who proved to me on the basis of satisfactory evidence to be the person( -s) whose name(-} is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/the4f authorized capacity4eo, and that by4his/her/thai-r- signature(.$) on the instrument the person(-,), or the entity upon behalf of which the person( -s4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. � HAN SPEC70R <_ Notary Public California Los Angeles County WITNESS my hand and official seal. n Commission X 2308417 <'��o. My Comm. Expires Oct 11. 2023 Signature Signature of otary Public This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. •� Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8198054-024029 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, B. Aleman, Tracy Aston, Thomas Branigan, Lisa K. Crail, Ashraf Etmasry, Samantha Fazzini Donna Garcia Simone Gerhard April Martinez, Rosa E Rivas Paul Rodriguez Edward C. Spector,.Marina Tapia, Nathan Varnold, KD Wapato all of the city of Los Anseles state of California each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, aclknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of November , 2018 Liberty Mutual Insurance Company INS p vSY INS& 1NSu The Ohio Casualty Insurance Company c°RPO�yP 6iJPo°aPO�r�y �cPaoNPOR,y� West American Insurance Company J�JP�, 3 `"off Q3 Fon � r Fac° P Y Y�1912� yy1919.4�o s 1991 0 �/ rn ~d'S44CNN9� a O HnaPs`'� dad �S rND10 aa3 (ivr`J d�z2 * dad H1 * >a dM * tia BY: /`—. C David M. Carey, Assistant Secretary m State of PENNSYLVANIA M County of MONTGOMERY ss ku On this 28th day of November 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. iM _a 1 � I 0 1� I N I ` �y WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. PAs c� COMMONWEALTH OF PENNSYLVANIA o,tly�4 \ c Notarial Seal OF Teresa Pastella, Notary Public Upper Marion Twp., Montgomery County By: My Commission Expires March 28, 2021 \''rSYNP' �G or"I� nv��, Member, Pennsylvania Association or Notaries / "7 Notary This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeysan-fad, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25th day of August , 2020 . INS Up01 INS&,p%NSU,? �J IoM°2o w1 JQ oevo2q 9 oPaoaPOR1 7y g 1912 noU Z1919� o a 1991 dj1�sSACHUSaa yPga� a `! �NDIANP a By: 0NAM ez� * *� Hyl * tiad S�'M * tiaa Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co 082018 to c .n U) W 0 T? d' .>3 C (B LLo S2o o aci .n >o 00 r N M �o 8� 2 City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. BrightView Landscape Services, Inc. Bidder Joshua Dake Signature/Title Senior Vice President City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name BrightView Landscape Services, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 17 Current Record Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of contracts 18 19 13 12 23 23 108 Total dollar Amount of 9,600,000 9800,000 8,530,000 8,000,000 7,008,216 7,008,216 Contracts (in 49,946, Thousands of $) 432 No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 3 1 4 No. of lost workday cases involving permanent 0 0 0 0 4 1 5 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 17 Legal Business Name of Bidder BrightView Landscape Services, Inc. Business Address: 1960 S. Yale Street, Santa Ana, CA Business Tel. No.: direct 949.614.9148 /estimating 714.931.0864 State Contractor's License No. and 266211- C27, C31, C61/D49 Classification: Title ---------------- The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder (10—Joshua Dake Date 9/8/1020 Title enior Vice Pres Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President _ 9. ecretary or Assistant Secretary, and the corporate seal, or submit wit ev ence of authors to act on behalf of the corporation. All must be acknowledged before a ry Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 18 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of C -4i' )f nt'a County of oroogc' On_Sf"ta_f before me, _ NC,41WfP `rt - W 6 ere insert name an (life of the officer) personally appeared lb)CI who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)) Is re subscribed to the within instrument and acknowledged to me that '.the/they executed the same in Is er/their authorized capacity(ies), and that by (filyher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. NANCY ARREDOND WITNESS my hand and official seal.; Fo;' Commission No. 2320889 '`. •u NOTARY PUBLIC •CALIFORNIA \ ORANGE COUNTY My Comm. Expires Feb. 8, 2024 0 1 Notary blit Signature (Notary Public Seal) ADDITIONAL OP IONAL INFORMATION DESCRIPTION OF TH ATTACHED DOCUMENT (Title or description of attakhed document) (Title or description of attache current continued) Vumber of Pages ent Date CAPACITY CLAIMED BY E SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM This /orm compltes it 11/1 current CaliJDrnta statures regm•ding nota• u•ordiug and. ifneeded. should be completed and attached to the document. Acknowledgments from other states mar he completed for dociunents being sent to that state so long as due srot-ding does not require the Cah/brnia notary to violate Califon nia noiarr last. • State and County inlomtation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the names) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural fomts by crossing off incorrect fonus (i.e. he/shelgley- is /'are ) or circling the correct fornis. Failure to COnrectly indicate this infonnation may lead to rejection ordocument recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seat impression smudges, re -seal if it sufficient area pennits. otherwise complete a different acknowledgment Conn. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is it corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: BrightView Landscape Services, Inc. Business Address: 1960 S. Yale Street, Santa Ana, CA 92704 Telephone and Fax Number: direct 949.614.9148 / estimating 714.931.0864 California State Contractor's License No. and Class: 266211- C27, C31, C61 /D49 (REQUIRED AT TIME OF AWARD) Original Date Issued: 12/31/1970 Expiration Date: 03/31/2022 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Darin Sherlock - Branch Manager The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Please find attached our Corporate Resolution for a list of all Officers, Affiliates and Corporate Organization Name Title Address Telephone Joshua Dake - SVP t: 619.954.0063 joshua.dake@brightview.com 6218 Fairmount Ave, San Diego, CA 92120 Tomas A. Kuehn, Esq.- Assistant Secretary t: 818.737.2635 tomas.kuehn@brightview.com 27001 Agoura Road, Suite 350, Calabasas, CA 91301 Jeff Herold - President t: 484.567.7202 jeff.herold@brightview.com 401 Plymouth Rd Suite #500, Plymouth Meeting, PA 19462 Andrew Masterman - CEO t: 484.567.7231 andrew.masterman@brightview.com 401 Plymouth Rd Suite #500, Plymouth Meeting, PA 19462 Corporation organized under the laws of the State of California 20 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Please find attached our Co Corporate Organization Resolution for a list of all Officers, Affiliates and For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; None Briefly summarize the parties' claims and defenses; ---------------------- Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No 21 Are any claims or actions unresolved or outstanding? Yes /@ If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. BrightView Landscape Services, Inc Bidder IT before me, Joshua Dake (Print name of Owner or President of or o ation/Company) '�vT lehorized Signature/Title nior Vice President Title 9/8/2020 Date , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the perso�e' ) wh name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they ted the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the ir�stment the person(s), or the entity upon behalf of which the person(s) acted, executed the instrumen I certify under PENAt,TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true correct. WITNESS hand and official seal.�a� Public in and for said State My Commission Expires: . 8 aL 22 (SEAL) CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CCa1110(1:-a County of 0 �16, c } Onp before me, f Here insert no an til e o the o icer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose names) Is re subscribed to the within instrument and acknowledged to me that the/they executed the same in Is er/their authorized capacity(ies), and that by r Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. NANCY ARREDONDO WIT ESS my hand and official seal. ;' *1 Commission No. 2320869 NOTARY PUBLIC -CALIFORNIA ORANGE COUNTY MY Comm. Expires Feb. E, 2024 1 Notary Pu is Signature (Notary Public Seal) ADDITIONAL OPTI NAL INFORMATION DESCRIPTION OF THE Ay ACHED DOCUMENT (Title or description of atlaclied document) (Title or description of altaihed document continued) of Pages \ Document Date CAPACITY CLAIMED Y THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) El Attorney -in -Fact E]Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM This• forth complies with current California statutes regatzltrhg notary wording mid, if needed, should be completed and attached to the docuohent.: I cknou leclgnhenIs from other states num be completed for docvonents being .rent to that state so hong as the worchng does not require the California notary to violate Cahi/orhta notar hair • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the (late that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • 'Fire notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the lime of' notarization. • Indicate the correct singular or plural forms by crossing off incorrect tonns (i.e. he'she/llrey� is /are ) or circling the correct fibrins. Failure to correctly indicate this infonnation may lead to rejection ofdocument recording. • The rotary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of' the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a diflerent docmnent. Indicate title or type of attached document, number of pages and (late. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name BrightView Landscape Services, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Sign ture none ----------- 19 City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name: BrightView Landscape Services, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION AS DESCRIBED BELOW IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE OR NON -RESPONSIBLE. Bidders with no median and roadside landscape maintenance experience for an Orange County coastal agency shall be considered non-responsive. Bidders who have not been awarded contracts valued at over $5 million dollars shall be considered non-responsive. Bidders shall provide three (3) current municipal references, which, when checked, will need a minimum "B grade", or shall be considered non -responsible. Bidders shall have on staff (employees, no subcontractors) ISA Certified Arborists, Certified Nurserymen, Certified Water Auditors, CA. DPR Qualified Applicators, and a CA. DPR Pest Control Advisor, or they will be considered non-responsive. Bidders shall provide employee names and copies of certifications for each of the required staff members mentioned above. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $1,000,000 annually provide the following information: 10 BrightView Landscape services Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 115 LAKE FOREST SPORTS COMPLEX AND SPORT PARKS Client; City of Lake Forest Currently we maintain hiking trails, scenic turnouts, events center, common areas and twelve sport fields including Portola Park which is one of the largest sport fields in Orange County. We handle every aspect of landscaping including all ball field renovations. Contact: Hugo Andreani Phone: (949) 461-3489 Email: handreani@lakeforestca.gov Date: 2009 -Present Size: 86 Acres $1,850,000 Annual BrightView X411 Landscape Services 3 BrightView Landscape Services Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 116 City Wide Landscape Services Client: City of Costa Mesa We maintain all Parks; Sports Fields, Medians, Parkways, and City Buildings throughout the City of Costa Mesa, including the Jack Hammett Sports Complex, training center for the Los Angeles Chargers. Contact: Robert Ryan Phone: (714) 925-7441 Email: robert.ryan@costamesaca.gov Date: July 2017 - Present Size: CityWide $2.300,000 Annual 3 Bri JhtView �f Landscape Services 1 BrightView Pr Landscape Services Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 117 ANAHEIM WEST PARKS Client: City of Anaheim We handle every aspect of landscape maintenance for the West Area Parks, including water management and twenty-two athletic fields as well as the football field for Brookhurst High School . Contact: Josh Canedo Phone: (714) 765-4461 Email: JCanedo@anaheim.net Date: J u I y 2015 - Present Size: 450 Acres $970,900Annual n BrightView Landscape Services BrightView iV Landscape Services Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1 1;; West Resort and Convention Center Client: City of Anaheim The 1,100 -acre Anaheim Resort District welcomes visitors year-round to experience theme park thrills, professional and amateur sports action, and international conferences in a world-class resort destination. Each year, over 40 million people visit the Resort District, which encompasses Disneyland Park, California Adventure, Downtown Disney District, and the Anaheim Convention Center. Contact: Mike Atkinson Cell: (714) 981-6855 matkinson@anaheim.net Date: 2010 - Present Size: 1,100 Acres $1.5M Annual BrightView Landscape Services No. 1 Project Name/Number City Wide Landscape Maintenance City -Wide Complete Landscape Services for Parks, Medians and Parkways, City Buildings Project Description (34Parks, 5Sport Complex, Streets, Public Buildings, 6Fire Stations and misc Facilities) Approximate Construction Dates: From 7/1/2017 To: Present Agency Name City of Costa Mesa Contact Person Robert Ryan Telephone (714) 925-7441 Original Contract Amount $ 1.2M Final Contract Amount $ 2.3M If final amount is different from original, please explain (change orders, extra work, etc.) Annual Increases and change in scope of work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 2 West Area Parks Maintenance Services Project Name/Number Project Description Complete Parks landscape maintenance services. 450 Acres Approximate Construction Dates: From 7/01/15 To: Present Agency Name City of Anaheim Contact Person Jose Canedo Telephone (714) 765-4461 Original Contract Amount $970,900 Final Contract Amount $ 970,900 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 11 No. 3 Lake Forest Sport Fields Project Name/Number 86Acres inclusive of 5, Baseball Fields, 4 Soccer , Fields, 2 Artificial Soccer Project Description Field, Common Areas Approximate Construction Dates: From Jul 1, 2009 Agency Name City of Lake Forest Contact Person Hugo Andreani T.). Present Telephone (49) 461-3489 Original Contract Amount $ 1.4M Final Contract Amount $ 1,850,000 If final amount is different from original, please explain (change orders, extra work, etc.) New Term Increase and change in scope of work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 4 Project Name/Number Anaheim Eastside Resort District Work encompasses Disneyland Park, California Adventure, Downtown Project Description Disney District, and the Anaheim Convention Center. Approximate Construction Dates: From 9/01/09 Agency Name City of Anaheim Contact Person Mike Atkinson To: Present Telephone (714) 981-6855 Original Contract Amount $ 1.5M Final Contract Amount $ 950,000 If final amount is different from original, please explain (change orders, extra work, etc.) Change of Scope of Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 12 No. 5 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 6 Project Name/Number Project Description Approximate Construction Dates: From To.- Agency o: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. 13 Attach to this bid a list of employee names and their relevant certifications for the following: ISA Certified Arborists Certified Nurserymen Certified Water Auditors CA DPR Qualified Applicators CA. DPR Pest Control Advisors Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. BrightView Landscape Services, Inc. Joshua Dake Bidder Aut orized Signature/Title Senior Vice President 14 City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 NON -COLLUSION AFFIDAVIT State of California ) ss. Orange ) County of g ) Joshua Dake being first duly sworn, deposes and says that he or she is Senior Vice President of BrightView Landscape Services, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the to f lifornia that the foregoing is true and correct. BrightView Landscape Services, Inc. Joshua Dake BidderJeton horized Signature/Title Senior Vice President Subscribed and sworn to (or affirmed) before this..... siay"of 2020 by satisfactory evidence to be the person(s) who _, proved to me on the basis of before me. I certify under PENALTY OF PERJ under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] At-a_c�h'� 15 Notary Public My Commission Expires:L� CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of '1°�Qc nl a County of C)( -a ()Q Q�e} On'�L} before me, ere "name hl e o e icer) personally appeared JOs�1ufl ��C who proved to me on the basis of satisfactory evidence to be the person(s) whose name(a-)Is re subscribed to the within instrument and acknowledged to me that ( e he/they executed the same in Is er/their authorized capacity(ie-s), and that by Is er/their signatures-) on the instrument the person(s), or the entity upon behalf of which the person(a) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �,.•�¢�. NANCY ARREDONDO WITNESS my hand and official seal. Commission No. 2320889 I <+ I NOTARY PUBLIC -CALIFORNIA \ ORANGE COUNTY al—MY COMM. Expires Feb. 8, 2024 Notary P lic 8ignature (Notary Public Seal) ADDITIONAL O DESCRIPTION OF THE (Title or description of INFORMATIONINSTRUCTIONS FOR COMPLETING THIS FORM rl ACHED DOCUMENT (Title or description of attached docur" Number of Pages Document CAPACITY CLAIMED BY TH SIGNER El Individual (s) ❑ Corporate Officer ❑ Partner(s) ElAttorney-in-F E]Trustee(s) El Other n.r jot to complies uvth ceo•rent C. alrfrn•» to statutes regarrhng notat�7 ienrding mid. it needed, should be completed and anached to the document.: fcknoirledgments from other states tnar be completed for docaments being .rent to that .rote so long as the wording does not require the California notary to violate California notorr law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which nmrst also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a conuna and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing Off incorrect forms (i.e. he/she/Flrey- is -are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection ofdocument recording. • flie notary seal impression must be clear and photographically reproducible. Impression must not cover test or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a ditYerent acknowledgment form. • Signature of the notary public niust match the signature on file with the office of the county clerk. Additional infonnation is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity clainmed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 DESIGNATION OF SURETIES Bidder's name BrightView Landscape Services, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): BROKER: AON Risk Solutions, 199 Water Street, 33rd Floor, New York, NY 10038 Tamara Fatilua tamara.fatilua@aon.com t: 847.442.9796 /212.441.1411 Underwriting Insurance Company: American Guarantee & Liability Insurance Company AM Best Rating: A+XV 436 Walnut Street, Philadelphia, PA 19106 t: 215.640.1000 Underwriting Bonding Company: Liberty Mutual Insurance Companies, 175 Berkely Street, Boston, MA 02117 t:617. 357-9500 16 City of Newport Beach LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES Contract No. 7890-1 BID PROPOSAL (Contractor shall submit bid proposals via the Bid Line Items contained in PlanetBids. Contractor MUST sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 To All: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Specifications, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7890-1 in accordance with the Contract Specifications, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 9/8/2020 Date direct 949.614.9148 estimating 714.931.0864 fax: n/a Bidder's Telephone and Fax Numbers 266211- C27, C31, C61 /D49 Bidder's License No(s). and Classification(s) 1000005364 DIR Registration Number BrightView Landscape Services, Inc. Bid r 1 / Joshua Dake enior Vice President Bid er's Authorized Signature and Title 1 60 S. Yale Street, Santa Ana, CA 92704 Bidder's Address Bidder's email address: darin.sherlock@brightview.com / nancy.arredondo@brightview.com PR -1 BrightView landscape Services SUPPORT DOCUMENTS DIR Registration Contractor Information Legal Entity Name BRIGHTVIEW LANDSCAPE SERVICES, INC. Legal Entity Type Corporation Status Active Registration Number 1000005364 Registration effective date 7/1/2020 Registration expiration date 6/30/2021 Mailing Address 27001 Agoura Rd Ste 350 CALABASAS 91301 CA United States of A... Physical Address 27001 Agoura Rd Ste 350 CALABASAS 91301 CA United States of A... Email Address Trade Name/DBA License Number(s) CSLB:266211 CSLB:266211 Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 127 CONTRACTORS STATE LICENSE RI'1AR11 ACTIVE LICENSE 266211 -,,,, CORP m. BRIGHTVIEW LANDSCAPE SER V I10ES— 0 !NCI .,m. C27 C31 C61/D49 03/31/2022 WPM www. cslb. ca gov H= - Registration = Registration History Effective Date Expiration Date 6/17/2018 6/30/2019 6/14/2017 6/30/2018 6/8/2016 6/30/2017 6/22/2015 6/30/2016 1/13/2015 6/30/2015 7/1/2019 6/30/2020 7/1/2020 6/30/2021 Pl BrightView Landscape services SUPPORT DOCUMENTS dpr DEPARTMENT OF PESTICIDE REGULATION LICENSINGICERTIFICATION PROGRAM QAL QUALIFIED APPLICATOR LICENSE` LICENSE #:126268 EXPIRES: 12/31/2020 Categories: BC Issued: 1/1/2019 CHRISTIAN O GALINDO 105 TERRAPIN IRVINE, CA,92618 1111 NUMM111111 This U—moat byshown to any ropreamgtive Othe Dir. ar Cpmmissi-.uponr .— Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 101 _.. __........... __..._._.._. _ DEPARTMENT OF PESTICIDE REGULATION dpr LICENSING/CERTIFICATION PROGRAM � • NNAGRICULTURAL PESTTCCONTTROLL ADVISER LICENSE LICENSE #:119357 Categories: ABDEG JOHN T LAW JR 379 EUCLID AVE OAKLAND, CA,94610 EXPIRES: 12/31/2020 Issued: 1/11/2019 �Iil 1 III This LI--Ihn•hman h1try nprw Vl orlhe nirw ar Cpmmissipnw upon raryw! (CALIFORNIA DEPARTMENT OF PESTICIDE REGULATION 1001 I STREET SACRAMENTO, CALFORNIA 95814 ISSUED: January 22, 2019 Pest Control Business - Branch EXPIRES: December 31, 2020 LICENSE LICENSE NO. 31368 Invalid if insurance and/or qualified person(s) lapse before expiration date. Mailing Address Business Location BRIGHTVIEW LANDSCAPE SERVICES, INC BRIGHTVIEW LANDSCAPE SERVICES, INC 24151 VENTURA BLVD 1960 S YALE ST CALABASAS, CA 91302 SANTA ANA, CA 92704 POST THIS LICENSE PROMINENTLY IN PUBLIC VIEW THIS LICENSE IS NOT TRANSFERABLE — ANY CHANGE IN OWNERSHIP REQUIRES A NEW LICENSE 1. Please make sure the information on your license is correct. 2. Notify us immediately of any changes to your business (e.g., name, address, insurance carrier or qualified person). 3. If you lose your license, then you may request a new one for a $20 fee. 4. Please refer to the license number located in the middle of the page when contacting us. 5. For more information, please contact us at (916) 445-4038 or at <licensemail@cdpr.ca.gov>. Or you may write to Department of Pesticide Regulation Pest Management and Licensing Branch Licensing and Certification Program P.O. Box 4015 Sacramento, California 95812-4015 BrightView landscape Services SUPPORT DOCUMENTS Certified Water Auditor JAMES CARR, CLIA James.Carr@brightview.com C.480-823-1734 Certification ID#: 135218 Account Manager Backflow Specialist ACLP, SLM, AZPMD CA #181187, CLIA, ISA Certified Arborist - WE -12573A Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 12.9 L' BrightView Landscape Services SUPPORT DOCUMENTS CERTIFICATE OF ATTENDANCE This verifies that Jose Alvaro Escatei Robles attended Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 13o BTNs Irrigation Training Program Hydrguli[ Prinaples-Ta insure an Optimum LYaking Pressure in the Irngativn System 8 b.Minimue Rervrrent Pipe Breaks TrovbleM—fng & Fine -Tuning Terhnlques for Optimum System Aer/pmonce Vohe Troubleshooting Elerrnrol Trovfdeshoanng fundamentels & Appli[onon of Drip Imgoap In the Landsmpe syst mbk Water Management Pnn[iples, aeyond Effia— r ,-- Pro[tiralTerhni—f Sprinkler& Dnp ln/gation SrhedWing Smarr Controller Programming Methntl to Determine Ne Water Budget fw a Lantlsrppe Site and 1. Applicaaan tp Evaluate Cvment Water Management prattires presented by The Bilingual Training Institute - art A ton art. Monzbn, M.S., Soils P on Data Prag_' Instructor Irrigator Technical Training School Certified Irrigation Repair Technician This is to certifij that Pw /►CNK • i &ww �h #6303 Has attended and successfully passed Certified Irrigation RepairTechnician classes: • Of Wire Tracking&Elecaieal 7YDuhleshr&ning • #b frriyntion held llydraufics • #a fbntroHarRwgntmminj7, INaintenmrce,&SchL•dufiny • #7 BacRylaw .M1fainfrnanLc&Repair • #3 V6lue Repair& Afaintenancr • #8 Dlnsfer Valuca'Mairnennntx&Repait�- • #g Wathr•Mtnmyennrnf • #9lkrsic f§nnp Alaintcnar�r&Retwir • #5 Pipe Fiffiny mid Afaint—on- #foMdering&Brazing Maintenatae&Repair Cer#gmreuixdidfar mm uMmin,m dmgnfpn lranan � rmra: naps/sou Director' Signature 1.1 Bri1 htView i Landscape Services SUPPORT DOCUMENTS Certified Horticultural ist/Nursery Men Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 131 JOHN LAW Director of Technical Services 510.305.1101 1 John. Law@brightview.com Dr. Law has been with BrightView for 16 years serving as a horticultural project consultant for California, Oregon, Washington, Nevada and Arizona Regions. He is responsible for landscape problem identification and solutions, product research, sustainability, pest management, regulatory compliance and other technical parts of the green industry. He spends most of his time working in the field with landscape Account Managers to efficiently maintain and enhance commercial landscapes, sports fields, college campuses, parks, storm water/ artificial wetlands and resorts. CREDENTIALS: Ph.D. Biological Sciences, University of Rhode Island. Kingston. RI. M.S. Plant Physiology. University of California. Davis, California. B.S. Biology. Syracuse University. Syracuse. New York. OSHA 40 -Hour Health and Safety Procedures for Hazardous Waste Site Personnel. Certificate HS389. California Pest Control Advisor No. AA02097 (Categories: A, B, D,E,G,) LEED Accredited Professional (AP) for Operations + Maintenance (AP O+M) ISA Certified Arborist WC -1032 California Pesticide Applicator License No. 99416 (Categories: A,B,C,D) PROJECTS: Los Angeles Rams Practice Facility, Thousand Oaks, Ca Arizona Cardinals Football Stadium, Glendale, Az College of Marin Sports Field Complex, Kentfield, Ca Camarillo Sports Complex, Camarillo, Ca Specializes in parks and athletic fields; inclusive of vertically -drained sand -based sports fields, synthetic turf, and full scope landscape Et hardscape construction MURRAY COOK Sports Turf Specialist 240.882.0903 1 Murray.Cook@brightview.com Murray has been with Brightview for 15 years and with over 35 years of professional sports venue management, design and construction experience, he has gained a wealth of knowledge in the design, construction and management of Major Baseball Stadiums and Multi -Sport Complex venues. His industry knowledge as to the most current methods of sports field design, construction and management has been implemented at sports facilities around the world. He has provided sports venue design and management services in over 30 different countries worldwide. CREDENTIALS: Bachelors of Science, Sports Turf Management Past President of the National Sports Turf Managers Association Major League Baseball's Official Field Consultant for 25 years PROJECTS: Provided field design and management for over 15 MLB teams including Miami Marlins, San Francisco Giants, Atlanta Braves and the St. Louis Cardinals Landscape Maintenance of Medians and Roadsides: BrightView Landscape Services Contract No. 7890-1 132 SUPPORT DOCUMENTS t BrightView I Landscape Services AQV Empower Results® Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 133 SUPPORT DOCUMENTS October 8, 2019 RE: BrightView Landscapes, Inc. To Whom It May Concern: BrightView Landscapes, Inc. has a self-insured retention on the following insurance policy: General Liability in the amount of $2M. The General Liability policy, with ACE American Insurance Company, has the following limits: $2M Each Occurrence $4M Products & Completed Operations Aggregate $4M General Aggregate BrightView Landscapes, Inc. (BrightView) is the largest privately held landscape contractor and service provider in the nation with revenues in excess of $2 billion. As a national landscape contractor and service provider, purchasing insurance for its large volume of work, BrightView elects to have large deductibles or self-insured retentions to control premium costs. BrightView and its legacy companies have had large deductibles and/or self-insured retentions for over twelve years and have always paid all amounts owed. Self-insured costs are projected by an independent actuary, budgeted and reserved for on the company's balance sheet. The insurance companies insuring BrightView under deductible programs and/or providing coverage excess of the company's self-insured retention are financially sound and responsible for payment of losses within their layer of coverage. All General Liability claims are handled by the third party administrator ("TPA"), ESIS. ESIS pays the claims using an escrow fund that BrightView provides as part of its administration services. Any General or Product liability claim that would exceed the $2M SIR, is fully insured by ACE beyond the SIR amount. Furthermore, for the Workers Compensation coverage afforded by ACE American Insurance Company, there is a $1,000,000 per occurrence deductible. Yours truly, Aon Risk Solutions MaryNoe Casey Vice President, Account Executive Aon I One Liberty Plaza —165 Broadway I New York, NY 10006 1 t: 212.441.1000 BrightView Landscape Services SUPPORT DOCUMENTS Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1 ,,E CERTIFICATE OF LIABILITY INSURANCE DATE(MM/D,0/1120,912019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. H SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endomement. A statement on this certificate does not confer rights to the certificate hostler in II of such end*Tsement(s). PRODuGm ONTACT Aon Risk services Northeast, Inc. NRSE. New York NY Office C.N.EM): (866) 283-7122 Vic, R (800) 363-0105 OneLiberty Plaza EMAIL 165Broadway, Suite 3201 ADDRESS: New York NY 10006 USA IN3URER(S) AFFORDING COVERAGE NAIC B INSURED INSURERA: ACE American Insurance company 22667 Briqhtview Landscape services, INSURER B: American Guarantee & Liability Ins cc 26247 1960 S Yale street Santa Ana CA 92704 USA INSURERC: INSURERD: INSURER E: INSURER F: r:C11/FRAr.]FR. !`FRTIFIr`eTC ullunee. S7nn7RR1r'>7R THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown aro as requested INSR LTR TYPE OF INSURANCE gDDL INep SU SND POLICY HUMBER O U� ( (PO 0/VYy IT LIMITS A X COMMERCIAL GENERAL LINBIL" CLAIMS -MADE OCCUR XSLG71078383 SIR applies per policy terns 1 O1 2019 & condi 10 1 2020 ions EACH OCCURRENCE $2,000,00 O N PREMISES (Ea ocw'e ) $2,000,000 MED EXP (My one person) $10,000 PERSONALBADVINJURY $2,000,00 GEN-LAGGREGATE LIMIT APPLIES PER: POLICY [flJECT LOC OTHER: GENERALAGGREGATE $4,000,00 PRODUCTS - COMP/OP AGG $4,000,00 A AUTOMOBILE LIABILITY X ANYAUTO OWNEDAUTOS NSCHEDULED ONLY AUTOS HIREDAUTOS NON-DMED ONLY AUTOS ONLY ISA H09093722 10/01/2019 10/01/2020 COMBINED SINGLE LIMIT (Ea avid mn $5,000,00( BODILY INJURY( Per person) BODILY INJURY (Per acgdenl) PROPERTY DAMAGE (Pereoaidenl) B X UMBRELLALN1e EXCESS LIAR X OCCUR CLAIMS -MADE AUCS08596815 10/01/2019 10/01/2020 FACHOCCURRENCE $3,000,00 AGGREGATE $3,000,00 DED I RETENTION A A WORNERSCOMYENSATION AND EMPLOYERS'DABILITY YIN ANY PROPRIETOR/ PARTNERIEXECUTNE OFFICER/ MEMBER EXCLUDED? N (Mbnda,ary in NH) B yea, decadb DRIPTION OOF e ESCF OPERATIONS below NIA WLRCS0800179 WC - AOS SCFC50800192 WC _ wi SIR applies per policy terns 10/01/2019 10/01/2019 & condi 10/01/2020PER 10/01/2020 :ions JOT H- X STATUTE ER E.L.EACHACCIDENT $2,000,00 E.L. DISEASE -EA EMPLOYEE $2,000,00 E.L. DISEASE?OLICV LIMIT $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD HI, Additional Ramarka Sobadule, may be aeaabad it mare space is required) Evidence of Insurance. CFRTIFICATF HOI OFR u ©1988-2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 0 a a 0 x SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Brightview Landscape Services, Inc. 1900 5. Lewis Street AUTHORIZED REPRESENTATIVE Anaheim CA 92805 USA eJ�a>� ✓G� �ILuae D c//�aLLyr,4.�` ��zu ©1988-2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 0 a a 0 x Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1 BrightView landscape Services CERTIFICATE OF RESOLUTION BrightView Maintenance Companies I, Jonathan Gottsegen, Secretary of BrightView Landscapes, LLC, a Delaware limited liability company (the "Company"), do hereby certify that as of the date hereof, the following resolutions have been adopted by the unanimous approval of the Board of Directors of the Company and the Board of Directors of the Company's maintenance subsidiaries listed on Exhibit A (the Company and such subsidiaries are sometimes referred to herein as the "Companies"), in accordance with the governing documents of the Companies and that said approvals have not been rescinded, amended or modified: Authorization to Execute Documents: RESOLVED, that those individuals listed on Exhibit B hereto are hereby elected and authorized to serve in the offices and for such companies that are indicated therein until their respective successors are elected and qualified or until their earlier resignation, removal or death; FURTHER RESOLVED, that the Board of Directors have authorized and they do hereby authorize those individuals listed on Exhibit C hereto, or any of them to execute and deliver in the name of and for and on behalf of the Companies, subject to the limitations set forth in the Signatory Authority Policy set forth on Exhibit D hereto, any and all bids, addenda, consulting agreements, applications, permits, certificates and contracts, including but not limited to maintenance agreements, non -disclosure agreements, subcontractor agreements, certifications and the renewals and amendments thereof; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the Company is hereby authorized and directed to execute a Certificate of Resolution certifying to the passage of these resolutions; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the Company is hereby further authorized to amend Exhibit C hereto from time to time if he or she determines such amendment is necessary to reflect changes in employment status and/or title of the Company's employees; FURTHER RESOLVED, that any and all persons, firms, corporations and other entities, including, without limiting effect, public entities, shall be entitled to rely on the authority of any one of the foregoing persons to bind the Companies by the execution and the delivery of any such bids, addenda, consulting agreements, applications, permits, certificates and contracts, including but not limited to maintenance agreements, non- disclosure agreements, subcontractor agreements, certifications and the renewals and amendments thereof; FURTHER RESOLVED, that the authority herein contained shall remain in effect until the persons, firm, corporation or other entity relying upon the authority herein contained receive written notice to the contrary and that all previous authorizations heretofore given with respect to the matters herein contained are revoked; provided, however, that this revocation shall not affect the validity of any instrument hereinabove referred to that was executed by any person or persons who at the time of such execution was duly authorized to act. IN WITNESS WHEREOF, the undersigned has executed this Certificate of Resolution on this 711 day of January, 2019. VJonathan Gottseg i Landscape Maintenance of Medians and Roadsides: BrightView Contract No. 7890-1 136 Landscape Services Exhibit A — Subsidiaries BrightView Landscapes, LLC BrightView Chargers, Inc. BrightView Landscape Services, Inc. — CA BrightView Landscape Services, Inc. — AZ BrightView Landscape Services, Inc. — CO BrightView Landscape Services, Inc. — FL BrightView Landscape Services, Inc. — GA BrightView Landscape Services, Inc. —NV BrightView Landscape Services, Inc. —TX BrightView Puerto Rico, LLC BrightView Tree Care Services, Inc. Landscape Maintenance of Medians and Roadsides: BrightView Contract No. 7890-1 137 Landscape Services ........ ...... Exhibit B — Elected Officers BriehtView Landscapes, LLC Andrew Masterman President and Chief Executive Officer Jonathan Gottsegen Secretary; Executive Vice President and Chief Legal Officer John Feenan Executive Vice President and Chief Financial Officer Jeff Herold President, Landscape Services Katriona Knaus Treasurer Robert Tyler Assistant Treasurer Timothy Wilkinson Assistant Treasurer Todd Chambers Executive Vice President and Chief Marketing Officer Brian Bruce Executive Vice President and Chief Information Officer Daniel Dohar Executive Vice President and Chief Human Resources Officer Susan DeSantis Assistant Secretary David Hanson Assistant Secretary Tomas Kuehn Assistant Secretary BrightView Chargers, Inc. Jeff Herold President John Feenan Treasurer Jonathan Gottsegen Secretary David Hanson Vice President Tomas Kuehn Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer BrightView Landscape Services. Inc. — CA Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer David Hanson Senior Vice President Frank Annino Senior Vice President Joshua Dake Senior Vice President Todd Chesnut Vice President Wayne Shiveley Vice President BrightView Landscape Services. Inc. — AZ Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary BrightView I/ Landscape Services Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer David Hanson Senior Vice President BriehtView Landscape Services. Inc. — CO Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer David Hanson Senior Vice President BrightView Landscape Services. Inc. — FL Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer John Anderson Vice President Charles Gonzalez Vice President BrightView Landscape Services. Inc. — GA Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer Michael Dozier Senior Vice President BrightView Landscape Services, Inc. — NV Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 I >8 BrightView Landscape Services David Hanson Senior Vice President BrightView Landscape Services. Inc. — TX Jeff Herold Chief Executive Officer and President Robert Tyler Treasurer Jonathan Gottsegen Secretary Tomas Kuehn Assistant Secretary Susan DeSantis Assistant Secretary Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer Gregory Jacquin Senior Vice President BrightView Puerto Rico. LLC Michael Dozier President Tomas Kuehn Assistant Secretary Katriona Knaus Assistant Treasurer Timothy Wilkinson Assistant Treasurer BrightView Tree Care Services. Inc. Jeff Herold Chief Executive Officer and President Robert Tyler Chief Financial Officer Jonathan Gottsegen Secretary David Hanson Senior Vice President Timothy Wilkinson Assistant Treasurer Katriona Knaus Assistant Treasurer Tomas Kuehn Assistant Secretary Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 139 Landscape Maintenance of Medians and Roadsides: BrightView Contract No. 7890-1 1, io Landscape Services Exhibit C — Signatory Authority Individual Title Michael Dozier Regional President, BrightView Landscape Services Brett Urban Sr. Vice President, Finance & CFO BrightView Landscape Services Todd Chestnut SVP, Florida North Charles Gonzalez SVP, Florida South John Umphred SVP, Mid -Atlantic Brian Martin SVP, MidWest Jamie Gollotto SVP, Northeast Dave Hanson SVP, Rocky Mountain & Northern California Frank Annino SVP, SoCAL North Josh Dake SVP, Southwest Gregory Jacquin SVP, Texas Greg Pieschala President, Golf Murray Cook President, Sports Turf Meredith Nicklas VPF, Mid -Atlantic Andrew Hart VPF, Northeast Adnan Mughal VPF, Texas Fred Freund VPF, SoCAL North, Southwest, Northern California, Rocky Mountain Gordon Bainbridge VPF, Southeast Roger Plotkin VP, Risk Management Tina Padgett Regional Finance Manager, Florida North Gheorghe Stelea Regional Finance Manager, MidWest Aaron Lott Regional Finance Manager, Rocky Mountain Christian Nunez Regional Finance Manager, SoCal North Bri1 htView Landscape Services Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1 ; i Stephanie Johnston Regional Finance Manager, Southwest Ed Kim Regional Finance Manager, Texas Bekah Champy Regional Finance Manager, Southeast Mike Soares VPGM, Sacramento Valley Brandon DeYoung VPGM, San Francisco Matt Bevill VPGM, Northwest Rocky Mountain Wayne Shiveley VPGM, Virginia North Chris Greene VPGM, Virginia South Greg Lewandowski VPGM, DC Metro & Baltimore Scott Sifton VPGM, North Carolina John Anderson VPGM, Orlando Metro James Boynton III VPGM, Florida West Mark Cruzan VPGM, Florida Southwest Larry Humphress VPGM, MidSouth Scott Godfrey VPGM, Los Angeles North Adam Budniak VPGM, Los Angeles South Rene Rivera VPGM, Inland Empire Kevin Mefford VPGM, High Desert Shannon Speratos VPGM, Orange County and Greater OC Market David Howell VPGM, Orange County Karine Stuimer VPGM, East Bay Jon Hasbrouck VPGM, Arizona Ray Nobile VPGM, NE/NY Dan Armenia VPGM, PennDel John Barbato VPGM, Chicago BrightView Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1<1l TBD Branch Manager Ray Lewis VPGM, OH/PA Christopher Jones VPGM, Upper MidWest Jason Shear VPGM, Texas North & Precision Market & GTL Thomas Wood VPGM, Texas Central & GTL Texas Market Dennis Smith GM, Florida Southeast Melissa Harris GM, Indiana & Prairie Bruce Birdsong GM, Precision Justin Wooley GM, Texas North & GTL David Palmer GM, Boston, Boston Tree, Dorchester & Connecticut Nick Carabetta GM, Delaware, Harrisburg, Freehold, Allentown, Lehigh and PA Tree TBD Branch Manager Boonton Aaron Strange Branch Manager Ocala Andrew Hawley Branch Manager Santa Clara Andrew Mori Branch Manager South Bay Andy Benoot Branch Manager Pontiac Anthony Armenia Branch Manager Delaware Antonio L. Torres Branch Manager Puerto Rico Ben Strickland Branch Manager Austin Bill Lahey Branch Manager Dorchester Bradley J.Hill Branch Manager Denver West Brandon Lanier Branch Manager Fredericksburg Brandon Steene Branch Manager Apple Campus Brian Glure Branch Manager Chicago Northwest Brian Hartman Branch Manager Northeast Atlanta Brian Laugen Branch Manager NYC Brian Roof Branch Manager Connecticut BrightView Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 I 4 ; Bridget Cahill Senior Branch Manager Montgomery Brock Lavrack Senior Branch Manager Greensboro & Raleigh Bryan Tompkins Branch Manager Arizona Tree Chad Dean Branch Manager Poway Chad Norris Branch Manager GTL North Austin & GTL South Austin Chad Olsen Branch Manager Sports Turf Chris Barnard Branch Manager John's Creek Chris Morris Branch Manager Kansas City Chris Steiner Branch Manager Las Vegas West Chris Webber Branch Manager Central Jacksonville Christian Galindo Branch Manager Orange County South Christian Ibarra Branch Manager Fort Myers & North Port Christian Talbot Branch Manager GES Outsourced Christopher John Branch Manager Wellington Clayton Kyle Branch Manager San Joaquin Craig Hoying Branch Manager Indy Turf & Zionville Craig Johnson Branch Manager West Los Angeles Damian Dela Vega Branch Manager Miami Beach Danny Wilcox Branch Manager Emerald Coast Darby Gilmer & Nicholas Moore Branch Manager Dallas East Darin Sherlock Branch Manager Greater Orange County Dennis Lazicky Branch Manager Allentown Derek Buehler Branch Manager Lake Nona & South Orlando Derek Martindale Branch Manager Salt Lake City Deriek Chapman Branch Manager Freehold Doug Reedy Branch Manager Long Island Douglas Klug Branch Manager West Michigan Ed Smola Branch Manager Dallas West BrightView Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1,4/[ Ed Watson Branch Manager Hudson Highlands Elizabeth Baginski Branch Manager San Jose Eric McClenahan Branch Manager Sacramento Valley Tree Francisco Alvarez Branch Manager San Antonio Frank Esqueda Branch Manager West Phoenix Gaston Nesci Branch Manager Orange County North Glen Killmer Branch Manager GK Tucson West Greg Davis Branch Manager Cincinnati North Greg Santamaria Branch Manager Ventura Heath Kallam Branch Manager R T Park Jason Kingan Branch Manager Harrisburg Jacob Langley Branch Manager San Diego Tree Jake Rhines Tree Care Manager Sarasota Tree James Newton Branch Manager Lorton Jason Synowski Branch Manager Stuart JD Gillen Branch Manager Denver South Jeff Pilz Branch Manager Chicago South Jeffrey Prange Branch Manager Minneapolis Jeffrey Wood Senior Branch Manager Hillside Jim Abbott Branch Manager Longwood Jim Jordan Senior Branch Manager Longboat Key Joe Ferro Branch Manager Pembroke & Sunrise Joe Johnson Branch Manager Virginia Beach John Cornelius Branch Manager Sun City John Kirsten Branch Manager Menlo Park Jon Berg Branch Manager East Phoenix Jon Delisle Branch Manager Charlotte Jon Gregorius Branch Manager Windermere BrightView Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 r) Joor Bol Branch Manager Roseville Jose Zepeda Senior Branch Manager Homestead & South Florida Tree Joseph Armarosa Branch Manager St. Pete Joseph Schlottman Branch Manager Santa Clarita Joseph Sirek Branch Manager Dallas Central Josh Grussendorf Branch Manager Denver North Josh Phillips Branch Manager Dallas South Judy McNew Branch Manager Colorado Springs Justin Cooke Branch Manager Columbus West Justin Hatchett Branch Manager Washington DC Justin Schink Branch Manager Bucks Katie Hawkins Branch Manager Menlo Park Tree Keith Kauffman Branch Manager PA Tree & Lehigh University Kevin Hardy Tree Care Manager Inland Empire Tree Kevin Hargrove Branch Manager Nashville Kurt Knotts Branch Manager Memphis Chris Miska Branch Manager Woodlands Lance Stacha Branch Manager GTL Houston Larri Werner Branch Manager Woodinville Larry Neuhoff Senior Branch Manager San Diego Central Laura Gianono Branch Manager Chicago Northeast Leo Rivera Tree Care Manager Silicon Tree Leon Vitort Branch Manager Chino Hills Luis Caballero Branch Manager Denver East Marc Fortson Branch Manager Marietta & South Atlanta Marco Macias Branch Manager Sun Valley Mark Bower Branch Manager Las Vegas East Mark Flinchbaugh Senior Branch Manager Chesterfield & Richmond BrightView Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 1,1() Mark Lanteigne Branch Manager East Tampa & West Florida Tree Mark Watkins Branch Manager Baltimore & Eastern Shore Martin Opalenik Branch Manager Sacramento Matt Bevill Branch Manager Renton Matt Braun Branch Manager Englewood Matt Cline Senior Branch Manager Howard Matt Gilligan Branch Manager Williamsburg Matt Triplett Branch Manager Portland Matt Yutzey Branch Manager White Marsh Matthew Berry Branch Manager San Ramon Tree Michael Black Branch Manager Walnut Creek Tree Mike Guthrie Branch Manager GES Sanford Mike Ney Branch Manager Yerba Buena Mike Renner Branch Manager GK Albuquerque Mike Underwood Branch Manager Pleasanton Nathan Pyle Branch Manager Delray Beach Nelson Craig Branch Manager Pasadena Nick Perez Branch Manager GK Gilbert Paul Bird Branch Manager Ontario Paul James Branch Manager Cincinnati South Paul Rudd Branch Manager Dallas North Pedro Botello Branch Manager GK Las Vegas Peter Pietras Branch Manager Milwaukee Richard Seaman Branch Manager Central Tampa Rob Dwyer Branch Manager Shamong Rob Panarese Branch Manager Albany Robert Gregory Branch Manager Louisville Robert J. Harris Senior Branch Manager Chantilly BrightView Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 H/ Rodney Hicks Branch Manager Jacksonville Ryan Dippold Branch Manager Fishers Ryan Gentry Branch Manager San Diego South Ryan Maffei Branch Manager Savannah & Hilton Head Ryan Silva Branch Manager Walnut Creek Ryan Smith Branch Manager Anne Arundel Ryan Wilson & Darby Gilmore Branch Manager GTL Fort Worth Sal Navarro Senior Tree Care Manager Los Angeles South Tree Samuel Miller Branch Manager Cleveland East Scott Andre Branch Manager Orange County Central Scott Freis Branch Manager Precision Landscape Scott Goss Tree Care Manager Chicago Tree Scott Kopitskie Branch Manager Central Jersey Scott Lieb Senior Branch Manager Cherry Hill Scott Schoffstall Manager Shared Services- Irrigation Scott Sikora Branch Manager East Orlando Scott Smith (Duncan, SC) Senior Branch Manager Greenville Scott Wasilefski Branch Manager Prince George Sean Stroub Branch Manager Indy West Seth Trautman Branch Manager Columbus East Shane Lal Branch Manager GK Tucson East Shane Rasco Branch Manager GTL San Antonio & GTL Rio Grande Valley & GTL Corpus Christi Shawn Rommerdahl Branch Manager Lake Buena Vista & Central Florida Tree Steve Brackin Branch Manager Santa Rosa Beach Steve Goodhart Branch Manager Canton Steve Hokenstad Branch Manager Puyallup Steve Pratt Branch Manager Temecula BrightView Landscape Maintenance of Medians and Roadsides: Contract No. 7890-1 148 Tad Selders Branch Manager Chicago Central Tariq Ahmed Senior Branch Manager Exton Tariq Ahmed Senior Branch Manager Exton Tree Terry Mahoney Branch Manager Carlsbad Terry McLane Branch Manager North Tampa Tim Liebmann Tree Care Manager Orange County Tree Tim Mehigan Branch Manager Dulles Tim Sokolowski Tree Care Manager North LA Tree Todd Thompson Senior Branch Manager Alexandria Tom Hartland Branch Manager Hunt Valley Tom Niemerow Branch Manager Conejo Valley Tom Stoutt Branch Manager Hayward Trey Dupont Branch Manager Golden Triangle Will Marsh Branch Manager Greensboro William Schell Branch Manager Sarasota Zach Belcher Branch Manager Houston & Katy Landscape Maintenance of Medians and Roadsides: BrightView Contract No. 7890-1 149 Exhibit D - Signatory Authority Policy Authority to execute service contracts for the Company is granted to a limited group of officers ("Authorized Signer"). Such signature authority is not a matter of preference or informal policy; rather, it is a directive set by the Company's Board of Directors. The Signature Authority outlined below applies to each Landscape Services entity and is in addition to the review and approval requirements set forth in BrightView's Contract Policy & Procedure Guidelines. ONLY AUTHORIZED SIGNERS SHALL SIGN A CONTRACT ON BEHALF OF THE COMPANY. IF THE OFFICER'S TITLE DOES NOT APPEAR IN THE TABLE BELOW AND YOUR NAME DOES NOT APPEAR ON A CERTIFICATE OF RESOLUTION SUCH PERSON IS NOT AN AUTHORIZED SIGNER AND DO NOT HAVE AUTHORITY TO SIGN A CONTRACT ON BEHALF OF THE COMPANY. IF AN EMPLOYEE EXECUTES A CONTRACT WITHOUT BEING AN AUTHORIZED SIGNER, THE EMPLOYEE IS SUBJECT TO DISCIPLINE BY BRIGHTVIEW, UP TO AND INCLUDING TERMINATION OF EMPLOYMENT. AUTHORIZED SIGNER* I MAINTENANCE SERVICE CONTRACTS • All Services contracts and Service Provider agreements and President & CFO related documents V F"M & UM • Any Services contracts (excluding fixed fee snow) and Service Provider agreements with an annual value <$50K in the market for which they have responsibility • Any Landscape Services contract (excluding fixed fee snow) and Service Provider agreements that are on a pre -approved _BrightView template with no changes and an annual value <$250K for the market for which they have responsibility • Any Landscape Services contract (excluding fixed fee snow) and Service Provider agreements that are on a pre -approved BrightView template with changes and an annual value <$50K for the market for which they have responsibility • I-9 certifications for the market for which they have BM • Non-recurring enhancement or tree service <$100K for the branch for which they have responsibility • Any internal contract issued from a BV entity to a BV branch (i.e., BES to BVL, LLC; BVLD to BVLS, Inc., etc.) • Lien releases and lien waivers Elected Officers . Any BrihtView Document VP, Risk Management • All Bonds and other insurance related documentation 'Does not include National Accounts or BES contracts 'VPGM & GMsignatories may sign in place of a BM signatory only for the market for which they have responsibility. • All BV Landscape Services contracts and Service Provider SVP, VPF & Regional agreements in the region for which they have responsibility Finance Manager <$1 M V F"M & UM • Any Services contracts (excluding fixed fee snow) and Service Provider agreements with an annual value <$50K in the market for which they have responsibility • Any Landscape Services contract (excluding fixed fee snow) and Service Provider agreements that are on a pre -approved _BrightView template with no changes and an annual value <$250K for the market for which they have responsibility • Any Landscape Services contract (excluding fixed fee snow) and Service Provider agreements that are on a pre -approved BrightView template with changes and an annual value <$50K for the market for which they have responsibility • I-9 certifications for the market for which they have BM • Non-recurring enhancement or tree service <$100K for the branch for which they have responsibility • Any internal contract issued from a BV entity to a BV branch (i.e., BES to BVL, LLC; BVLD to BVLS, Inc., etc.) • Lien releases and lien waivers Elected Officers . Any BrihtView Document VP, Risk Management • All Bonds and other insurance related documentation 'Does not include National Accounts or BES contracts 'VPGM & GMsignatories may sign in place of a BM signatory only for the market for which they have responsibility. EXECUTED IN DUPLICATE EXHIBIT D CITY OF NEWPORT BEACH BOND NO. 024246856 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to BRIGHTVIEW LANDSCAPE SERVICES, INC. hereinafter designated as the "Principal," an agreement for maintenance and/or repair services, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, LIBERTY MUTUAL INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Nine Hundred Sixteen Thousand Seven Hundred Eighty Six Dollars and 161100 ($1,916,786.16), lawful money of the United States of America, said sum being equal to 100% of the amount of the annual Agreement price, payable by the City of Newport Beach under the terms of the Agreement; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page D-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Agreement or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 23rd day of November , 20 20 . BRIGHTVIEW LANDSCAPE SERVICES, INC. Name of Contractor (Principal) LIBERTY MUTUAL INSURANCE COMPANY Name of Surety 175 Berkeley Street, Boston, MA 02116 Address of Surety (714) 634-5739 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ( -11,o Wo Aaron C. Harp ao City Attorney �ao� Donna Garcia, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED BRIGHTVIEW LANDSCAPE SERVICES, INC. Page D-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of GeWewie {jam; �,�, IV t County of '%u'lc c } ss. 0r i,L ��,�� On V -e)' i`1c��� { ,7- , 20 5k)- before _1 me, A- Notary Public, personally appeared _ 'o , who proved to me on the basis of satisfactory a dente to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WIT my hand an official seal. Signature E wealth of Pennsylvania - Notary 5ea1 ERINE SCANLON - otary Public Buck Commission Expires Mar B, 2023 Commission Number 1193309 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State California County of On ss. 20 before me, **SEE ATTACHED CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT— Notary Public, pe ally appeared proved to me on the is of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within ins ment and acknowledged to me that he/she/they executed the same in his/her/their authorized capa ' (ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon be If of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY un the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature al) BRIGHTVIEW LANDSCAPE SERVICES, INC. Page D-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On Nny 2 � 20?r, before me, Edward C. Spector, Notary Public, personally appeared Donna Garcia who proved to me on the basis of satisfactory evidence to be the person(s4 whose name(s4 is/ate subscribed to the within instrument and acknowledged to me that he/she/tliey executed the same in hi-s/her/the4 authorized capacity{}, and that by4i-s/her/thei-r- signatures} on the instrument the person(}, or the entity upon behalf of which the person(s3 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature K"Je� Signature of Notary Public �,c nr ryt EDWARD C. SPECTOR Notary Public • California Los Angeles County > Commission # 2261249 My Comm. Expires Oct 5, 2022 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liber Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No: 8198054-024029 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, B. Aleman. Trace Aston. Thomas Branigan, Lisa K. Crail. Ashraf Elmasry. Samantha Fazzini. Donna Garcia. Simone Gerhard. April Martinez. Rosa E. Rivas. Paul Rodriguez Edward C. Spector, Marina Tapia. Nathan Varnold, KD Wapato all of the city of Los Angeles state of California each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of November , 2018 Liberty Mutual Insurance Company P� tNS0? P01 INS&, %NSU,pq The Ohio Casualty Insurance Company aJ 4oRPoRgT� yid hJ GOPPoRgTF�y \SPC, VL Rq, West American Insurance Company > J 3 o f vQ 3 o m ? O rn Co 1912 00 1919 0 1991 0 O Z O Q O Cn rd�9s`Tg CHUS� da yO ��NA MPS`(s �NDIA01" ,da /L1i111� r �l C By: .(n c David M. Carey, Assistant Secretary rL° State of PENNSYLVANIA > � County of MONTGOMERY ss > C Z3 a) On this 28th day of November 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Fo Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes — > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. to W � IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. n @N �I`a PAST 00 O COMMONWEALTH OF PENNSYLVANIA �- t��9i1t Notarial Sealxav -p OF Teresa Pastella, Notary Public iG%� O L Upper MerionTwp., Montgomery County By: 3 co >` N F� >� My Commission Expires March 28, 2021 L ., `NsvWt eresa Pastella, Notary Public Cl) ` pr�r?Y P���� Member, Pennsylvania Association of Notaries CL O a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o' o Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: o W Lai ARTICLE IV – OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or theffi - (D a > President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > o C>a C: any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -tact, subject to the limitations set forth in their respective powers of attorney, shall a N — L have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such °O Z� instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the M provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. c °O ARTICLE XIII – Execution of Contracts: Section 5. Surety Bonds and Undertakings. 0 C:) Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, 0– shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation – The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization – By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of (j P� 1NSlio 1'( INS& P�� %NSU,,q O2 J2GoaPDRgroym Q z°oaPo�y "'Pqy VP GoaPory� Z C.? O m IL Y�1912yo 0 1919 0 7 1991 -may` z o a o yo�y� AMPS*�da� rs�D*c+��da By Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Cc 062018 EXECUTED IN DUPLICATE EXHIBIT E CIT Y OF NEWPORT BEACH BOND NO. 024246856 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 8,626.00 , being at the rate of $ 4.50 thousand of the Agreement price. WHEREAS, the City of Newport Beach, State of California, has awarded to BRIGHTVIEW LANDSCAPE SERVICES, INC. hereinafter designated as the "Principal," an agreement for LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a Bond for the faithful performance of the Agreement. NOW, THEREFORE, we, the Principal, and LIBERTY MUTUAL INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Nine Hundred Sixteen Thousand Seven Hundred Eighty Six and 161100 ($1,916,786.16) lawful money of the United States of America, said sum being equal to 100% of the amount of the annual Agreement price, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Agreement and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive BRIGHTVIEW LANDSCAPE SERVICES, INC. Page E-1 notice of any such change, extension of time, alterations or additions of the Agreement or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 23rd day of November , , 2020 . BRIGHTVIEW LANDSCAPE SERVICES, INC. Name of Contractor (Principal) LIBERTY MUTUAL INSURANCE COMPANY Name of Surety LIBERTY MUTUAL INSURANCE COMPANY Address of Surety (714) 634-5739 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1-2-/ 1 / Zoe By: A -�Gc, - � Aaron C. Harp p City Attorney dab, i ,X Signature Donna Garcia, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED BRIGHTVIEW LANDSCAPE SERVICES, INC. Page E-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Balifernis ("° "ti I, / p" County of LICK -s- }ss. On :7S�cxkew b -r , 20,?Q before me, Notary Public, personally appeared 1? d , who proved to me on the basis of satisfactory ev' rice to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 7�_Vvc' my hand and offic' seal. Signature ` Commonwealth of Pennsylvania - Notary Seal CATHERINE M SCANLON - Notary Public Bucks County My Commission Expires Mar 8, 2023 Commission Number 1193309 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County ofi'� On SS. (seal) ""SEE ATTACHED CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT— 20 before me, , Notary Public, pers Ily appeared proved to me on the ba ' of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrut and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity , and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf hich the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the paragraph is true and correct. WITNESS my hand and official seal. of the State of California that the foregoing Signature (seal) BRIGHTVIEW LANDSCAPE SERVICES, INC. Page E-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles NOVn �V 2 20(i before me, Edward C. Spector, Notary Public, personally appeared Donna Garcia who proved to me on the basis of satisfactory evidence to be the person(,) whose name( -s4 is/ate subscribed to the within instrument and acknowledged to me that he/she/thy executed the same in his/her/ authorized capacity(), and that by4is/her/thei-r- signature(*) on the instrument the person(s), or the entity upon behalf of which the person(,) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Qz�� Signature of Notary Public 4� ti EDWARD C. SPECTOR ■ tifJ� Notary Public . California * o Los Angeles County L Commission # 2261249 °""� My Comm, Expires Oct 5, 2D22 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liber Liberty Mutual Insurance Company Mutual= The Ohio Casualty Insurance Company Certificate No: 8198054-024029 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"). pursuant to and by authority herein set forth, does hereby name, constitute and appoint, B. Aleman. Trace Aston. Thomas Branigan. Lisa K. Crail, Ashraf Elnlasr,. Samantha Fazzini. Donna Garcia. Simone Gerhard. April Martinez. Rosa E. Rivas. Paul Rodriguez. Edgard C. Spector. Marina Tapia, Nathan Varnold, KD Wapato all of the city of Los Angeles state of California each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of November , 2018 . N I State of PENNSYLVANIA � County of MONTGOMERY ss Liberty Mutual Insurance Company P� INSUQq P�tV INS/ 1NSURq The Ohio Casualty Insurance Company S ?°°aPO`�roy� Q`�2°°RPO�ro�y� �� 2�°aPO"Ls,�y� West American Insurance Company � � m w o � 1912 o Z 1919 o Q 1991 dJ)9SSA CHUSF'�da3' SO ��FfAMP55`,aD37 x's �NDIANP ,da ei7 * 1P �'y� * 1� dM * L� By: David M. Carey, Assistant Secretary 0o On this 28th day of November , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes N > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. C in f� PA�'t 0 N !<.' �F COMMONWEALTH OF PENNSYLVANIA �t,,orme� r c` Notarial Seal a O �� � OF � Teresa Pastella, Notary Public o Upper Merion Twp., Montgomery County By: O (6 FrN / My Commission Expires March 28, 2021 eresa Pastella, Notary Public Member, Pennsylvania Association of Notaries N - a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o .S� Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: N ARTICLE IV – OFFICERS: Section 12. Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a > President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety > C any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall ` have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z� instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII – Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation – The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization – By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of --,"v 32020 Pv 1Nsu,q PVgY INS& It, 1NSU,pq J 0 OR,TO2C, F.'GOlkpo&AT09y\VQ.'`' 0 OPA 0 T� y� o t� 1912 0 2 1919 o a 1991 0 t%9s9A By. C. '/A SO '/A MPsa\� a� 'NDIANP a gz� *fid s * Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co 062018 V) N N C U) C O —H Co 0 LU a>+E N C a O O O C a) (a O CU a O O O c o(D >O a) v co E N M C Mi 00 0 O i EXHIBIT F CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to hereinafter designated as the "Principal," an agreement for maintenance and/or repair services, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Dollars and 00/100 ($ ) lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), payable by the City of Newport Beach under the terms of the Agreement; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as BRIGHTVIEW LANDSCAPE SERVICES, INC. Page F-1 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Agreement or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of , 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED BRIGHTVIEW LANDSCAPE SERVICES, INC. Page F-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of }ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) BRIGHTVIEW LANDSCAPE SERVICES, INC. Page F-3 EXHIBIT G CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ , being at the rate of $ thousand of the Agreement price. WHEREAS, the City of Newport Beach, State of California, has awarded to hereinafter designated as the "Principal," an agreement for LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a Bond for the faithful performance of the Agreement. NOW, THEREFORE, we, the Principal, and duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Dollars and 00/100 ($ .00) lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), of the Agreement, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Agreement and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed BRIGHTVIEW LANDSCAPE SERVICES, INC. Page G-1 thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Agreement or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED BRIGHTVIEW LANDSCAPE SERVICES, INC. Page G-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )Ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) BRIGHTVIEW LANDSCAPE SERVICES, INC. Page G-3 EXHIBIT H 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 City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. 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 two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) 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). 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 BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-1 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. D. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than one million dollars ($1,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance limits are exhausted by paid claims; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 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 City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement 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 subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement 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. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-2 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. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 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. 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. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. 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. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-3 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. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. 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 subcontractor 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 Agreement, 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. BRIGHTVIEW LANDSCAPE SERVICES, INC. Page H-4 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Tuesday, November 24, 2020 5:52 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number FV0000034 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV0000034 BrightView Landscape Services, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.