Loading...
HomeMy WebLinkAboutC-2160 - Park and Turfgrass Maintenance/Roadside Landscape MaintenanceCONTRACTOR AGREEMENT THIS AGREEMENT, entered into this 13(/i, day of 0 of 2001, by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City"), and TruGreen LandCare, Inc., a California Corporation ( "Contractor or TruGreen "), is made with reference to the following Recitals: RECITALS WHEREAS, In 1995, the City determined it to be in the City's best economic interests to maintain medians and roadsides by private contract. WHEREAS, On April 8, 1996, City entered into a contract with a private contractor, California Landscape Maintenance, Inc. (CLM) to perform landscape maintenance functions on medians and roadsides. WHEREAS, In January 2000, California Landscape Maintenance, Inc. was purchased by TruGreen — ChemLawn company and recently began to operate in the City under the name of TruGreen LandCare Inc. TruGreen assumed the duties and responsibilities of CLM under the contract. WHEREAS, The Contractor desires to enter into a new Agreement to provide services to the City and acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement. WHEREAS, The Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, common nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement NOW, THEREFORE, the Parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one (1) year. The term shall commence within ten (10) working days of City Council Approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. 1 2. CONTRACTOR STIES to Contractor shall perform the services specifically described in, and in strict compliance with the Scope of Work ( "Contract Services ") requirements of Exhibit A at the median and roadside locations listed in Exhibits B and C. The Contract Services shall be performed at least as frequently as specified in Exhibit D. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contract Services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit E. Reports will be submitted by the Contractor in accordance with Exhibit F. Bid Unit Prices and Costs are contained in Exhibits G through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally documented. B. All Contract Services shall be performed by competent and experienced employees. Irrigation maintenance and repairs shall be monitored by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly perform Contract Services, C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing Contract Services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape maintenance standards. K 0 0 F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor and clearly post "Serving the City of Newport Beach." G. Contractor shall provide an Operation Manager to coordinate work with the City Administrator and ensure satisfactory performance of Contract Services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of $231,273.88 per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". 5. City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit E in performing Contract Services. Any deviation from the materials described in Exhibit E shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus fifteen percent (15 %), of all materials installed by Contractor in the performance of Contract Services. Actual cost 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 this Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and /or materials. 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. 3 7. REPAIR/REPLACMENT A. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or it agents, employees, representative or officers. C. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. D. Contractor shall, at its sole cost and expense, replace all plant materials (including shrubs, ground cover, mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 8. EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of the Agreement. 9. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. 4 10. C. In the evenRtt at Contractor and City are sued b• third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees and representative harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of Califomia, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A -7 or better carriers: Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage; 5 D. Endorsem• to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: 1. Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. 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 performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. 0 12. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his /her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7 0 0 B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional turfgrass maintenance or landscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to five hundred dollars ($500). B. City reserves the right to withdraw certain median or roadside locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specked in Exhibits H and I. In the event the location is withdrawn for a period of less than a full one (1) year term, Contractor's compensation shall be reduced on a prorated basis. 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to fifteen thousand dollars ($15,000) as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. WheneverPontractor 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. NOTICES All notice, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 -8915 All notices, demands, requests or approvals from Cii to Contractor shall be addressed to Contractor at: TruGreen LandCare, Inc. 1150 West Trenton Avenue Orange, CA, 92867 23. TERMINATION /DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this Agreement by giving written notice of termination. B. This Agreement may be terminated at anytime, without cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and /or Contractor fails to satisfactorily perform Contract Services. City shall have the right to return funds withheld until the City Administrator determines that Contract Services are performed as well as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinance, statutes or regulations applicable to the performance of Contract Services. Me 0 26. WAIVER 0 A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 27. INTEGRATED CONTRACT The April 1996 agreement is terminated as of the effective date of this Agreement. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: Daniel K. Ohl, De uty City A orney F:\ cat\users\shared\Ag\TruGreen.doc da \07 -25 -00 11 CITY OF NEWPORT BEACH A Municipal Corporation By: •w✓� TruGreen LandCare, INC. 2z- , 0 0 LIST OF EXHIBITS Exhibit A Specifications for Contract of Landscape Maintenance City Median and Roadside Areas Scope of Work Exhibit B Median Maintenance Locations Exhibit C Roadside Maintenance Locations Exhibit D Maintenance Frequency Summary Exhibit E Standard Materials Exhibit F Required Reports Exhibit G Bid Unit Prices Exhibit H Bid Unit Costs — Medians Maintenance Exhibit I Bid Unit Costs — Roadsides Maintenance Exhibit J Bid Unit Costs — Median and Roadside Areas Added to the Original Contract 12 0 0 EXHIBIT A SPECIFICATIONS FOR CONTRACT OF LANDSCAPE MAINTENANCE CITY MEDIAN AND ROADSIDE AREAS SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK A. Furnish all labor, equipment, materials, and supervision to perform landscape maintenance as described herein including, but not limited to, the following: 1. Weeding, cultivating and brush control both mechanically and with chemicals. 2. Fertilizing. 3. Shrub and groundcover trimming, pruning, training. 4. Minor tree pruning and staking. 5. Irrigation monitoring, maintenance, and repair. 6. General pest control. 7. Mowing, verticutting, and aerifying. 8. General litter control, refuse removal, and grounds policing. 9. Plant replacement. 10. Hardscape cleaning. 11. Access roadway clearance and visibility maintenance. 12. General drainage structure and system maintenance. 0 0 B. It shall NOT be the contractor's responsibility to maintain or repair: 1. Area lighting systems 2. Fencing 3. Gates 4. Any building located at the specified site 5. Graffiti 6. Vandalism 7. Signage 8. Damage resulting from vehicular accidents 9. Water, sewer, and electrical lines or systems, except to the extent required in the Technical Specifications of the Bid Schedules. 10. Trees over 8 feet in height (except minor pruning and staking) 11. Hardscape, (curbs, gutters, sidewalks, etc.) 2. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8:00 AM nor after 5:00 PM 3. LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest landscape maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. B. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate pgMent from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard. C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. 0 0 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City at the beginning of said month. B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to Marcelino Lomeli, Park and Tree Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Blvd., P. O. Box 1768, Newport Beach, CA 92658 -8915. 7. PROVISIONS FOR EXTRAS 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 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 (excluding minor irrigation repairs). Documentation of contract compliance may be required on some occasions. 8. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in conformity with the "The California Manual on Uniform Traffic Devices" for use in performance of work upon highways issued by the State of Califonva, Department of Transportation and as directed by City staff. 0 B. 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. 9. DISPOSAL At least 50% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS A. The contractor shall keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report monthly to the Park and Tree Maintenance Superintendent. This report should also contain a description, including man- 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. C. 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 Park and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate the all of the major 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 Park and Tree Maintenance Superintendent for approval prior to the date the changes are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City- provided services only at any reasonable time. 4 0 0 11. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two 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 of Newport Beach. These Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. 12. 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. weed control, turf aerification, turf dethatching, seeding preventive and curative application of turf fungicide, all pesticide applications and plant replacements. 13. LANDSCAPE LICENSE The Contractor shall hold a valid and current California C -27 License and submit a copy thereof. The Contractor must also maintain a California State Licensed Pest Control Operator and a California State Licensed Pest Control Advisor or have one on staff. The name and permit number will be supplied to the City at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and yard. 15. SCHEDULES A. ANNUAL SCHEDULE 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each facility and in a manner which shall correspond to the weekly schedules. 5 • • 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. B. WEEKLY SCHEDULE 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the effective date of the contract. Thereafter, it shall be submitted weekly on Thursday mornings. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. 5. Failure to notify of a change and/or failure to perform an item of work on a scheduled day may result in deduction of payment for that date or week. 6. The Contractor shall adjust his/her schedule to compensate for all holidays. Maintenance and litter removal shall be scheduled for all holidays, unless otherwise indicated by the City. C. PERFORMANCE ON SCHEDULE 1. The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. 0 0 9 1. 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. 2. The Contractor shall immediately notify the Parks and Tree Maintenance Superintendent when the work force has been removed from the jobsite due to inclement weather or other reasons. 3. The Contractor shall restake and re -tie trees or other such activities as required as a result of inclement weather. The Contractor will stay available to assist in any storm related damage repair. 17. UNDERGROUND EXCAVATIONS 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 Park and Tree Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. 18. PESTICIDES The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Park and Tree Maintenance Superintendent with all of the following: 1. A copy of Contractors Orange County Agricultural Commissioners, "Restricted Materials Permit/Operator I.D. # ". 2. A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A "Pesticide Use Daily Record" for any site that a pesticide was used, within twenty -four (24) hours of application. 4. If a restricted pesticide is going to be used, a copy of the "Notice of Intent To Use Restricted Materials ", twenty -four (24) hours before application. 5. A list and EPA numbers of all the pesticides Contractor intends to use for this contract, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. 7. All pesticides proposed to be used must be submitted to City with application location and written recommendation from the Contrator's 0 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. 19. PLANT STOCK All selection and condition of the plant material of plant stock, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Parks and Trees Maintenance Superintendent before planting. 8 0 0 EXHIBIT B Median Maintenance Locations Area Acres G St. X Balboa Blvd. 0.054 Balboa Blvd. - Medina Way to 21 st St. 0.034 Balboa Blvd. - Medina Way to 21st St. 0.223 McFadden Interchange Medians 0.293 Villa Way X 29th St. 0.034 M St. Median 0.093 Via Lido - Newport Blvd. to Via Operto 0.063 Newport Blvd. X Via Lido 0.16 Clubhouse X Finley 0.038 Balboa Blvd. - PCH to 32nd St. 0.385 Superior Ave. North of PCH 0.409 Newport Blvd. - PCH to Industrial Way 1.013 PCH - Santa Ana River to Newport Blvd. 1.877 PCH - E. of Riverside Avenue 0.093 St. James Road X Kings Place 0.033 Margaret Dr. between Tustin & Irvine 0.007 Westcliff Dr. - Irvine Ave to Dover 0.284 Triangular median - Westcliff X Dover 0.138 Dover Dr. - Westcliff to PCH 0.822 hrvine Ave. at Westcliff 0.034 Irvine Ave. @ Westcliff - Westcliff to Dover 0.5 hrvine Ave. - Dover to Holiday Road 0.524 Irvine Ave. - Santiago to University 1.409 Jamboree Road - Bristol to PCH 5.143 University Dr - Jamboree to MacArthur 0.284 Vista Del Sol 0.437 Ford Road - Jamboree to San Miguel 1.221 San Miguel - Ford Road to Avocado 2.576 San Joaquin - Spyglass to Backbay Rd. 4.806 PCH - Larkspur to Newport Coast Dr. 1.185 PCH - Iris to Goldenrod 0.156 MacArthur at PCH 0.037 PCH - Dover to Goldenrod 2.914 El Paseo Dr 0.101 Avocado - Waterfront to PCH 0.516 Park Avenue 0.691 Total Acreage 28.587 EXHIBIT C Roadside Maintenance Locations Area Acres Cannery Village Parking Lot 0.387 28th & 30th St. Parking Lots 0.83 McFadden Parking Lot 0.882 19th St. Street end - bayside 0.025 Manna Park Parking Lot 0.276 13th St. Street end - bayside 0.059 12th St. Street end - bayside 0.059 11 st St. Street end - bayside 0.059 F St. Street end - bayside 0.041 Palm Street Parking Lot 0.338 Miramar Dr. and Balboa Blvd. 0.107 I St. Street end - bayside 0.056 L St. Street end - oceanside 0.063 M St. St. Street end - oceanside 0.049 Via Oporto X Central Parking Lot 0.403 Short St. X Newport Blvd. Roadside 0.264 OCTA Bus Stop - Balboa Blvd. X 46th 0.045 OCTA Bus Stop - Balboa Blvd. X River 0.057 Newport Island entrance planters 0.023 37th - 41 st St. Street ends off Seashore 0.011 Prospect Street ends off Seashore 0.004 Orange Street ends off Seashore 0.002 Summit St. planter 0.032 Cappy's trail/bench area 0.172 W. PCH Roadsides 2.847 Superior X PCH Parking Lot 1.836 N.W. Quadrant - Newport Blvd. X PCH 1.174 S.W. Quadrant - Newport Blvd. X PCH 0.379 S.W. Quadrant - Newport Blvd. X PCH 0.918 S.E. Quadrant - Newport Blvd. X PCH 0.813 Newport Blvd. Roadsides 10.523 Mariners Mile Parking Lot 1.269 Rocky Point/Pelican Wall 0.09 Dover X Westcliff 0.82 PCH Ba shore Soundwall 0.328 OCTA Bus Stop - Bayshore Dr. X PCH 0.264 Dover Dr. Arterials - Westcliff to Manners 1.308 Dover Dr. Arterials -(N) Irvine Ave. to Manners 0.101 Dover Dr. Arterials -(S) Irvine Ave. to Manners 0.418 Westcliff Dr. Arterial (Groves) 0.674 Westcliff Dr. X Santiago 0.072 0 0 EXHIBIT C Roadside Maintenance Locations Area Acres Groves Bike Trail 1.602 Irvine Ave. Arterial N of Private Road 0.286 Tustin Avenue Street End 0.047 Anniversary Lane Roadside 0.149 Jamboree Arterial - Bison to Eastbluff Dr. (S) 0.498 Jamboree Big Canyon Roadside 0.431 Port Dunbar Drive Roadside 1.267 Spyglass Hill Road Roadsides 3.294 San Joaquin Hills Road Roadsides 4.59 PCH - Seaward to Cameo Highlands 0.496 Larkspur Street End 0.05 Jasmine Street End 0.098 Femleaf Ramp 0.23 Bayside Drive - Jamboree to Marguerite 1.367 PCH - Jamboree to Avocado 2.644 PCH - Bayside Drive to Jamboree 0.597 Jamboree - PCH to Bayside 0.323 Promentory Bay Plaza 0.118 Promentory Point & Channel Walk 0.471 Balboa Island Entrance 0.057 Balboa Island - Grand Canal Bridge 0.012 Total Acrea a 46.705 • EXHIBIT D • Maintenance Frequency Summary FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Once/Week Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize 3 /year Vertical Mow 1 /year Aerate 2 /year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice a year Pest and Weed Control As needed Visual Inspection Weekly Pre-emergent herbicide Per manufacturers recommendation Shrub, Vine, & Tree Maintenance Trim 4 /year Fertilize Twice a year Pest and Weed Control As needed Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Pre - emergent herbicide Per manufacturers recommendation Hardsca a Maintenance Each site visit/weekly min. Grounds Policing/Litter Removal Each site visit/ 4/ weekly • EXHIBIT E • Standard Materials All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird 4ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Elect. Valve 6. Rainmaster Evolution DX2 7. Rainmaster EVMV 2 way master valve 8. Rainmaster EVFM Flow sensor 9. Rainmaster EV -SEN ADJ moisture sensor 10. Matco 754 Series Full Port Ball Valve 11. Class 200 PVC Lateral Pipe 12. Class 315 PVC Main Supply Pipe 1 ' /2" and Larger 13. Schedule 40 PVC Main Supply Pipe 1 Y4" and Smaller 14. Rectangular Valve Box - Plastic -18 "L x 12 "Deep 15. Round Valve Box — Plastic —10" 16. Rainbird #44 Quick Coupling Valve with Vinyl Cover 17. Control Wire: AWG, U.F. 600 -Volt Direct Burial Copper with PVC Insulation 18. Head model to be selected by the City a. Toro 570 Pop Up b. Toro 300 Series Stream Rotor -Pop Up c. Toro XP 300 Series — Pop Up d. Toro 640 Series — Turf Head e. Toro 500 Series Shrub Flood Bubbler f. Toro 2001 Turf Rotor g. Toro V1550 TURF FERTILIZERS, ETC: 1. All commercial fertilizers must be homogenous. 2. All organic fertilizers must have lowest salinity rate possible 3. No steer nor chicken manure is allowed. 4. All fertilizers, planting medium, humus material, etc. must be City approved. EXHIBIT F 0 Required Reports 1 Annual Maintenance Schedule 2 Weekly Maintenance Schedule 3 Weekly Performance Report 4 Monthly Chemical Use Report (as sent to County Agriculture Commission) 5 Monthly Fertilizer Use Report 6 Proposed Pesticide List with EPA numbers 7 Monthly Phone Log with action taken 8 Weekly irrigation check list (to include controller and site inspection for all site and a list of any repairs required) 9 Monthly irrigation controller programming charts 10 Extra work approval list 11 Weekly maintenance inspection list for all sites 12 Manual irrigation schedule 13 Annual pesticide safety training records 14 Required tailgate safety meeting records 15 Monthly maintenance report 16 Monthly greenwaste recycling report 17 Water truck schedule • ! EXHIBIT G BID UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. COST/UNIT OF MEASURE TURF Turf Mow $1.50 /1000 Sq. Ft. Turf Mow and Clippings Picked Up 1.65 /1000 Sq. Ft. Turf Edge 2.50 /1000 Linear Ft. Turf String Trim 3.25 /1000 Linear Ft. Turf Chemical Edge 6" Swath 7.00 /1000 Linear Ft. Turf Chemical Edge 12" Swath 14.00 /1000 Linear Ft. Turf Aerify 2.30 /1000Sq1t. Turf Fertilize 2.10 /1000 Sq. Ft. Turf Dethatch/Renovate 150.00 /1000 Sq. Ft HARDSCAPE MAINTENANCE Cleaning and weed abatement 6.50 /1000 Sq. Ft. GROUNDCOVERS Mow 2.25 /1000 Sq. Ft. Edge 2.60 /1000 Linear Ft. Fertilize 2.75 /1000 Sq. Ft. PEST CONTROL Turf disease /insect spray /1000 Sq. Ft. Boom Application 10.50 /1000 Sq. Ft. Hand Application 19.50 /1000 Sq. Ft. N N EXHIBIT G. BID UNIT PRICES, Con't Turf Broadleaf Spray Boom Application 10.00 /1000 Sq. Ft. Hand Application 19.00 /1000 Sq. Ft. Groundcover disease /insect spray 19.50 /1000 Sq. Ft. Shrub disease /insect spray 21.00 /1000 Sq. Ft. Soil Sterilant Applicant /1000 Sq. Ft. Turf Pre- Emergent _ 6.50 /1000 Sq. Ft. Landscape Areas Weed Control 18.25 /1000 Sq. Ft. General Weed Control Post Emergent 18.25 /1000 Sq. Ft. SHRUB PRUNING 1-4 Feet, Lacing 4.25 /Shrub 1 -4 Feet, Hedging 3.90 /Shrub 4 plus Feet, Lacing 6.25 /Shrub 4 plus Feet, Hedging 5.50 /Shrub TREE PRUNING up to 10 Feet 25.00 /Tree 10 -20 Feet 35.00 /Tree 20 -30 Feet 75.00 /Tree 30 -40 Feet 150.00 /Tree 40 -plus Feet 225.00 /Tree PLANTING 1 Gal. Shrub/Tree 5.00 /Each 5 Gal. Shrub 16.00 /Each 5 Gal. Tree 30.00 /Each 15 Gal. Shrub 50.00 /Each 15 Gal. Tree 70.00 /Each 24" Box Tree 175.00 /Each 64 Count Flat Groundcover 15.00 /Flat Turf - Seed and top dress .38 /1000 Sq. Ft. Turf- Sod .65 /1000 Sq. Ft. I , 1 Landscape Maint. Laborer 10.00 /Hour Landscape Maint. Leadworker 12.00 /Hour Landscape Maint. Supervisor 17.00 /Hour Irrigation Specialist 19.50 /Hour Pest Control Applicator 19.50 /Hour Tree Trimmer 19.50 /Hour Heavy Equipment Operator 48.35 /Hour 2 M EXHIBIT H Medians Maintenance Bid Unit Cost N Median Unit Cost/Year G St. X Balboa Blvd. $136.34 Balboa Blvd. - Medina Way to 21st St. $101.48 Balboa Blvd. - Medina Way to 21 st St. $665.60 McFadden Interchange Medians $933.83 Villa Way X 29th St. $85.67 M St. Median $250.87 Via Lido - Newport Blvd. to Via Operto $145.13 Newport Blvd. X Via Lido $318.36 Clubhouse X Finley $93.10 Balboa Blvd. - PCH to 32nd St. $791.20 Superior Ave. North of PCH $781.54 Newport Blvd. - PCH to Industrial Way $2,400.28 PCH - Santa Ana River to Newport Blvd. $4,168.41 PCH - E. of Riverside Avenue $190.64 St. James Road X Kings Place $108.01 Margaret Dr. between Tustin & Irvine $20.89 Westcliff Dr. - Irvine Ave to Dover $676.04 Triangular median - Westcliff X Dover $420.36 Dover Dr. - Westcliff to PCH $1,894.56 Irvine Ave. at Westcliff $98.09 Irvine Ave. @ Westcliff- Westcliff to Dover $653.40 Irvine Ave. - Dover to Holiday Road $1,564.00 Irvine Ave. - Santiago to University $4,097.88 Jamboree Road - Bristol to PCH $14,560.14 University Dr - Jamboree to MacArthur $691.52 Vista Del Sol $1,411.69 Ford Road - Jamboree to San Miguel $3,276.65 San Miguel - Ford Road to Avocado $7,284.93 San Joaquin - Spyglass to Backbay Rd. $13,692.06 PCH - Larkspur to Newport Coast Dr. $2,830.11 PCH - Iris to Goldenrod $335.77 MacArthur at PCH $68.66 PCH - Dover to Goldenrod $7,073.90 El Paseo Dr $335.77 Avocado - Waterfront to PCH $1,618.27 Park Avenue $1,962.60 Total $75,737.75 N EXHIBIT I Roadsides Maintenance Bid Unit Cost M Roadsides Unit Cost/Year Cannery Village Parkin Lot $801.69 28th & 30th St. Parking Lots $1,670.04 McFadden Parking Lot $1,932.17 19th St. Street end - bayside $61.07 Manna Park Parking Lot $553.94 13th St. Street end - bayside $176.10 12th St. Street end - bayside $176.10 11 s St. Street end - bayside $176.10 F St. Street end - bayside $122.37 Palm Street Parking Lot $664.47 Miramar Dr. and Balboa Blvd. $297.75 I St. Street end - bayside $152.47 L St. Street end - oceanside $171.10 M St. St. Street end - oceanside $125.93 Via Oporto X Central Parking Lot $788.48 Short St. X Newport Blvd. Roadside $654.74 OCTA Bus Stop - Balboa Blvd. X 46th $123.16 OCTA Bus Stop - Balboa Blvd. X River $193.03 Newport Island entrance planters $58.49 37th - 41 st St. Street ends off Seashore $32.83 Prospect Street ends off Seashore $11.94 Orange Street ends off Seashore $5.97 Summit St. planter $71.80 Cappy's trail/bench area $224.77 W. PCH Roadsides $6,241.64 Superior X PCH Parking Lot $4,256.83 N.W. Quadrant - Newport Blvd. X PCH $1,573.15 S.W. Quadrant - Ne ort Blvd. X PCH $1,131.21 S.W. Quadrant - Newport Blvd. X PCH $2,437.39 S.E. Quadrant - Newport Blvd. X PCH $2,157.87 Newport Blvd. Roadsides $31,322.52 Mariners Mile Parking Lot $2,444.02 Rocky Point/Pelican Wall $227.98 Dover X Westcliff $2,530.34 PCH Bayshore Soundwall $648.17 OCTA Bus Stop - Bayshore Dr. X PCH $642.32 Dover Dr. Arterials - Westeliffto Mariners $3,904.03 Dover Dr. Arterials -(N) Irvine Ave. to Manners $301.46 Dover Dr. Arterials -(S) Irvine Ave. to Mariners $1,247.62 Westcliff Dr. Arterial (Groves) $1,941.71 N EXHIBIT I Roadsides Maintenance Bid Unit Cost C� Roadside Unit Cost/Year Westcliff Dr. X Santiago $212.36 Groves Bike Trail $2,381.75 Irvine Ave. Arterial N of Private Road $878.59 Tustin Avenue Street End $130.12 Anniversary Lane Roadside $444.72 Jamboree Arterial - Bison to Eastbluff Dr. (S) $1,133.00 Jamboree Big Canyon Roadside $1,056.09 Port Dunbar Drive Roadside $3,439.53 Spyglass Hill Road Roadsides $8,659.91 San Joaquin Hills Road Roadsides $12,945.51 PCH - Seaward to Cameo Highlands $1,480.43 Larkspur Street End $134.56 Jasmine Street End $284.32 Fernleaf Ram $634.55 Bayside Drive - Jamboree to Marguerite $4,022.54 PCH - Jamboree to Avocado $6,446.41 PCH - Bayside Drive to Jamboree $1,128.15 Jamboree - PCH to Bayside $827.45 Promentory Bay Plaza $247.19 Promentory Point & Channel Walk $1,167.57 Balboa Island Entrance $137.39 Balboa Island - Grand Canal Bridge $35.82 Total $120,082.73 N EXHIBIT J Median and Roadside Areas Added to the Original Contract. BID UNIT COSTS MEDIANS AND ROADSIDES UNIT COSTlYEAR Area Acreage Unit Cost MEDIAN AND ROADSIDE MacArthur Blvd., PCH to Bison 8.048 $21,033.48 MEDIANS Bonita Canyon Rd. 1.711 $4,471.68 ROADSIDES Cliff Drive to PCH, W. of Dover 0.187 $489.24 Mouth of Big Canyon, W. of Jambo 0.528 $1,380.00 Castaways Blufftop Trail 1.604 $4,191.00 Polaris Slope Westwind Way 0.992 $2,592.00 Bayview Way E. of Jamboree 0.496 $1,296.00 Sub total: $9,948.24 Total: $35,453.40 ��+EWPORT O A u i Cy �� < /FOM1N TO: FROM: SUBJECT C33) _ WL# Mayor and City Council General Services Director Renewal of Landscape Maintenance Contract Recommendation Council Agenda Item No. 10 March 13, 2001 Approve the attached contract agreement with TruGreen Landcare, Inc. to provide landscape maintenance of City medians and roadsides. Background In 1995 it was determined following an extensive study to be in the City's best economic interest to privatize the landscape maintenance of medians and roadsides. On April 8, 1996, the City entered into a 5 -year contract with a private contractor, California Landscape Maintenance, Inc. (CLM) to perform landscape maintenance functions on City medians and roadsides. In January 2000, CLM was purchased by the TruGreen- ChemLawn Company and began to operate in the City under the name of TruGreen Landcare, Inc. (TGL). TGL assumed the duties and responsibilities of the existing maintenance contract. The contract will expire on April 8, 2001. Discussion TGL desires to enter into a new agreement to provide the same service at the same price, and adding the new areas as referenced in Exhibit J of the agreement, for a total cost of $231,273.88. TGL acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by the Agreement and in accordance with the terms and conditions of the Agreement. Staff evaluated the possibilities of rebidding the contract by reviewing current market prices for industrial landscape maintenance and conducting an informal survey of the landscape maintenance costs in other Orange County cities. The fact that TGL has agreed to maintain the same pricing structure from 5 years ago without Consumer Price Index adjustments, coupled with the findings of the price survey, resulted in the decision to recommend the approval of the proposed contract renewal. The Agreement is proposed for a one -year term, which will automatically renew for four consecutive years based on satisfactory performance. The City may terminate the agreement with a 30 day written notice at the conclusion of the initial term or during any of the automatic extension periods. No annual Consumer Price Index adjustments are included in the proposed contract. To ensure that a high standard of service is maintained, specifications for the installation of materials, the application of herbicides or fertilizers, the planting of landscaping materials, and hardscape maintenance schedules are detailed in the proposed agreement. The Agreement also includes a provision allowing the City to alter the frequency of maintenance when necessary. City supervisory staff will monitor service levels and review the Contractor's required weekly, monthly, and annual reports of maintenance activities. Very respectfully, David E. Niederhaus Attachment: Landscape Maintenance Contract Agreement 0 0 CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this _ day of of 2001, by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City "), and TruGreen LandCare, Inc., a California Corporation ( "Contractor or TruGreen "), is made with reference to the following Recitals: RECITALS WHEREAS, In 1995, the City determined it to be in the City's best economic interests to maintain medians and roadsides by private contract. WHEREAS, On April 8, 1996, City entered into a contract with a private contractor, California Landscape Maintenance, Inc. (CLM) to perform landscape maintenance functions on medians and roadsides. WHEREAS, In January 2000, California Landscape Maintenance, Inc. was purchased by TruGreen — ChemLawn company and recently began to operate in the City under the name of TruGreen LandCare Inc. TruGreen assumed the duties and responsibilities of CLM under the contract. WHEREAS, The Contractor desires to enter into a new Agreement to provide services to the City and acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement. WHEREAS, The Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, common nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement NOW, THEREFORE, the Parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one (1) year. The term shall commence within ten (10) working days of City Council Approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. 1 2. CONTRACTOR STIES E J Contractor shall perform the services specifically described in, and in strict compliance with the Scope of Work ( "Contract Services ") requirements of Exhibit A at the median and roadside locations listed in Exhibits B and C. The Contract Services shall be performed at least as frequently as specified in Exhibit D. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contract Services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit E. Reports will be submitted by the Contractor in accordance with Exhibit F. Bid Unit Prices and Costs are contained in Exhibits G through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally documented. B. All Contract Services shall be performed by competent and experienced employees. Irrigation maintenance and repairs shall be monitored by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to property perform Contract Services. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing Contract Services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape maintenance standards. 2 F. All vehicles •d equipment used in conjunctionloth the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor and clearly post "Serving the City of Newport Beach." G. Contractor shall provide an Operation Manager to coordinate work with the City Administrator and ensure satisfactory performance of Contract Services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of $231,273.88 per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit E in performing Contract Services. Any deviation from the materials described in Exhibit E shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus fifteen percent (15 %), of all materials installed by Contractor in the performance of Contract Services. Actual cost 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 this Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and /or materials. 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. 3 7. REPAIR/REPLA &ENT • A. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or it agents, employees, representative or officers. C. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. D. Contractor shall, at its sole cost and expense, replace all plant materials (including shrubs, ground cover, mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 8. EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of the Agreement. 9. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. 4 C. In the event'fFiat Contractor and City are sued bythird party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees and representative harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 10. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A -7 or better carriers: Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage; P D. Endorsemps to the policies providing the fove insurance shall be obtained by Contractor, adding the following three provisions: 1. Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Otherinsurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. 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 performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. 0 12. B. The sale, assignment, transfer, or other dispostn of any of the issued and outstanding capital stock of Contractor, of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his /her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7 ro 0 0 B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional turfgrass maintenance or landscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to five hundred dollars ($500). B. City reserves the right to withdraw certain median or roadside locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. in the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specked in Exhibits H and I. In the event the location is withdrawn for a period of less than a full one (1) year term, Contractor's compensation shall be reduced on a prorated basis. 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to fifteen thousand dollars ($15,000) as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. 93 M B. Whenever tntractor has knowledge that anyoual 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that violates the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. NOTICES All notice, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 -8915 �9 All notices, dernts, requests or approvals from A to Contractor shall be addressed to Contractor at: TruGreen LandCare, Inc. 1150 West Trenton Avenue Orange, CA, 92867 23. TERMINATION /DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this Agreement by giving written notice of termination. B. This Agreement may be terminated at anytime, without cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and /or Contractor fails to satisfactorily perform Contract Services. City shall have the right to return funds withheld until the City Administrator determines that Contract Services are performed as well as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing parry. 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinance, statutes or regulations applicable to the performance of Contract Services. 10 26. WAIVER • A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 27. INTEGRATED CONTRACT The April 1996 agreement is terminated as of the effective date of this Agreement. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ATTEST: LaVonne Harkless, City Clerk APPROVED S TO ORM: S�e (44 Daniel K. Ohl, Deputy Ci Attorney F:\cat\users\shared\Ag\TruGreen.doe da \07 -25-00 11 CITY OF NEWPORT BEACH A Municipal Corporation 0 TruGreen LandCare, INC. 0 Title: n LIST OF EXHIBITS E Exhibit A Specifications for Contract of Landscape Maintenance City Median and Roadside Areas Scope of Work Exhibit B Median Maintenance Locations Exhibit C Roadside Maintenance Locations Exhibit D Maintenance Frequency Summary Exhibit E Standard Materials Exhibit F Required Reports Exhibit G Bid Unit Prices Exhibit H Bid Unit Costs — Medians Maintenance Exhibit I Bid Unit Costs — Roadsides Maintenance Exhibit J Bid Unit Costs — Median and Roadside Areas Added to the Original Contract 12 EXHIBIT A SPECIFICATIONS FOR CONTRACT OF LANDSCAPE MAINTENANCE CITY MEDIAN AND ROADSIDE AREAS SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK A. Fumish all labor, equipment, materials, and supervision to perform landscape maintenance as described herein including, but not limited to, the following: 1. Weeding, cultivating and brush control both mechanically and with chemicals. 2. Fertilizing. 3. Shrub and groundcover trimming, pruning, training. 4. Minor tree pruning and staking. 5. Irrigation monitoring, maintenance, and repair. 6. General pest control. 7. Mowing, verticutting, and aerifying. 8. General litter control, refuse removal, and grounds policing. 9. Plant replacement. 10. Hardscape cleaning. 11. Access roadway clearance and visibility maintenance. 12. General drainage structure and system maintenance. 0 E B. It shall NOT be the contractor's responsibility to maintain or repair: 1. Area lighting systems 2. Fencing 3. Gates 4. Any building located at the specified site 5. Graffiti 6. Vandalism 7. Signage 8. Damage resulting from vehicular accidents 9. Water, sewer, and electrical lines or systems, except to the extent required in the Technical Specifications of the Bid Schedules. 10. Trees over 8 feet in height (except minor pruning and staking) 11. Hardscape, (curbs, gutters, sidewalks, etc.) 2. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8 :00 AM nor after 5:00 PM LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest landscape maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. B. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard. C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. i • 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City at the beginning of said month. B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to Marcelino Lomeli, Park and Tree Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Blvd., P. O. Box 1768, Newport Beach, CA 92658 -8915. 7. PROVISIONS FOR EXTRAS 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 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 (excluding minor irrigation repairs). Documentation of contract compliance may be required on some occasions. 8. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in conformity with the "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. 7 0 0 B. 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. 9. DISPOSAL At least 50% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS A. The contractor shall keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report monthly to the Park and Tree Maintenance Superintendent. This report should also contain a description, including man- 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. C. 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 Park and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate the all of the major 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 Park and Tree Maintenance Superintendent for approval prior to the date the changes are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City- provided services only at any reasonable time. 4 11. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two 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 of Newport Beach. These Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. 12. 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: fertilization, preemereence weed control, turf aerification, turf dethatching, seeding_ preventive and curative application of turf fungicide, all pesticide applications and plant replacements. 13. LANDSCAPE LICENSE The Contractor shall hold a valid and current California C -27 License and submit a copy thereof. The Contractor must also maintain a California State Licensed Pest Control Operator and a California State Licensed Pest Control Advisor or have one on staff. The name and permit number will be supplied to the City at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and yard. 15. SCHEDULES A. ANNUALSCHEDULE The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each facility and in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. B. WEEKLY SCHEDULE 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the effective date of the contract. Thereafter, it shall be submitted weekly on Thursday mornings. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. 5. Failure to notify of a change and/or failure to perform an item of work on a scheduled day may result in deduction of payment for that date or week. 6. The Contractor shall adjust his/her schedule to compensate for all holidays. Maintenance and litter removal shall be scheduled for all holidays, unless otherwise indicated by the City. C. PERFORMANCE ON SCHEDULE 1. The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. 6 1. 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. 2. The Contractor shall immediately notify the Parks and Tree Maintenance Superintendent when the work force has been removed from the jobsite due to inclement weather or other reasons. 3. The Contractor shall restake and re -tie trees or other such activities as required as a result of inclement weather. The Contractor will stay available to assist in any storm related damage repair. 17. UNDERGROUND EXCAVATIONS 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 Park and Tree Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. 18. PESTICIDES The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Park and Tree Maintenance Superintendent with all of the following: A copy of Contractors Orange County Agricultural Commissioners, "Restricted Materials Permit/Operator I.D. # ". 2. A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A "Pesticide Use Daily Record" for any site that a pesticide was used, within twenty -four (24) hours of application. 4. If a restricted pesticide is going to be used, a copy of the "Notice of Intent To Use Restricted Materials ", twenty-four (24) hours before application. 5. A list and EPA numbers of all the pesticides Contractor intends to use for this contract, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. 7. All pesticides proposed to be used must be submitted to City with application location and written recommendation from the Contrator's 7 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 he followed. 19. PLANT STOCK All selection and condition of the plant material of plant stock, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Parks and Trees Maintenance Superintendent before planting. • EXHIBIT B Median Maintenance Locations Area Acres G St. X Balboa Blvd. 0.054 Balboa Blvd. - Medina Way to 21st St. 0.034 Balboa Blvd. - Medina Way to 21st St. 0.223 McFadden Interchange Medians 0.293 Villa Way X 29th St. 0.034 M St. Median 0.093 Via Lido - Newport Blvd. to Via Operto 0.063 Newport Blvd. X Via Lido 0.16 Clubhouse X Finley 0.038 Balboa Blvd. - PCH to 32nd St. 0.385 Superior Ave. North of PCH 0.409 Newport Blvd. - PCH to Industrial Way 1.013 PCH - Santa Ana River to Newport Blvd. 1.877 PCH - E. of Riverside Avenue 0.093 St. James Road X Kings Place 0.033 Margaret Dr. between Tustin & Irvine 0.007 Westcliff Dr. - Irvine Ave to Dover 0.284 Triangular median - Westcliff X Dover 0.138 Dover Dr. - Westcliff to PCH 0.822 Irvine Ave. at Westcliff 0.034 Irvine Ave. P, Westcliff- Westcliff to Dover 0.5 Irvine Ave. - Dover to Holiday Road 0.524 Irvine Ave. - Santiago to University 1.409 Jamboree Road - Bristol to PCH 5.143 University Dr - Jamboree to MacArthur 0.284 Vista Del Sol 0.437 Ford Road - Jamboree to San Miguel 1.221 San Miguel - Ford Road to Avocado 2.576 San Joaquin - Spyglass to Backbay Rd. 4.806 PCH - Larkspur to Newport Coast Dr. 1.185 PCH - Iris to Goldenrod 0.156 MacArthur at PCH 0.037 PCH - Dover to Goldenrod 2.914 El Paseo Dr 0.101 Avocado - Waterfront to PCH 0.516 Park Avenue 0.691 Total Acreage 28.587 • EXHIBIT C • Roadside Maintenance Locations Area Acres Cannery Village Parking Lot 0.387 28th & 30th St. Parking Lots 0.83 McFadden Parking Lot 0.882 19th St. Street end - bayside 0.025 Marina Park Parking Lot 0.276 13th St. Street end - bayside 0.059 12th St. Street end - bayside 0.059 11 st St. Street end - bayside 0.059 F St. Street end - bayside 0.041 Palm Street Parking Lot 0.338 Miramar Dr. and Balboa Blvd. 0.107 I St. Street end - bayside 0.056 L St. Street end - oceanside 0.063 M St. St. Street end - oceanside 0.049 Via Oporto X Central Parking Lot 0.403 Short St. X Newport Blvd. Roadside 0.264 OCTA Bus Stop - Balboa Blvd. X 46th 0.045 OCTA Bus Stop - Balboa Blvd. X River 0.057 Newport Island entrance planters 0.023 37th - 41st St. Street ends off Seashore 0.011 Prospect Street ends off Seashore 0.004 Orange Street ends off Seashore 0.002 Summit St. planter 0.032 Ca y's trail/bench area 0.172 W. PCH Roadsides 2.847 Superior X PCH Parking Lot 1.836 N.W. Quadrant - Newport Blvd. X PCH 1.174 S.W. Quadrant - Newport Blvd. X PCH 0.379 S.W. Quadrant - Newport Blvd. X PCH 0.918 S.E. Quadrant - Newport Blvd. X PCH 0.813 Newport Blvd. Roadsides 10.523 Mariners Mile Parking Lot 1.269 Rocky Point/Pelican Wall 0.09 Dover X Westcliff 0.82 PCH Bayshore Soundwall 0.328 OCTA Bus Stop - Bayshore Dr. X PCH 0.264 Dover Dr. Arterials - Westcliff to Mariners 1.308 Dover Dr. Arterials -(N) Irvine Ave. to Mariners 0.101 Dover Dr. Arterials -(S) Irvine Ave. to Mariners 0.418 Westcliff Dr. Art erial (Groves) 0.674 Westcliff Dr. X Santiago 0.072 • EXHIBIT C • Roadside Maintenance Locations Area Acres Groves Bike Trail 1.602 Irvine Ave. Arterial N of Private Road 0.286 Tustin Avenue Street End 0.047 Anniversary Lane Roadside 0.149 Jamboree Arterial - Bison to Eastbluff Dr. (S) 0.498 Jamboree Big Can on Roadside 0.431 Port Dunbar Drive Roadside 1.267 Spyglass Hill Road Roadsides 3.294 San Joaquin Hills Road Roadsides 4.59 PCH - Seaward to Cameo Highlands 0.496 Larkspur Street End 0.05 Jasmine Street End 0.098 Femleaf Ramp 0.23 Bayside Drive - Jamboree to Marguerite 1.367 PCH - Jamboree to Avocado 2.644 PCH - Bayside Drive to Jamboree 0.597 Jamboree - PCH to Bayside 0.323 Promentory Bay Plaza 0.118 Promentory Point & Channel Walk 0.471 Balboa Island Entrance 0.057 Balboa Island - Grand Canal Bride 0.012 Total Acreage 46.705 • EXHIBIT D • Maintenance Frequency Summary FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Once/Week Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize 3 /year Vertical Mow 1 /year Aerate 2 /year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice a year Pest and Weed Control As needed Visual Inspection Weekly Pre-emergent herbicide Per manufacturers recommendation Shrub, Vine, & Tree Maintenance Trim 4 /year Fertilize Twice a year Pest and Weed Control As needed Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Pre - emergent herbicide Per manufacturers recommendation Hardsca a Maintenance lEach site visit/weekly min. Grounds Policing/Litter Removal I Each site visit/ 4/ weekly • EXHIBIT E 0 Standard Materials All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Elect. Valve 6. Rainmaster Evolution DX2 7. Rainmaster EVMV 2 way master valve 8. Rainmaster EVFM Flow sensor 9. Rainmaster EV -SEN ADJ moisture sensor 10. Matco 754 Series Full Port Ball Valve 11. Class 200 PVC Lateral Pipe 12. Class 315 PVC Main Supply Pipe 1 %2" and Larger 13. Schedule 40 PVC Main Supply Pipe 1 '/." and Smaller 14. Rectangular Valve Box - Plastic -18 "L x 12 "Deep 15. Round Valve Box — Plastic —10" 16. Rainbird #44 Quick Coupling Valve with Vinyl Cover 17. Control Wire: AWG, U.F. 600 -Volt Direct Burial Copper with PVC Insulation 18. Head model to be selected by the City a. Toro 570 Pop Up b. Toro 300 Series Stream Rotor -Pop Up c. Toro XP 300 Series — Pop Up d. Toro 640 Series — Turf Head e. Toro 500 Series Shrub Flood Bubbler f. Toro 2001 Turf Rotor g. Toro V 1550 TURF FERTILIZERS. ETC: 1. All commercial fertilizers must be homogenous. 2. All organic fertilizers must have lowest salinity rate possible 3. No steer nor chicken manure is allowed. 4. All fertilizers, planting medium, humus material, etc. must be City approved. • EXHIBIT F • Required Reports 1 Annual Maintenance Schedule 2 Weekly Maintenance Schedule 3 Weekly Performance Report 4 Monthly Chemical Use Report (as sent to County Agriculture Commission) 5 Monthly Fertilizer Use Report 6 Proposed Pesticide List with EPA numbers 7 Monthly Phone Log with action taken 8 Weekly irrigation check list (to include controller and site inspection for all site and a list of any repairs required) 9 Monthly irrigation controller programming charts 10 Extra work approval list 11 Weekly maintenance inspection list for all sites 12 Manual irrigation schedule 13 Annual pesticide safety training records 14 Required tailgate safety meeting records 15 Monthly maintenance report 16 Monthly greenwaste recycling report 17 Water truck schedule 0 0 EXHIBIT G BID UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. COST/UNIT OF MEASURE TURF Turf Mow $1.50 /1000 Sq. Ft. Turf Mow and Clippings Picked Up 1.65 /1000 Sq. Ft. Turf Edge 2.50 /1000 Linear Ft. Turf String Trim 3.25 /1000 Linear Ft. Turf Chemical Edge 6" Swath 7.00 /1000 Linear Ft. Turf Chemical Edge 12" Swath 14.00 /1000 Linear Ft. Turf Aerify 2.30 /1000Sq.Ft. Turf Fertilize 2.10 /1000 Sq. Ft. Turf Dethatch/Renovate 150.00 /1000 Sq. Ft HARDSCAPE MAINTENANCE Cleaning and weed abatement 6.50 /1000 Sq. Ft. GROUNDCOVERS Mow 2.25 /1000 Sq. Ft. Edge 2.60 /1000 Linear Ft. Fertilize 2.75 /1000 Sq. Ft. PEST CONTROL Turf disease /insect spray /1000 Sq. Ft. Boom Application 10.50 /1000 Sq. Ft. Hand Application 19.50 /1000 Sq. Ft. M • • EXHIBIT G. BID UNIT PRICES, Con't Turf Broadleaf Spray Boom Application 10.00 /1000 Sq. Ft. Hand Application 19.00 /1000 Sq. Ft. Groundcover disease /insect spray 19.50 /1000 Sq. Ft. Shrub disease /insect spray 21.00 /1000 Sq. Ft. Soil Sterilant Applicant _ /1000 Sq. Ft. Turf Pre- Emergent 6.50 /1000 Sq. Ft. Landscape Areas Weed Control 18.25 /1000 Sq. Ft. General Weed Control Post Emergent 18.25 /1000 Sq. Ft. SHRUB PRUNING 1 -4 Feet, Lacing 4.25 /Shrub 1 -4 Feet, Hedging 3.90 /Shrub 4 plus Feet, Lacing 6.25 /Shrub 4 plus Feet, Hedging 5.50 /Shrub TREE PRUNING up to 10 Feet 25.00 /Tree 10 -20 Feet 35.00 /Tree 20 -30 Feet 75.00 /Tree 30 -40 Feet 150.00 /Tree 40 -plus Feet 225.00 /Tree PLANTING 1 Gal. Shrub/Tree 5.00 /Each 5 Gal. Shrub 16.00 /Each 5 Gal. Tree 30.00 /Each 15 Gal. Shrub 50.00 /Each 15 Gal. Tree 70.00 /Each 24" Box Tree 175.00 /Each 64 Count Flat Groundcover 15.00 /Flat Turf - Seed and top dress .38 /1000 Sq. Ft. Turf - Sod .65 /1000 Sq. Ft. WEVITO Landscape Maint. Laborer 10.00 /Hour Landscape Maint. Leadworker 12.00 /Hour Landscape Maint. Supervisor 17.00 /Hour Irrigation Specialist 19.50 /Hour Pest Control Applicator 19.50 /Hour Tree Trimmer 19.50 /Hour Heavy Equipment Operator 48.35 /Hour 2 • EXHIBIT H 0 Medians Maintenance Bid Unit Cost Median Unit Cost/Year G St. X Balboa Blvd. $136.34 Balboa Blvd. - Medina Way to 21st St. $101.48 Balboa Blvd. - Medina Way to 21 st St. $665.60 McFadden Interchange Medians $933.83 Villa Way X 29th St. $85.67 M St. Median $250.87 Via Lido - Newport Blvd. to Via Operto $145.13 Newport Blvd. X Via Lido $318.36 Clubhouse X Finley $93.10 Balboa Blvd. - PCH to 32nd St. $791.20 Superior Ave. North of PCH $781.54 Newport Blvd. - PCH to Industrial Way $2,400.28 PCH - Santa Ana River to Newport Blvd. $4,168.41 PCH - E. of Riverside Avenue $190.64 St. James Road X Kings Place $108.01 Margaret Dr. between Tustin & Irvine $20.89 Westcliff Dr. - Irvine Ave to Dover $676.04 Triangular median - Westcliff X Dover $420.36 Dover Dr. - Westcliff to PCH $1,894.56 Irvine Ave. at Westcliff $98.09 Irvine Ave. @ Westcliff- Westcliff to Dover $653.40 Irvine Ave. - Dover to Holiday Road $1,564.00 Irvine Ave. - Santiago to University $4,097.88 Jamboree Road - Bristol to PCH $14,560.14 University Dr - Jamboree to MacArthur $691.52 Vista Del Sol $1,411.69 Ford Road - Jamboree to San Miguel $3,276.65 San Miguel - Ford Road to Avocado $7,284.93 San Joaquin - Spyglass to Backbay Rd. $13,692.06 PCH - Larkspur to Newport Coast Dr. $2,830.11 PCH - Iris to Goldenrod $335.77 MacArthur at PCH $68.66 PCH - Dover to Goldenrod $7,073.90 E1 Paseo Dr $335.77 Avocado - Waterfront to PCH $1,618.27 Park Avenue $1,962.60 Total $75,737.75 EXHIBIT I Roadsides Maintenance Bid Unit Cost Roadsides Unit Cost/Year Cannery Village Parkin Lot $801.69 28th & 30th St. Parkin Lots $1,670.04 McFadden Parking Lot $1,932.17 19th St. Street end - bayside $61.07 Marina Park Parking Lot $553.94 13th St. Street end - bayside $176.10 12th St. Street end - bayside $176.10 11 st St. Street end - bayside $176.10 F St. Street end - bayside $122.37 Palm Street Parkin Lot $664.47 Miramar Dr. and Balboa Blvd. $297.75 I St. Street end - bayside $152.47 L St. Street end - oceanside $171.10 M St. St. Street end - oceanside $125.93 Via Oporto X Central Parkin Lot $788.48 Short St. X Newport Blvd. Roadside $654.74 OCTA Bus Stop - Balboa Blvd. X 46th $123.16 OCTA Bus Stop - Balboa Blvd. X River $193.03 Newport Island entrance planters $58.49 37th - 41 st St. Street ends off Seashore $32.83 Prospect Street ends off Seashore $11.94 Orange Street ends off Seashore $5.97 Summit St. planter $71.80 Ca y's trail/bench area $224.77 W. PCH Roadsides $6,241.64 Superior X PCH Parkin Lot $4,256.83 N.W. Quadrant - Newport Blvd. X PCH $1,573.15 S.W. Quadrant - Newport Blvd. X PCH $1,131.21 S.W. Quadrant - Newport Blvd. X PCH $2,437.39 S.E. Quadrant - Newport Blvd. X PCH $2,157.87 Newport Blvd. Roadsides $31,322.52 Mariners Mile Parkin Lot $2,444.02 Rocky Point/Pelican Wall $227.98 Dover X Westcliff $2,530.34 PCH Bayshore Soundwall $648.17 OCTA Bus Stop - Bayshore Dr. X PCH $642.32 Dover Dr. Arterials - Westcliff to Mariners $3,904.03 Dover Dr. Arterials -(N) Irvine Ave. to Mariners $301.46 Dover Dr. Arterials -(S) Irvine Ave. to Mariners $1,247.62 Westcliff Dr. Arterial (Groves) $1,941.71 • EXHIBIT I Roadsides Maintenance Bid Unit Cost Roadside Unit Cost/Year WestcliffDr. X Santiago $212.36 Groves Bike Trail $2,381.75 Irvine Ave. Arterial N of Private Road $878.59 Tustin Avenue Street End $130.12 Anniversary Lane Roadside $444.72 Jamboree Arterial - Bison to Eastbluff Dr. (S) $1,133.00 Jamboree Big Canyon Roadside $1,056.09 Port Dunbar Drive Roadside $3,439.53 Spyglass Hill Road Roadsides $8,659.91 San Joaquin Hills Road Roadsides $12,945.51 PCH - Seaward to Cameo Highlands $1,480.43 Larkspur Street End $134.56 Jasmine Street End $284.32 Femleaf Ram $634.55 Bayside Drive - Jamboree to Marguerite $4,022.54 PCH - Jamboree to Avocado $6,446.41 PCH - Bayside Drive to Jamboree $1,128.15 Jamboree - PCH to Bayside $827.45 Promentory Bay Plaza $247.19 Promentory Point & Channel Walk $1,167.57 Balboa Island Entrance $137.39 Balboa Island - Grand Canal Bridge $35.82 Total $120,082.73 EXHIBIT J • Median and Roadside Areas Added to the Original Contract. BID UNIT COSTS MEDIANS AND ROADSIDES UNIT COST/YEAR Area Acreage Unit Cost MEDIAN AND ROADSIDE MacArthur Blvd., PCH to Bison 8.048 $21,033.48 MEDIANS :4 Bonita Canyon Rd. 1.711 $4,471.68 ROADSIDES Cliff Drive to PCH, W. of Dover 0.187 $489.24 Mouth of Big Canyon, W. of Jambo 0.528 $1,380.00 Castaways Blufflop Trail 1.604 $4,191.00 Polaris Sloe @ Westwind Way 0.992 $2,592.00 Bayview Way E. of Jamboree 0.496 $1,296.00 Sub total: $9,948.24 Total: $35,453.40 'r 09/06/2000 14:16 7086450292 1 1 1 KAREN BOGARD PAGE 02 nd No. 10320690300127 TRAYELERS CASUALTY AND RETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOW ALL MEN 13Y THESE PRESENTS, That we TruGreen LandCare, A General Partnership of 1150 W. Trenton Avenue Orange CA 92867 , as Principal, (hereinafter called Principg, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a corporattlon organized and existing under the laws of the State of ConnecticutwMh Its Hone Oflloe In the City of Hartford, Connecticut, AS Surety, ( hereinafter called Surety), are held and firmly hound ufft CITY OF NEWPORT BEACH of Attn: General Services 3300 Newport Blvd. Newport Beach CA 92e6&4 as Obligee, to the full and just sum of Twenty Thousand and 00/100 (8 820,000.00 ) Dollars, mwwl money of the United States of America, to be paid to the said Obligee, successors or eesigns; for which payment, wail and Vary to be made, we bind oursOns, our hefts, exewtors, adminWeet", sueeessom and assigns, Jolr* and save *, }fnnly by these presents. WHEREAS the Principal has entered, or is about to enter, NNo a wlfttsn Agreement wkh the Obligee for Landscape Maintenance • Median and Roadsides as is more speoiRoaiy, set forth In said Agreement, to which Warenoe is hereby made. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that It the Principal shall wall and truly perform and carry Out the covenants, terms, and conditions of said Agreement, then this obAgation to be void; otherwise to ramain in full force and effect. Sealed with our seals and dated this 11th day of September , X6( 2000 . Truereen tandCare, A General Partnership ($4933-91) 07-97 (SM) (PrIndpao i WAROMEW ...a TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By /Lu �w J Attomay -WFaCt DESIGNATION OF REPRESENTATIVE I, Joseph B. Hanks, Vice President and Secretary of TruGreen LandCare L.L.C., partner of TruGreen LandCare, a California general partnership ( "Company "), do hereby authorize and direct William Wainscott, Director of Risk Management, 860 Ridge Lake Blvd., Memphis, TN 38120, to represent the Company to execute any and all bonds issued on behalf of the Company. TRUGREEN LANDCARE, a California general partnership By: TruGreen LandCare L.L.C., partner By: V ose h B. Hanks Vice President & Secretary Dated: 319 (oU State of TENNESSEE County of SHELBY e f , 2000, before me personally appeared PAULA HALL, Attorn -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY oration that executed the within instrument, and acknowledged to me that the same. F, I have hereunto set my hand and affixed my official seal, at my ofSce in day and year in this certificate first above written. (Notary public) 0 9 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 13th day of March, 2000. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY 1 FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS J �pRppq � c NARIFOaD, t = 1 9 8 2 0 5 %, 9y 3+ 1 ;Or` 's6� ,'�,cs: s< „•,,w fi George W. Thompson rT' ' . +� `• • ' c° Senior Vice President On this 13th day of March, 2000 before me personally came GEORGE W. THOMPSON to the known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in "full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this / /' day of SeP+en ber aU 0 c>. ��4 J,�T'ewh00 G ►6V�t MO Nfry �j )f//'{ ��/'!/- f+���� wwtn>•ib, v 19 i 2 o srx � By %�,,•=,c��i ,t' o,. t Kori M. Johanson r+` `'< .• ° • ' d'' Assistant Secretary, Bond TRAVE CASUALTY AND SURETY COMPANY O ;RICA �VELERS CASUALTY AND SURETY COMP' FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY. COMPANY OF ILLINOIS Naperville, Illinois 60563 -8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: William Wainscott, Norma Cronin, Karen M. Crawford, Victoria L. Carroll or Paula Hall' of Memphis, TN, their true and lawful Attorney (s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto not exceeding the sum of ONE MILLION ($1,000, 000,00) DOLLARS per bond and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such ,appointee and revoke the power given him or her. VOTED: That the Chairman, the President,. any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to. one. or more officers or employees of this Company; provided that each such delegation i`, in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and itay such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the fu@ue._with respect to any bond or undertaking to which it is attached. (9-97) ry 09/06/2000 14:16 7086450292 KAREN BOGARD PAGE 04 led No. 10326590300126 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HW tord, ConneottoA 05183 KNOW ALL MEN BY THESE PRESENTS, That We TruGreen LandCare. A General Partnership of 1150 W. Trenton Avenue Orange CA 92897 , as Principal, (hereinafter caged Principal), and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a COMWation otganitad and existing under the laws of the State of Connecticut with its Home OfRee In the City of Hartford, Connecticut, as Surety, (hersinaw caUsd Surety), are held and firmly bound unto CITY OF NEWPORT BEACH of Attn: General SeMoes 3300 Newport Blvd. Newport Beach CA 92869„ 25 ObCIQaa, In the fun and just sun Of Fifteen Thousand and 001100 ($$15,000.00 ) Dollars, lawful money of the United States of America, to be paid to the said Obligeer suocessots or assigns; for which payment well and tnly to be made, we bind ourselves, out helm, executors, administrators, successors and as:rign6, joh* and severally, tlrrnly by these Pf*Wtg- WHEREAS the Principal has entered, or Is about to enter, into a written Agreement With the Obligee for Landscape Maintenance • Common Area as to more specifically set forth In said Agrsement to which raference is hereby made. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION 15 SUCH, that M the PrkWIPal shall wall and tr* perform and carry out the covenants, terms, and conditions or said Agreement then this obligation to be void; othmwise to remain in to force and of ed Sealed wlttt our seals and dated this 111111 day of September )(9 2000 Truarsen LandCare, A General Partnership (S' 1935 -81) 07 -P7 0-1A - (PrIndpal) Wzw o-,-, U2 q zw L -a.fl} _(sE LL) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA 0 0 DESIGNATION OF REPRESENTATIVE I, Joseph B. Hanks, Vice President and Secretary of TruGreen LandCare L.L.C., partner of TruGreen LandCare, a California general partnership ( "Company'), do hereby authorize and direct William Wainscott, Director of Risk Management, 860 Ridge Lake Blvd., Memphis, TN 38120, to represent the Company to execute any and all bonds issued on behalf of the Company. TRUGREEN LANDCARE, a California general partnership By: TruGreen LandCare L.L.C., partner By: ose h B. Hanks Vice President & Secretary Dated: 3 (9 (04 State of TENNESSEE County of SHELBY On this _ f 101 day of known to me to be the OF AMERICA, the cor such corporation execute .Mca ' oil* ' 2000, before me personally appeared PAULA HALL, q�n ct VELERS CASUALTY AND SURETY COMPANY 3r�ion tllt exeelte the within instrument, and acknowledged to me that IN WITNESS WHEREOF, set my hand and affixed my official seal, at my office in the aforesaid county, the day an n this certificate first above written. (Notary Public) • 0 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 13th day of March, 2000. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS OWMRIX' • Nunrono, u 1982 o BY 00NK itr a;w, fi George W. Thompson `� . +`` b`y • Senior Vice President On this 13th day of March, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. �p.7Er� My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in Pull force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this l� >� ` day of �e.P f e,►�b� -r a-vu o . 600wr,, a r{ c° WJRFOR[f. i _ yl Se E • �f Ft+ 0..0 By Kori M.Johanson Assistant Secretary, Bond TRAVELS CASUALTY AND SURETY COMPANY OMjMERICA VELERS CASUALTY AND SURETY COMAW FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY. COMPANY OF ILLINOIS Naperville, Dlinols 60563 -8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: William Wainscott, Norma Cronin, Karen M. Crawford, Victoria L Carroll or Paula Hall " " of Memphis, TN, their true and lawful Attorney (s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto not exceeding the sum of ONE MILLION ($7,000,000,00) DOLLARS per bond and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. ._ VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice Presidem,.any..Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one.or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof; and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in tim future with respect to any bond or undertaking to which it is attached. (8-97) CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this 2�6 day of,uci of 2000, by and between the City of Newport Beach, a Municipal Corporation dnd Charter City ( "City"), and TruGreen LandCare, Inc., a California Corporation ( "Contractor or TruGreen "), is made with reference to the following Recitals: RECITALS WHEREAS, prior to 1997, the City maintained City parks and facilities using its own employees and equipment. WHEREAS, due to budget constraints, in August 1997, the City contracted with California Landscape Maintenance to begin to provide turfgrass maintenance services in some City parks and facilities. In September of 1997, the City entered into another contract with California Landscape Maintenance for park landscape and turfgrass maintenance services in all new City parks. The August 1997 and September 1997 contracts have been extended annually per the terms of the contract since 1998 and were last extended in 1999. WHEREAS, in January 2000, California Landscape Maintenance was purchased by TruGreen — ChemLawn Company and recently began to operate in the City under the name of TruGreen LandCare. WHEREAS, the City Council has determined it is in the City's best interest to terminate the August 1997 and September 1997 contracts and enter into a new single contract for services with TruGreen upon the terms and conditions as set forth below. WHEREAS, TruGreen desires to enter into a new single Agreement to provide services to City and acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement. WHEREAS, TruGreen has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, common nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement NOW, THEREFORE, the Parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one (1) year. The term shall commence within ten (10) working days of City Council Approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall 1 0 0 automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. 2. CONTRACTOR DUTIES Contractor shall perform the services specifically described in, and in strict compliance with the scope of work requirements of Exhibits A and B at the park and facility locations listed in Exhibits C and D ( "Contract Services "). The Contract Services shall be performed at least as frequently as specified in Exhibit E with particular attention to the time schedule of Exhibit F. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contract Services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit G. Reports will be submitted by the Contractor in accordance with Exhibit H. Bid Unit Prices and Costs are contained in Exhibits I through K. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally documented. B. All Contract Services shall be performed by competent and experienced employees. Irrigation maintenance and repairs shall be monitored by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, State, and Federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly perform Contract Services. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. E 0 0 D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing Contract Services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape maintenance standards. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor and clearly past "serving for the City of Newport Beach." G. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of Contract Services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of Two hundred ninety eight thousand five hundred fifty eight dollars and eighty two cents ($298,558.82) per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit G in performing Contract Services. Any deviation from the materials described in Exhibit G shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus fifteen percent (15 %), of all materials installed by 3 Contractor in the performance of Contract Services. Actual cost 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 this Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and /or materials. 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. 7. REPAIR/REPLACEMENT A. Contractor shall advise the City Administrator (as defined in Section 13 of this agreement) of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or it agents, employees, representative, or officers. C. Contractor shall repair damaged irrigation pipes, controllers, and valves only after the City Administrator has approved a written estimate of the costs of repair. D. Contractor shall, at its sole cost and expense, replace all plant materials (including shrubs, ground cover,. mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 8. EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of the Agreement. 4 0 0 9. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees and representative harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 10. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the 0 option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A -7 or better carriers: Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage; D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. Contractor shall also procure and maintain, at its own cost and expense, D 0 any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 12. RECORDS /REPORTS A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. 7 0 D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his /her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his /her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional turfgrass maintenance or landscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to five hundred dollars ($500). B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified • in Exhibits J and K. In the event the location is withdrawn for a period of less than a full one (1) year term, Contractor's compensation shall be reduced on a prorated basis. 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to fifteen thousand dollars ($15,000) as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. • • 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. NOTICES All notice, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 -8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: TruGreen LandCare, Inc. 1150 West Trenton Avenue Orange, CA, 92867 iI!; 23. TERMINATION /DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonable required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this Agreement by giving written notice of termination. B. This Agreement may be terminated at anytime, without cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and /or Contractor fails to satisfactorily perform Contract Services. City shall have the right to return funds withheld until the City Administrator determines that Contract Services are performed as well as frequently as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinance, statutes or regulations applicable to the performance of Contract Services. 11 26. WAIVER E A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 27. INTEGRATED CONTRACT The August 1997 and September 1997 agreements are terminated as of the effective date of this Agreement. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. \%T F:lcat%ux(slshamd Wg%TruGreen.doc da%07 -25-00 12 CITY OF NEWPORT BEACH A Mi 13 TruGreen LandCare, INC. Title. LIST OF EXHIBITS E Exhibit A Scope of Work — Park/Facility Maintenance Exhibit B Scope of Work — Park/Facility Turfgrass Maintenance Exhibit C Park/Facility Maintenance Locations Exhibit D Park/Facility Turfgrass Maintenance Locations Exhibit E Maintenance Frequency Summary Exhibit F Park and Facility Areas Exhibit G Standard Materials Exhibit H Reports Exhibit I Bid Unit Prices Exhibit J Bid Unit Costs — Park/Facility Maintenance Exhibit K Bid Unit Costs — Park/Facility Turfgrass Maintenance • EXHIBIT A • TECHNICAL MAINTENANCE SPECIFICATIONS FOR CONTRACT MAINTENANCE OF CITY PARKS AND FACILITIES SCOPE OF WORK I. GENERAL LANDSCAPE MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary", Exhibit E. 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. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City facilities. 3. Contractor will keep all gutters, curbs, and walks adjacent to contract areas free of weeds, trash, and other debris. 4. Contractor will keep sidewalks free of algae where constant runoff occurs. 5. Leaves, paper, weeds, and any other debris will be removed from landscaped areas and disposed of off -site. 6. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 7. The Contractor shall maintain the premises clean of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his 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 by the Contractor for his debris. 8. Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. 9. Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. 10. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. Iof11 • EXHIBIT A • 11. Contractor must notify City within one (1) hour of malfunctioning facilities or conditions that may break, malfunction, or interrupt the public's use of City facilities. 12. All insects and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and Tree Maintenance Superintendent 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. 13. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 14. All broken glass and sharp objects shall be removed immediately. 15. All areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. 16. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. 17. All sand and wood chip areas abutting maintained areas shall be cleaned when dirtied by Contractor's operations and at other times as required. 18. Trash cans provided by the City shall be emptied as needed and washed after emptying (when necessary) or as determined by the Inspector. Contractor shall provide plastic liners for all trash cans at Contractor's expense. 19. All concrete "V" drains, to include the portion under the sidewalk, shall be kept free of vegetation, debris and algae to allow unrestricted water flow. 20. All other drainage facilities shall be cleaned 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. 21. All barbecue grills shall be emptied of all ashes once per week. II. SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS Drainage Facilities 1. All drainage structures shall be checked and cleaned monthly or as needed to insure consistent unrestricted water flow. 2. Any damage to structures shall be noted immediately to the Parks and Tree Maintenance Superintendent. 2 of11 0 EXHIBIT A • 3. Failure to properly maintain drainage systems or to notify the Parks and Tree Maintenance Superintendent of damaged systems will result in the contractor assuming full responsibility for the repair of drainage damage to the facility. Irrigation System Maintenance 1. 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, moisture sensors, manual and remote control valves, wiring, pipes, vaults, heads, and anti -drain valves. The Contractor shall not be responsible for the water meter assembly except as he /she may cause damage to these items. a. 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. b. 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. c. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and Tree Maintenance Superintendent. g. Necessary irrigation repairs shall be made prior to the next scheduled irrigation cycle. All repairs shall be made in accordance with City of Newport Beach standard irrigation specifications. h. Irrigation programming charts will be included in each monthly report. i. Areas that require irrigation will have such accomplished no earlier than 11:00 PM or later than 6:00 AM. j. Contractor will maintain moisture sensors at all sites at which moisture sensors are installed. 3ofII • EXHIBIT A • 2. Turf shall be regularly mechanically trimmed around sprinkler heads to insure the proper operation of the system. 3. Irrigation systems shall be thoroughly inspected by operating all control valves and checking for proper coverage, leaks, valve actuation, proper timing, and other operational conditions. Such inspection shall be made weekly June through September and bi- weekly October through May. However, the contractor shall be responsible for the proper operation of the system at all times and shall provide for obvious repairs as they occur or are needed. Turf Maintenance 1. All turf is to be mowed once per week in the growing season, or as needed to maintain the height specified below: a. Frequency or mowing shall be scheduled so that no more than one -third (1/3) the height of the grass plant is removed. b. Borders shall be edged at each mowing. c. Clippings shall be collected and removed unless otherwise directed by the City. d. Mechanically trim around sprinklers as needed to provide proper and unobstructed irrigation. The cutting of holes around sprinklers shall not be permitted. e. Chemically kill turf around trees, as needed, a maximum of six inches from the tree base or as directed by the City. If a tree wound is present then hand trimming is required. A 2" layer of bark mulch shall be maintained in this area. f. Mechanically trim around vaults, posts, and other similar features on a weekly basis. g. Mowing equipment shall be approved by the City. Equipment must be sharp and properly adjusted to avoid damage to the turf plant. h. Pick up all litter prior to mowing. 2. Mow turf to the following heights: a. Warm season turf's including Bermuda grass- 3/4 to 1 1/4 inches. b. Cool season turf's including bluegrass, perennial rye, fescues - 1 1/2 to 2 1/2 inches. 4ofII • EXHIBIT A • c. Kikuya and St. Augustine turfs - 1 1/4 to 13/4 inches. 3. Vertical mowing of warm season grasses shall be done once per year in October, permitting sufficient time for turf regeneration. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized three 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: a. February: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. d. 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. e. The Contractor shall perform a soil fertility analysis at individual parks as directed by the City in the month of December and review the analysis with the City representative in the month of January. f All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis b. Chemical control of broadleaf weeds shall be initiated as needed on all turf. 5 of11 • EXHIBIT A • 6. 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). a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. 7. Irrigate as necessary to maintain proper growth rate, optimum appearance, and the health of the turf plant. a. Irrigation must be scheduled to avoid either under- watering or over - watering. b. Manually water where necessary. c. Check operation of irrigation weekly June through September and biweekly October through May, or more often when conditions warrant, to insure proper operation of irrigation system. 8. Control all rodent pests as necessary to provide a healthy and safe environment for plants and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs, Correct as necessary. 10. Scheduling of mowing and turf care maintenance times will be approved by the City. Attention to public use will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed free condition. a. Weeds shall be removed as they appear. A pre- emergent herbicide may be used where appropriate in shrub and ground cover beds. b. Morning glory and grass infestations shall be treated immediately when observed. c. Groundcover areas shall be fertilized twice per year, once in April and once in September with the approved 12 -4 -6 slow - release turf fertilizer, at a rate of 2 pounds actual fertilizer per 1,000 square feet. 6of11 • EXHIBIT A • d. 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. e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f. Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed. Shrub, Vine, and Tree Maintenance 1. Shrubs shall be maintained in a safe and reasonably trimmed appearance by proper shaping and pruning to promote the plant's natural character. a. Quarterly trim all shrubs to maintain the size and shape specified by the Parks and Tree Maintenance Superintendent. b. Pruning shall be accomplished to maintain a "natural" appearance; decorative, poodle cuts or other unnatural pruning will not be permitted. c. Control pests as required, including snails and insects. d. Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. e. 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. f. Irrigate as required to maintain adequate growth and appearance. Manually water where necessary. g. Careful attention not to prune or trim shrubs prior to blooming shall be made. At the conclusion of blooming of plants such as raphiolepsis, all blooms shall be trimmed off or otherwise removed. Flower stalks on agapanthus, day lilies, morea, and other similar plants shall be removed immediately after blooming or as directed by City. h. All bare shrub bed areas shall be raked weekly to remove all litter and other debris. 7ofII 0 EXHIBIT A • i. 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. j. Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. k. Bark mulch should be replaced as necessary. 1. All plant material will be trimmed to protect property owners ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. Contract responsibility covers trimming all trees up to eight (8) feet. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor to stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. e. Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Parks and Tree Superintendent if any of the above conditions exists. f. 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 Parks and Tree Superintendent. g. Water as required to maintain proper and vigorous growth according to variety. Manual water where necessary. h. Tree wells shall be maintained with 2" of bark mulch unless ground cover is present. Weeds shall be removed, including their roots, before they reach 3" in height. i. All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. 8ofII • EXHIBIT A • 3. 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. 4. 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. Hardscape Maintenance 1. 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. a. All expansion joints and cracks are to be maintained free of weeds. b. Dirt, litter, and other debris must be removed on a weekly basis. c. Inspect for safety hazards, including tripping hazards, holes, or other conditions. Immediately report such to the Parks and Tree Maintenance Superintendent. 2. 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. General Grounds Policing 1. The Contractor shall provide general grounds policing and inspection six days per week. a. Remove all litter and other debris from site six days per week. b. 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 or week. c. Provide safety and facility inspection and immediately report any deficiencies to the Parks and Tree Maintenance Superintendent. Contractor shall be responsible to report below standard conditions of all structures and fixtures, including but not limited to: 9ofII • EXHIBIT A • 1. Light standards and fixtures 2. Walls, fences, gates 3. Signage 4. Graffiti Sand/Wood Chip Areas: 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). All additional sand or wood chips that are added shall be at the contractor's expense. d. Six days per week week, all sand and wood chip areas shall be cleaned and raked level. Specialty/Sports Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, bicycle trails, all asphalt, concrete and decompossed granite walkway. b. All areas shall be swept six days per week if necessary, to remove all deposits of silt and/or sand and glass. c. On Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six days per week 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. e. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 10 of 11 0 EXHIBIT A • f. All broken glass and sharp objects shall be removed immediately. g. All areas shall be inspected six days per week and maintained in a neat, clean and safe condition at all times. h. All areas shall be raked to remove leaves and debris six days per week. i. All play and sports equipment within hardscape areas shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City j. All leaves, paper and debris shall be removed from hardscape areas and disposed of off site. Drinking Fountains: 1. Inspect, clean, adjust six days per week. 2. Report any deficiencies to the City immediately in writing. Disposal At least 50% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a quarterly basis to the City. Such reports are due to the City by 30 days after the end of each calendar quarter. 11 of 11 • EXHIBIT B • Specifications for Contract of Turfgrass Maintenance of City Parks and Facilities SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK Furnish all labor, equipment, materials, and supervision to perform turfgrass maintenance as described herein including, but not limited to, the following: 1. Turfgrass weed eradication and control both mechanically and with chemicals. 2. Fertilizing. 3. Irrigation repair. 4. General pest control. 5. Mowing, verticutting, and aerifying. 6. General litter control, refuse removal, and grounds policing. 7. Hardscape cleaning. 8. Removal of all grass clippings from site as directed by the City. 2. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation or the result of a normal holiday. No motorized equipment shall be operated before 8:00 AM nor after 5:00 PM., unless specified in Attachment F. 3. LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest turfgrass maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. B. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with 1 of 10 • EXHIBIT B • specifications set forth within this document and providing no other arrangements have been made between the Contractor and the and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is perforated to City standard. C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. If an area is not mowed or edged as scheduled, payment will be withheld for the maintenance cost of the specific areas that were not maintained. 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a minimum of a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City by the first of said month. B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to David E. Niederhaus, General Services Director, General Services Department, City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA 92663 -3884. 7. PROVISIONS FOR EXTRAS 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 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. 2of10 • EXHIBIT B • 8. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in conformity with the "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. B. 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. 9. DISPOSAL At least 50% of all landscape debris will be disposed of through a landscape material recycling center or roused 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS A. The contractor shall keep accurate records concerning all of Ms/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Tree Maintenance Superintendent. This report should also contain a description, including man- 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. AAphone log will be submitted monthly of all calls from the City of Ngwoort Beach General Services Department and the City of Newport Beach Police Delartment to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. C. 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 Parks and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the turfgrass maintenance tasks required by this agreement and the months of t e 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 Parks and Tree Maintenance Superintendent for approval prior to the date the change 3 are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City provided services only at any reasonable time. 3of10 • EXHIBIT B • it. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two qualified persons who may be contacted by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City of Newport Beach. The Contractor representatives shell respond to said emergency within thirty (30) minutes from receiving notification. 12. 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 We" maintenance operations are defined as: fertilization, turf aerification, tur dethatching, seeding, preventive and curative application of turf fungicide, herbicidc or any required pesticide applications and plant replacements. 13. LANDSCAPE LICENSE 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 at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a yard. 15. SCHEDULES A. Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park and facility and in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. 4of10 • EXHIBIT B • B. Weekly Schedule 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the 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. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty-four (24) hours prior to the scheduled time for the work. 5. Failure to notify of a change and/or failure to perform an item of work on a scheduled day may result in deduction of 12Ument for that date or week. 6. The Contractor shall adjust his/her schedule to compensate for all holidays and rainy days. Maintenance and litter removal shall be scheduled for all holidays and rainy days, unless otherwise indicated by the City. C. Performance on Schedule 1, The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. 5of10 • EXHIBIT B 0 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. B. 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. C. The Contractor shall immediately notify the Parks and Tree Maintenance Superintendent when the work force has been removed from the job site due to inclement weather or other reasons. 17. UNDERGROUND EXCAVATIONS 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 Parks and Tree Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. 18. PESTICIDES A. The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Tree Maintenance Superintendent with all of the following: 1. A copy of Contractor's Orange County Agricultural Commissioner, "Restricted Materials Permit/Operator I.D. numbers ". 2. A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A "Pesticide Use Daily Record" for any site at which a pesticide was used, within 24 hours of application. 4. If a restricted pesticide is proposed to be used, a copy of the "Notice of Intent To Use Restricted Materials ", 24 hours before application. 5. A list of Environmental Protection Agency numbers and Material Safety Data Sheets of 0 the pesticides Contractor intends to use for this contract, prior to such use. 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. 6of10 0 EXHIBIT B • 19. TECHNICAL MAINTENANCE SPECIFICATIONS A. GENERAL TURFGRASS MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary" (Exhibit E). 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 parks and facilities. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City parks and facilities. 3. Leaves, paper, broken glass, and any other debris will be removed from turfgrass areas prior to mowing and disposed of off -site. 4. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 5. The Contractor shall maintain the premises clean of debris at 0 times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his 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 by the Contractor. 6. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 7. Contractor must notify City within one (1) hour of facilities or conditions that may break, malfunction, or interrupt the public's use of City parks and facilities. 8. All insects and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and 'free Maintenance Superintendent 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. 9. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. 10. All repairs or replacements to be made with original type material or as directed. 11. Material substitutions must be approved by the Parks and Tree Maintenance Superintendent. 7of10 0 EXHIBIT B 0 12. Necessary irrigation repairs shall be made within 24 hours. All repairs shall be made in accordance with City of Newport Beach standard irrigation specifications. 13. Turf shall be regularly mechanically trimmed using line trimmers around sprinkler heads to insure the proper operation of the system. B. TURF MAINTENANCE 1. A mowing schedule of all areas shall be provided to the City by the Contractor. 2. All areas will be mowed not less than once a week during the warm season of March I through November 30 and once every two weeks during the cool season of December I through February 28. AU sports turf areas and City Hall are to be mowed weekly, 52 times per year. Fescue, Kikuya, Perennial Rye and Bluegrass turfgrasses shall be mowed using a rotary mower at a cutting height of 2 " -2 1/2 ". Bermuda turf shall be mowed using a reel mower, at a cutting height of 1/2" - 3/4 ". Mowing height shall be as directed by the City. 3. Clippings shall be collected and removed at end of each mowing unless otherwise directed by the City. Mulching mowers may be acceptable if approved by City prior to mowing of a particular site(s) 4. Mechanically, trim growth using line trimmers from around all trees, valve boxes, lamp posts, drains and other permanent structures located in the turf at each site mowing. fine trimmers shall be used to keep the turf at approximately the height as mowers, except around sprinkler heads and valve boxes where the turf should not be trimmed to below 1/2 ". The contractor shall be liable for any damage caused to trees as a result of use of line trimmers. 5. Mowing equipment shall be sharp and properly adjusted to avoid damage to the turf grass. 6. Pick up all litter from turfgrass areas prior to mowing. 7. Vertical mowing of turfgrass shall be done once per year in October. Sports fields will be done in July, or as directed by City. 8. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. Dethatching shall be accomplished by use of "vertical cut type" dethatch machine. The amount of dethatching shall be determined by City. 9. All thatch and debris shall be removed and disposed of at the end of each day. 8of10 0 EXHIBIT B 0 10. All turf shall be fertilized three times per year using a homogenous, pelletor granular slow release material. City must approve the material used. Apply at the following rates and time: a. February: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. d. 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. e. The Contractor shall perform a soil fertility analysis at Contractors expense at 12 individual parks and/or facilities as directed by the City in the month of December and review the analysis with the City representative in the month of January. f. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 11. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broad leaf weeds shall be initiated as needed on all turf. 12. Aerate all turf areas twice per year; once in April and again in October. a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose of all cores. c. Contractor is responsible for locating and marking all sprinkler components prior to aeration operations. 13. Visually check all turf areas on a weekly basis for pests, fertility, irrigation, damage, or other problems. Correct or advise the City immediately. 14. Scheduling of mowing and turf care maintenance times will be approved by the City. Attention to public use will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. 9 of 10 • EXHIBIT B • C. HARDSCAPE MAINTENANCE After each mowing or maintenance activity all hardscape will be cleaned. 2. Vacuums, blowers, sweepers.or other approved means may be used to clean hardscape areas. AU blowers shall be operated in a manner so as to not disturb residents or visitors. However, debris shall not under anv circumstance be blown or otherwise sweat 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. D. GENERAL GROUNDS POLICING 1. Refuse or litter shall be removed prior to mowing operations Failure of said removal may result in deduction of payment for that date or week 10 of 10 • EXHIBIT C • Park/Facility Maintenance LOCATIONS PARK ADDRESS ACREAGE Balboa Island 115 Agate Ave., Balboa Island 0.3 Ba side Drive Ba side Dr. between Carnation and Larkspur 4.4 Bayview Mesa Dr. @ Bayview Ave. 3.0 Begonia Begonia Ave. at First Ave. 2.1 Bob Henry 16th Street @ Dover Drive 4.8 Bonita Creek University Dr. @ La Vida 10.0 Buffalo Hills Newport Hills Dr. East/West @ Ford Rd. 15.0 Castaways 16th Street Dover Drive 5.0 Gateway Newport Blvd. @ Via Lido 0.4 Eastbluff Vista Del Oro @ Vista Del Sol 13.9 Irvine Terrace Seadrift Dr. @ Evita Dr. 6.8 Jasmine View Harbor View Dr. P, Marguerite Ave. 1.0 Manning Tract Newport Hills Dr. W. and Port Wheeler Pl. 2.7 Old School Carnation Ave. 4th Ave. 0.8 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. 4.1 San Miguel San Miguel Dr. P, Spyglass Hill Rd. 7.3 Spyglass Hill Spyglass Hill Rd @ El Ca itan Dr. 1.4 SP-lass Hill Resevoir Muir Beach Circle 1.0 Sunset View INorai of PCH off of Superior Ave. 0.7 SUBTOTAL 84.7 FACILITIES ADDRESS ACREAGE Police Department Santa Barbara Drives Jamboree Road 1 0.4 SUBTOTAL 0.4 GRAND TOTAL 85.1 IofI • EXHIBIT D Turfgrass Maintenance Park/Facility Locations Parks Address Acrea e Bolsa Bolsa Ave. Old Newport Blvd. 0.1 Channel Place Channel Place P, 44th St. 1 Cliff Drive Cliff Dr. Riverside Dr. 1.5 Ensign View 2501 Cliff Dr. P, El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. 1 Grant Howald Iris Ave. 5th Ave. 2.5 Harbor View Nature San Miguel Dr. Pacific View Dr. 1 Kings Road Kings Road west of St. Andrews Road 0.1 "L" Street "L" St. Del Sur 0.5 Las Arenas Balboa Blvd. 16th St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Mariners Dover Dr. @ Irvine Ave. 5 Newport Island Marcus @ 39th St. 0.1 Newport Shores 61st St. @ Coast Blvd. 0.1 Oasis Passive Marguerite Ave. @ 5th Ave. 3.4 Ocean Blvd. Bluffs Fernleaf Ave. to Poppy Ave. 1 Peninsula Main St. Oceanfront, Balboa 3.5 Veteran's Memorial 15th St. @ Bay Ave. 0.4 Westcliff Polaris Dr. @ Westwind Way 1 West Jetty View Ocean Blvd. A Channel Rd., Balboa 0.2 West Newport Seashore Dr. Between 57th St. & River Je 4 38th Street Balboa Blvd. @ 38th St. 0.3 SUBTOTAL 27.9 1 of 2 • EXHIBIT D Turfgrass Maintenance Park/Facility Locations Fire Stations: 1 Balboa Blvd. Island Ave. 0.1 2 32nd St. Villa Way 0.1 3 Santa Barbara Dr. @ Jamboree Rd. 0.1 5 Marigold Ave. between PCH/2nd Ave. 0.1 6 Irvine Ave. P, Dover Dr. 0.1 SUBTOTAL 0.5 Libraries: Balboa Balboa Blvd. @ Island Ave. 0.2 Corona del Mar Marigold Ave. between PCH12nd Ave. 1 0.1 SUBTOTAL 0.3 Miscellaneous: CdM State Beach Ocean Blvd. Jasmine Ave. 1 City Hall 3300 Newport Blvd. 32nd St. 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd. P, McFadden Pl. 0.2 Oasis Senior Citizens Ctr. 800 Marguerite Ave. @ 5th Ave. 1 W. Nwpt Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 SUBTOTAL 11.3 GRAND TOTAL 40 Zof2 • EXHIBIT E • MAINTENANCE FREQUENCY SUMMARY FUNCTION FREQUENCY Irri ation Inspection lWeekly Turf Maintenance Mowing Every week, March thru November Every Two weeks, December thru February Sports Fields and City Hall Weekly throughout the year Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize 3 /year Vertical Mow 1 /year Aerate 2 /year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice a year Pest and Weed control As needed Visual Inspection Weekly Shrub, Vine, and Tree Maintenance Trim 4 /year Fertilize Twice a year (once /year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Hardsca a Maintenance Each site visit/weekly min. Grounds Policin itter Removal Six days per week Site Inspection Six days per week IofI • EXHIBIT F • PARK AND FACILITY AREAS Sites Requiring Mandatory Early Mowing 1 of 1 Before 7:00 a.m. Before 9:00 a.m. Before 10:00 a.m. City Hall 38th St. Park Las Arenas Park Newport Pier Plaza Peninsula Park Oasis Senior Citizens Ctr West Jetty View State Beach W. Newport Park Ocean Blvd. Bluffs Ensign View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas San Joaquin Hills Park Lincoln Athletic Ctr San Miguel Park Begonia Park 1 of 1 EXHIBIT G 0 STANDARD MATERIALS All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Elect. Valve 6. Rainmaster Evolution DX2 7. Rainmaster EVMV 2 way master valve 8. Rainmaster EVFM Flow sensor 9. Rainmaster EV -SEN ADJ moisture sensor 10. Mateo 754 Series Full Port Ball Valve 11. Class 200 PVC Lateral Pipe 12. Class 315 PVC Main Supply Pipe 1 %z" and Larger 13. Schedule 40 PVC Main Supply Pipe 1 '/4" and Smaller 14. Rectangular Valve Box - Plastic -18 "L x 12 "Deep 15. Round Valve Box —Plastic — 10" 16. Rainbird #44 Quick Coupling Valve with Vinyl Cover 17. Control Wire: AWG, U.F. 600 -Volt Direct Burial Copper with PVC Insulation 18. Head model to be selected by the City a. Toro 570 Pop Up b. Toro 300 Series Stream Rotor -Pop Up c. Toro XP 300 Series — Pop Up d. Toro 640 Series — Turf Head e. Toro 500 Series Shrub Flood Bubbler f. Toro 2001 Turf Rotor g. Toro V1550 TURF FERTILIZERS, ETC: 1. All commercial fertilizers must be homogenous. 2. All organic fertilizers must have lowest salinity rate possible 3. No steer nor chicken manure is allowed. 4. All fertilizers, planting medium, humus material, etc. must be City approved. 1 of2 9 EXHIBIT G • PLANTSTOCK All selection and condition of the plant material of plant stock, seed, sod, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Park and Tree Maintenance Superintendent before planting. 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. 2 of 2 • EXHIBIT H 0 REQUIRED REPORTS 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (as sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers 7. Monthly Phone Log with action taken 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. Extra work approval list 11. Weekly maintenance inspection list for all sites 12. Manual irrigation schedule 13. Annual pesticide safety training records 14. Required tailgate safety meeting records 15. Monthly maintenance report 16. Monthly greenwaste recycling report lofl 0 EXHIBIT I UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the contract sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the construction documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the Contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or the amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the contact and exhibits. FUNCTION COST /UNIT OF MEASURE TURF Turf Mow -Reel Blade $2.25/1000 Sq. Ft. Turf Mow -Rotary Blade $1.50 11000 Sq. Ft. Turf Mow and Clippings Picked Up $1.65/1000 Sq. Ft. Turf Edge $2.50/1000 Linear Ft. Turf String Trim $3.25/1000 Linear Ft. Turf Chemical Edge 6" Swath $7.00/1000 Linear Ft. Turf Chemical Edge 12" Swath $14.00/1000 Linear Ft. Turf Aerify $2.30 /1000Sq.Ft. Turf Fertilize $2.10/1000 Sq. Ft. Turf Dethatch/Renovate $150.00 /Acre Turf Sweeping $5.15 11000 Sq. Ft. Flail Mow of Natural Areas $140.00 /Acre RARDSCAPE Cleaning and weed abatement $6.50/1000 Sq. Ft. GROUNDCOVERS Mow $2.25/1000 Sq. Ft Edge $2.60/1000 Linear Ft. Fertilize $2.75/1000 Sq. Ft. 1 oft EXHIBIT I PEST CONTROL Turf disease /insect spray $22.89/1000 1 -4 Feet, Hedging Sq. F. Boom Application $10.5011000 4 plus Feet, Hedging Sq. Ft. Hand Application $19.50/1000 5 Gal. Tree Sq. Ft. Turf Broadleaf Spray $50.00/Each 24" Box Tree $175.00/Each Boom Application $10.00/1000 Turf -Seed and Top Dress Sq. Ft. Hand Application $19.00/1000 LABOR Sq. Ft Groundcover disease /insect spray $19.50/1000 Landscape Maint. Leadworker Sq. Ft. Shrub disease /insect spray $21.00/1000 Irrigation Specialist Sq. Ft. Soil Sterilant Applicant $22.50/1000 Tree Trimmer Sq. Ft. Turf Pre - Emergent $6.50/1000 Sq. Ft. Landscape Planter Weed Control $18.25/1000 Sq. Ft. General Weed Control Post Emergent $18.25/1000 Sq. Ft. SHRUB PRUNING 1 -4 Feet, Lacing $4.25 /Shrub 1 -4 Feet, Hedging $3.90 /Shrub 4 plus Feet, Lacing $6.25 /Shrub 4 plus Feet, Hedging $5.50 /Shrub TREE PRUNING Up to 8 Feet $20.00 /Tree PLANTING 1 Gal. Shrub /Tree $5.00 /Each 5 Gal. Shrub $16.00 /Each 5 Gal. Tree $30.00/Each 15 Gal. Shrub $50.00/Each 24" Box Tree $175.00/Each 64 Count Flat Groundcover $15.00/Flat Turf -Seed and Top Dress $.38/1000 Sq. Ft. Turf -Sod $.65/1000 Sq. Ft. LABOR Landscape Maint. Laborer $10.00/Hour Landscape Maint. Leadworker $12.00/Hour Landscape Maint. Supervisor $17.00/Hour Irrigation Specialist $19.50/Hour Pest Control Applicator $19.50/Hour Tree Trimmer $19.50/Hour Equipment Operator $48.35 /Hour 2 of 2 • EXHIBIT J • Park/Facility Maintenance �11i►1`IYI[�Lily116� Area Unit Cost Balboa Island $686.28 Ba side Drive $10,784.40 Ba iew $7,353.00 Begonia $5,147.10 Bob Henry $11,764.80 Bonita Creek $24,510.00 Buffalo Hills $36,765.00 Castaways $12,255.00 Gateway $980.40 Eastbluff $34,068.90 Irvine Terrace $16,740.33 Jasmine View $2,451.00 Manning Tract $6,617.70 Old School $1,960.80 San Joaquin Hills $9,951.06 San Miguel $17,941.32 Spyglass Hill $3,480.42 4xillass Hill Resevoir $2,451.00 Sunset View $1,712.27 SUBTOTAL $207,620.78 Area Unit Cost Police Department $4,166.70 SUBTOTAL $4,166.70 GRAND TOTAL IofI $211,787.48 EXHIBIT K 0 Turfgrass Maintenance BID UNIT COSTS Area Unit Cost Bolsa $216.92 Channel Place $2,169.28 Cliff Drive $3,253.93 Ensign View $1,084.64 Galaxy View $2,169.28 Grant Howald $5,423.22 Harbor View Nature $2,169.28 Kings Road $216.92 "L" Street $1,084.64 Las Arenas $433.85 Lido $1,084.64 Manners $10,846.44 Newport Island $216.92 Newport Shores $216.92 Oasis Passive $7,375.57 Ocean Blvd. Bluffs $2,169.28 Peninsula $7,592.50 Veteran's Memorial $867.77 Westcliff $2,169.28 West Jetty View $433.85 West Newport $8,677.15 38th Street $650.78 SUBTOTAL $60,523.06 Iof2 • EXHIBIT K 0 Turfgrass Maintenance BID UNIT COSTS Facility UNIT COSTIYEAR Area Unit Cost Fire Stations: 1 $216.92 2 $216.92 3 $216.92 5 $216.92 6 $216.92 Libraries: Balboa $433.85 Corona del Mar $216.92 Miscellaneous: CdM State Beach $2,169.28 City Hall $2,169.28 Lincoln Athletic Center $17,354.30 Newport Pier Plaza $433.85 Oasis Senior Citizens Ctr. $2,169.28 W. Nwpt Community Ctr. $216.92 SUBTOTAL $26,248.28 GRAND TOTAL $86,771.34 2 of 2 TRUGREEN Land8re`' Mr. David E. Niederhaus, Director General Services Department City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92658 Dear Mr. Niederhaus, S1150 W. Trenton Avenue Orange, CA 92868 714-288-5955 FAY: 714 -288 -5950 Contractor's License #774548 August 7,2000 On April 8, 1996, California Landscape Maintenance (CLM) entered into an agreement with the City of Newport Beach to provide landscape maintenance of City medians and roadside areas ( "Agreement "). The Agreement has renewed annually since 1996, and is currently in its fourth year. The purpose of this letter is to inform the City of Newport Beach that CLM was purchased by TruGreen- ChemLawn Company on August 28,1998. As of August 28, 1998, CLM's operations merged with those of TruGreen- ChemLawn and began to operate in the City of Newport Beach under the name of TruGreen Landcare. CLM no longer exists as a separate business entity. Therefore, please assign the Agreement dated April 8,1996 to TruGreen Landcare. By Signing this letter, TruGreen Landcare accepts the assignment of the Agreement from CLM to TruGreen Lancare and will comply with all the terms and conditions of the Agreement. You may contact Howard Mees at (714) 363 -0065 if you have any questions regarding this letter. Sin ely, Howard Mees Regional Manager El Attachment B �NewPOR' a a City Council Agenda Item No. 11 August 22, 2000 TO: FROM: Mayor and City Council General Services Director AUG 2 2 SUBJECT: Landscape Maintenance Service Agreements Recommendations Approve the attached service agreement with TruGreen LandCare, Inc. to provide park and turfgrass maintenance at certain City parks and facilities. Approve the assignment of the April 8, 1996 California Landscape Maintenance agreement to provide landscape maintenance of City medians and roadsides to TruGreen LandCare. Background In 1997, budget constraints led to the privatization of some park landscape and turfgrass maintenance services. In August 1997, the City entered into an agreement with California Landscape Maintenance (CLM) to provide turfgrass maintenance at certain City parks and facilities. Subsequently that same year, the City Council directed staff to privatize maintenance of all new City parks. In response, the City entered into a second agreement with CLM in September 1997 to provide park landscape and turfgrass maintenance services in all new City parks. Both CLM contracts have been renewed annually since 1998 without any increase in rates. Last January, CLM was purchased by TruGreen- ChemLawn Company, and began to operate in Newport Beach as TruGreen LandCare. Given that the two contracts will need to be renewed this fall, staff has prepared a new agreement (Attachment A), which merges the scope of work of the two existing agreements and addresses TruGreen LandCare's acquisition of CLM. A third existing agreement with CLM to provide landscape maintenance of City medians and roadsides will expire next year; however, staff is recommending that this agreement be assigned to TruGreen LandCare at this time. TruGreen has submitted written acceptance of the assignment, and agrees to comply with the terms and conditions of the current agreement (Attachment B). r.-X r .,�o -Cr.m Cmml Mo. 0 0 Discussion In addition to the scope of work specified in the current park/facility and turfgrass maintenance agreements, the proposed agreement includes additional service areas east of Newport Bay that are currently serviced by City staff (with the exception of 10 City parks and facilities east of the Bay which will continue to be maintained by City staff due to special service needs). The proposed agreement would provide full park maintenance services to 85 acres of City property including 19 parks, and 40 acres of turfgrass maintenance at 14 other City facilities. The extended service area results in an additional $75,000 contract fee. The additional contract costs will be paid by salary and equipment savings from the elimination of two vacant full -time positions in the Parks and Trees Division. This change was a part of the new budget and is consistent with Council direction to privatize parks maintenance through personnel attrition. The agreement is proposed for a one -year term, which will automatically renew for four consecutive years. The City may terminate the agreement with 30 days written notice at the conclusion of the initial term or any of the automatic extension periods. No annual CPI adjustment is included in the contract. To ensure that a high standard of service is maintained, specifications for the installation of material, the application of herbicides or fertilizers, the planting of landscaping materials, and hardscape and landscape maintenance schedules are detailed in the proposed agreement. The agreement.also includes a provision allowing the City to alter the frequency of maintenance when necessary. Service levels will be monitored by City supervisory staff who will also review the contractor's required weekly, monthly, and annual reports of maintenance activities. The assignment of the medians and roadsides maintenance agreement will result in no changes to the scope of work nor service area provisions of that agreement. Very respectfully, David E. Niederhaus Attachments: (A) Agreement with TruGreen LandCare, Inc. to provide park maintenance and turfgrass maintenance at certain City parks and facilities. (B) Letter signed by TruGreen LandCare accepting the assignment of the medians and roadsides landscape maintenance agreement from California Landscape Maintenance to TruGreen LandCare. F.WWn GSVWEW49eUULY OMCo 11-CLM SmflReptdo 0 0 CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this day of of 2000, by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City"), and TruGreen LandCare, Inc., a California Corporation ( "Contractor or TruGreen "), is made with reference to the following Recitals: RECITALS WHEREAS, prior to 1997, the City maintained City parks and facilities using its own employees and equipment. WHEREAS, due to budget constraints, in August 1997, the City contracted with California Landscape Maintenance to begin to provide turfgrass maintenance services in some City parks and facilities. In September of 1997, the City entered into another contract with California Landscape Maintenance for park landscape and turfgrass maintenance services in all new City parks. The August 1997 and September 1997 contracts have been extended annually per the terms of the contract since 1998 and were last extended in 1999. WHEREAS, in January 2000, California Landscape Maintenance was purchased by TruGreen — ChemLawn Company and recently began to operate in the City under the name of TruGreen LandCare. WHEREAS, the City Council has determined it is in the City's best interest to terminate the August 1997 and September 1997 contracts and enter into a new single contract for services with TruGreen upon the terms and conditions as set forth below. WHEREAS, TruGreen desires to enter into a new single Agreement to provide services to City and acknowledges that the City has relied upon its representations and commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement. WHEREAS, TruGreen has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, common nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement NOW, THEREFORE, the Parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one (1) year. The term shall commence within ten (10) working days of City Council Approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall 1 0 0 automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. 2. CONTRACTOR DUTIES Contractor shall perform the services specifically described in, and in strict compliance with the scope of work requirements of Exhibits A and B at the park and facility locations listed in Exhibits C and D ( "Contract Services'). The Contract Services shall be performed at least as frequently as specified in Exhibit E with particular attention to the time schedule of Exhibit F. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contract Services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit G. Reports will be submitted by the Contractor in accordance with Exhibit H. Bid Unit Prices and Costs are contained in Exhibits I through K. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally documented. B. All Contract Services shall be performed by competent and experienced employees. Irrigation maintenance and repairs shall be monitored by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, State, and Federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly perform Contract Services. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications by directly overseeing the contract operations. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. 2 0 0 D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing Contract Services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape maintenance standards. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor and clearly past "serving for the City of Newport Beach." G. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of Contract Services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of Two hundred ninety eight thousand five hundred fifty eight dollars and eighty two cents ($298,558.82) per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". 5. City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit G in performing Contract Services. Any deviation from the materials described in Exhibit G shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus fifteen percent (15 %), of all materials installed by 3 Contractor in the performance of Contract Services. Actual cost 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 this Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and /or materials. 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. 7. REPAIRIREPLACEMENT A. Contractor shall advise the City Administrator (as defined in Section 13 of this agreement) of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or it agents, employees, representative, or officers. C. Contractor shall repair damaged irrigation pipes, controllers, and valves only after the City Administrator has approved a written estimate of the costs of repair. D. Contractor shall, at its sole cost and expense, replace all plant materials (including shrubs, ground cover,. mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 8. EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of the Agreement. Et 0 9. HOLD HARMLESS 0 A. Contractor assumes all risk in any way related to the performance of Contract Services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of Contract Services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees and representative harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 10. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any Contract Services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the 5 0 option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A -7 or better carriers: Worker's Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and one million dollars ($1,000,000) per accident Employers' Liability; Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of one million dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than two million dollars ($2,000,000); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of two million dollars ($2,000,000) combined single limit per accident for bodily injury and property damage; D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Otherinsurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. Contractor shall also procure and maintain, at its own cost and expense, ,1 any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and performance of Contract Services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT 12. A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignments are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of Contract Services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of Contract Services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. 7 0 0 D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his /her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his /her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional turfgrass maintenance or landscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to five hundred dollars ($500). B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified 9 0 in Exhibits J and K. In the event the location is withdrawn for a period of less than a full one (1) year term, Contractor's compensation shall be reduced on a prorated basis. 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to fifteen thousand dollars ($15,000) as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment based on race, religion, color, sex, handicap, national origin, or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. N 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. NOTICES All notice, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 -8915 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: TruGreen LandCare, Inc. 1150 West Trenton Avenue Orange, CA, 92867 10 0 23. TERMINATION /DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonable required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this Agreement by giving written notice of termination. B. This Agreement may be terminated at anytime, without cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for Contract Services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and /or Contractor fails to satisfactorily perform Contract Services. City shall have the right to return funds withheld until the City Administrator determines that Contract Services are performed as well as frequently as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinance, statutes or regulations applicable to the performance of Contract Services. 11 0 26. WAIVER 0 A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 27. INTEGRATED CONTRACT The August 1997 and September 1997 agreements are terminated as of the effective date of this Agreement. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties concerning the services to be provided under this Agreement. All preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ATTEST: LaVonne Harkless, Clerk AP D AS TO FORM: Robi auson, Assistant City Attorney F :XcatWsemisharedlAg %TruGreen.doc da\07 -25.00 12 CITY OF NEWPORT BEACH A Municipal Corporation a TruGreen LandCare, INC. Title:r � E LIST OF EXHIBITS r] Exhibit A Scope of Work — Park/Facility Maintenance Exhibit B Scope of Work — Park/Facility Turfgrass Maintenance Exhibit C Park/Facility Maintenance Locations Exhibit D Park/Facility Turfgrass Maintenance Locations Exhibit E Maintenance Frequency Summary Exhibit F Park and Facility Areas Exhibit G Standard Materials Exhibit H Reports Exhibit I Bid Unit Prices Exhibit J Bid Unit Costs —Park/Facility Maintenance Exhibit K Bid Unit Costs — Park/Facility Turfgrass Maintenance • EXHIBIT A • TECHNICAL MAINTENANCE SPECIFICATIONS FOR CONTRACT MAINTENANCE OF CITY PARKS AND FACILITIES SCOPE OF WORK I. GENERAL LANDSCAPE MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary", Exhibit E. 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. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City facilities. 3. Contractor will keep all gutters, curbs, and walks adjacent to contract areas free of weeds, trash, and other debris. 4. Contractor will keep sidewalks free of algae where constant runoff occurs. 5. Leaves, paper, weeds, and any other debris will be removed from landscaped areas and disposed of off -site. 6. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 7. The Contractor shall maintain the premises clean of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his 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 by the Contractor for his debris. 8. Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. 9. Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. 10. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 1 of 11 0 EXHIBIT A • 11. Contractor must notify City within one (1) hour of malfunctioning facilities or conditions that may break, malfunction, or interrupt the public's use of City facilities. 12. All insects and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and Tree Maintenance Superintendent 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. 13. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 14. All broken glass and sharp objects shall be removed immediately. 15. All areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. 16. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. 17. All sand and wood chip areas abutting maintained areas shall be cleaned when dirtied by Contractor's operations and at other times as required. 18. Trash cans provided by the City shall be emptied as needed and washed after emptying (when necessary) or as determined by the Inspector. Contractor shall provide plastic liners for all trash cans at Contractor's expense. 19. All concrete "V" drains, to include the portion under the sidewalk, shall be kept free of vegetation, debris and algae to allow unrestricted water flow. 20. All other drainage facilities shall be cleaned 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. 21. All barbecue grills shall be emptied of all ashes once per week. II. SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS Drainage Facilities 1. All drainage structures shall be checked and cleaned monthly or as needed to insure consistent unrestricted water flow. 2. Any damage to structures shall be noted immediately to the Parks and Tree Maintenance Superintendent. 2ofII • EXHIBIT A • 3. Failure to properly maintain drainage systems or to notify the Parks and Tree Maintenance Superintendent of damaged systems will result in the contractor assuming full responsibility for the repair of drainage damage to the facility. Irrieation System Maintenance 1, 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, moisture sensors, manual and remote control valves, wiring, pipes, vaults, heads, and anti -drain valves. The Contractor shall not be responsible for the water meter assembly except as he /she may cause damage to these items. a. 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. b. 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. c. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and Tree Maintenance Superintendent. g. Necessary irrigation repairs shall be made prior to the next scheduled irrigation cycle. All repairs shall be made in accordance with City of Newport Beach standard irrigation specifications. h. Irrigation programming charts will be included in each monthly report. i. Areas that require irrigation will have such accomplished no earlier than 11:00 PM or later than 6:00 AM. j. Contractor will maintain moisture sensors at all sites at which moisture sensors are installed. 3 of11 0 EXHIBIT A 0 2. Turf shall be regularly mechanically trimmed around sprinkler heads to insure the proper operation of the system. 3. Irrigation systems shall be thoroughly inspected by operating all control valves and checking for proper coverage, leaks, valve actuation, proper timing, and other operational conditions. Such inspection shall be made weekly June through September and bi- weekly October through May. However, the contractor shall be responsible for the proper operation of the system at all times and shall provide for obvious repairs as they occur or are needed. Turf Maintenance 1. All turf is to be mowed once per week in the growing season, or as needed to maintain the height specified below: a. Frequency or mowing shall be scheduled so that no more than one -third (1/3) the height of the grass plant is removed. b. Borders shall be edged at each mowing. c. Clippings shall be collected and removed unless otherwise directed by the City. d. Mechanically trim around sprinklers as needed to provide proper and unobstructed irrigation. The cutting of holes around sprinklers shall not be permitted. e. Chemically kill turf around trees, as needed, a maximum of six inches from the tree base or as directed by the City. If a tree wound is present then hand trimming is required. A 2" layer of bark mulch shall be maintained in this area. f. Mechanically trim around vaults, posts, and other similar features on a weekly basis. g. Mowing equipment shall be approved by the City. Equipment must be sharp and properly adjusted to avoid damage to the turf plant. h. Pick up all litter prior to mowing. 2. Mow turf to the following heights: a. Warm season turfs including Bermuda grass- 3/4 to 1 1/4 inches. b. Cool season turfs including bluegrass, perennial rye, fescues - 1 1/2 to 2 1/2 inches. 4of11 • EXHIBIT A • c. Kikuya and St. Augustine turf's - 1 1/4 to 13/4 inches. 3. Vertical mowing of warm season grasses shall be done once per year in October, permitting sufficient time for turf regeneration. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized three 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: a. February: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. d. 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. e. The Contractor shall perform a soil fertility analysis at individual parks as directed by the City in the month of December and review the analysis with the City representative in the month of January. f All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis b. Chemical control of broadleaf weeds shall be initiated as needed on all turf. 5of11 • EXHIBIT A • 6. 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). a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. 7. Irrigate as necessary to maintain proper growth rate, optimum appearance, and the health of the turf plant. a. Irrigation must be scheduled to avoid either under- watering or over - watering. b. Manually water where necessary. c. Check operation of irrigation weekly June through September and biweekly October through May, or more often when conditions warrant, to insure proper operation of irrigation system. 8. Control all rodent pests as necessary to provide a healthy and safe environment for plants and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs, Correct as necessary. 10. Scheduling of mowing and turf care maintenance times will be approved by the City. Attention to public use will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed free condition. a. Weeds shall be removed as they appear. A pre- emergent herbicide may be used where appropriate in shrub and ground cover beds. b. Morning glory and grass infestations shall be treated immediately when observed. c. Groundcover areas shall be fertilized twice per year, once in April and once in September with the approved 12 -4 -6 slow - release turf fertilizer, at a rate of 2 pounds actual fertilizer per 1,000 square feet. 6ofII • EXHIBIT A • d. 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. e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f. Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed. Shrub. Vine. and Tree Maintenance 1. Shrubs shall be maintained in a safe and reasonably trimmed appearance by proper shaping and pruning to promote the plant's natural character. a. Quarterly trim all shrubs to maintain the size and shape specified by the Parks and Tree Maintenance Superintendent. b. Pruning shall be accomplished to maintain a "natural" appearance; decorative, poodle cuts or other unnatural pruning will not be permitted. c. Control pests as required, including snails and insects. d. Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. e. 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. f Irrigate as required to maintain adequate growth and appearance. Manually water where necessary. g. Careful attention not to prune or trim shrubs prior to blooming shall be made. At the conclusion of blooming of plants such as raphiolepsis, all blooms shall be trimmed off or otherwise removed. Flower stalks on agapanthus, day lilies, morea, and other similar plants shall be removed immediately after blooming or as directed by City. h. All bare shrub bed areas shall be raked weekly to remove all litter and other debris. 7ofII • EXHIBIT A • i. 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. j. Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. k. Bark mulch should be replaced as necessary. 1. All plant material will be trimmed to protect property owners ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. Contract responsibility covers trimming all trees up to eight (8) feet. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor to stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. e. Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Parks and Tree Superintendent if any of the above conditions exists. f. 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 Parks and Tree Superintendent. g. Water as required to maintain proper and vigorous growth according to variety. Manual water where necessary. h. Tree wells shall be maintained with 2" of bark mulch unless ground cover is present. Weeds shall be removed, including their roots, before they reach 3" in height. i. All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. 8ofII • EXHIBIT A • 3. 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. 4. 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. Hardscape Maintenance 1. 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. a. All expansion joints and cracks are to be maintained free of weeds. b. Dirt, litter, and other debris must be removed on a weekly basis. c. Inspect for safety hazards, including tripping hazards, holes, or other conditions. Immediately report such to the Parks and Tree Maintenance Superintendent. 2. 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. General Grounds Policine 1. The Contractor shall provide general grounds policing and inspection six days per week. a. Remove all litter and other debris from site six days per week. b. 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 or week. c. Provide safety and facility inspection and immediately report any deficiencies to the Parks and Tree Maintenance Superintendent. Contractor shall be responsible to report below standard conditions of all structures and fixtures, including but not limited to: 9ofII • EXHIBIT A • 1. Light standards and fixtures 2. Walls, fences, gates 3. Signage 4. Graffiti Sand/Wood Chip Areas: 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). All additional sand or wood chips that are added shall be at the contractor's expense. d. Six days per week week, all sand and wood chip areas shall be cleaned and raked level. Specialty /Sports Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, bicycle trails, all asphalt, concrete and decompossed granite walkway. b. All areas shall be swept six days per week if necessary, to remove all deposits of silt and/or sand and glass. c. On Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six days per week 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. e. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 10 of 11 • EXHIBIT A • f. All broken glass and sharp objects shall be removed immediately. g. All areas shall be inspected six days per week and maintained in a neat, clean and safe condition at all times. h. All areas shall be raked to remove leaves and debris six days per week. i. All play and sports equipment within hardscape areas shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City j. All leaves, paper and debris shall be removed from hardscape areas and disposed of off site. Drinking Fountains: 1. Inspect, clean, adjust six days per week. 2. Report any deficiencies to the City immediately in writing. Disposal At least 50% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a quarterly basis to the City. Such reports are due to the City by 30 days after the end of each calendar quarter. llofll • EXHIBIT B • Specifications for Contract of Turfgrass Maintenance of City Parks and Facilities SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK Furnish all labor, equipment, materials, and supervision to perform turfgrass maintenance as described herein including, but not limited to, the following: 1. Turfgrass weed eradication and control both mechanically and with chemicals. 2. Fertilizing. 3. Irrigation repair. 4. General pest control. 5. Mowing, verticutting, and aerifying. 6. General litter control, refuse removal, and grounds policing. 7. Hardscape cleaning. 8. Removal of all grass clippings from site as directed by the City. 2. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation or the result of a normal holiday. No motorized equipment shall be operated before 8:00 AM nor after 5:00 PM., unless specified in Attachment F. 3. LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest turfgrass maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. B. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate Vayment from the Contractor until services are rendered in accordance with 1 of 10 • EXHIBIT B • specifications set forth within this document and providing no other arrangements have been made between the Contractor and the and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard. C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. If an area is not mowed or edged as scheduled, payment will be withheld for the maintenance cost of the specific areas that were not maintained. 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a minimum of a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City by the first of said month. B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to David E. Niederhaus, General Services Director, General Services Department, City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA 92663 -3884. 7. PROVISIONS FOR EXTRAS 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 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. 2of10 EXHIBIT B • 8. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in conformity with the "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. B. 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. 9. DISPOSAL At least 50% of all landscape debris will be disposed of through a landscape material recycling center or roused 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS A. The contractor shall keep accurate records concerning all of Ms/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Tree Maintenance Superintendent. This report should also contain a description, including man- 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. C. The Contractor shall, within fifleen (15) days of the effective date of an executed agreement;, prepare and submit a written annual maintenance calendar to the Parks and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the turfgrass maintenance tasks required by this agreement and the months of t e 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 Parks and Tree Maintenance Superintendent for approval prior to the date the change 3 are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City provided services only at any reasonable time. 3of10 • EXHIBIT B 0 11. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two qualified persons who may be contacted by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City of Newport Beach. The Contractor representatives shell respond to said emergency within thirty (30) minutes from receiving notification. 12. 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: fertilization, turf aerification, tur dethatchin . seeding, preventive and curative application of turf fungicide, herbicide or any required pesticide applications and plant replacements. 13. LANDSCAPE LICENSE 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 at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a yard. 15. SCHEDULES A. Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park and facility and in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. 4of10 0 EXHIBIT B • B. Weekly Schedule 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the 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. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. 5. Failure to notify of a change and/or failure to perform an item of work on a scheduled day may result in deduction of payment for that date or week. 6. The Contractor shall adjust his/her schedule to compensate for all holidays and rainy days. Maintenance and litter removal shall be scheduled for all holidays and rainy days, unless otherwise indicated by the City. C. Performance on Schedule 1. The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. 5of10 • EXHIBIT B 0 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. B. 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. C. The Contractor shall immediately notify the Parks and Tree Maintenance Superintendent when the work force has been removed from the job site due to inclement weather or other reasons. 17. UNDERGROUND EXCAVATIONS 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 Parks and Tree Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. 18. PESTICIDES A. The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Tree Maintenance Superintendent with all of the following: 1. A copy of Contractor's Orange County Agricultural Commissioner, "Restricted Materials Permit/Operator I.D. numbers ". 2. A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A "Pesticide Use Daily Record" for any site at which a pesticide was used, within 24 hours of application. 4. If a restricted pesticide is proposed to be used, a copy of the "Notice of Intent To Use Restricted Materials ", 24 hours before application. 5. A list of Environmental Protection Agency numbers and Material Safety Data Sheets of 0 the pesticides Contractor intends to use for this contract, prior to such use. 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. 6of10 • EXHIBIT B • 19. TECHNICAL MAINTENANCE SPECIFICATIONS A. GENERAL TURFGRASS MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary" (Exhibit E). 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 parks and facilities. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City parks and facilities. 3. Leaves, paper, broken glass, and any other debris will be removed from turfgrass areas prior to mowing and disposed of off -site. 4. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 5. The Contractor shall maintain the premises clean of debris at 0 times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his 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 by the Contractor. 6. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 7. Contractor must notify City within one (1) hour of facilities or conditions that may break, malfunction, or interrupt the public's use of City parks and facilities. 8. All insects and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and 'free Maintenance Superintendent 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. 9. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. 10. All repairs or replacements to be made with original type material or as directed. 11. Material substitutions must be approved by the Parks and Tree Maintenance Superintendent. 7of10 0 EXHIBIT B • 12. Necessary irrigation repairs shall be made within 24 hours. All repairs shall be made in accordance with City of Newport Beach standard irrigation specifications. 13. Turf shall be regularly mechanically trimmed using line trimmers around sprinkler heads to insure the proper operation of the system. B. TURF MAINTENANCE 1. A mowing schedule of all areas shall be provided to the City by the Contractor. 2. All areas will be mowed not less than once a week during the warm season of March I through November 30 and once every two weeks during the cool season of December I through February 28. AU sports turf areas and City Hall are to be mowed weekly, 52 times per year. Fescue, Kikuya, Perennial Rye and Bluegrass turfgrasses shall be mowed using a rotary mower at a cutting height of 2 " -2 1/2 ". Bermuda turf shall be mowed using a reel mower, at a cutting height of 1/2" - 3/4 ". Mowing height shall be as directed by the City. 3. Clippings shall be collected and removed at end of each mowing unless otherwise directed by the City. Mulching mowers may be acceptable if approved by City prior to mowing of a particular site(s) 4. Mechanically, trim growth using line trimmers from around all trees, valve boxes, lamp posts, drains and other permanent structures located in the turf at each site mowing. fine trimmers shall be used to keep the turf at approximately the height as mowers, except around sprinkler heads and valve boxes where the turf should not be trimmed to below 1/2 ". The contractor shall be liable for any damage caused to trees as a result of use of line trimmers. 5. Mowing equipment shall be sharp and properly adjusted to avoid damage to the turf grass. 6. Pick up all litter from turfgrass areas prior to mowing. 7. Vertical mowing of turfgrass shall be done once per year in October. Sports fields will be done in July, or as directed by City. 8. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. Dethatching shall be accomplished by use of "vertical cut type" dethatch machine. The amount of dethatching shall be determined by City. 9. All thatch and debris shall be removed and disposed of at the end of each day. 8of10 • EXHIBIT B 10. All turf shall be fertilized three times per year using a homogenous, pelletor granular slow release material. City must approve the material used. Apply at the following rates and time: a. February: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. d. 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. e. The Contractor shall perform a soil fertility analysis at Contractors expense at 12 individual parks and/or facilities as directed by the City in the month of December and review the analysis with the City representative in the month of January. f. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 11. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broad leaf weeds shall be initiated as needed on all turf. 12. Aerate all turf areas twice per year; once in April and again in October. a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose of all cores. c. Contractor is responsible for locating and marking all sprinkler components prior to aeration operations. 13. Visually check all turf areas on a weekly basis for pests, fertility, irrigation, damage, or other problems. Correct or advise the City immediately. 14. Scheduling of mowing and turf care maintenance times will be approved by the City. Attention to public use will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. 9of10 • EXHIBIT B • C. HARDSCAPE MAINTENANCE 1. After each mowing or maintenance activity all hardscape will be cleaned. 2. Vacuums, blowers, sweepers.or other approved means may be used to clean hardscape areas. AU blowers shall be operated in a manner so as to not disturb residents or visitors. However, debris shall not under any circumstance be blown or otherwise swept onto adjacent streets or rn operty. 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. D. GENERAL GROUNDS POLICING 1. Refuse or litter shall be removed prior to mowing operations. Failure of said removal may result in deduction of payment for that date or week. 10 of 10 • EXHIBIT C • Park/Facility Maintenance LOCATIONS PARK JADDRESS ACREAGE Balboa Island 115 Agate Ave., Balboa Island 0.3 Ba side Drive Ba side Dr. between Carnation and Larkspur 4.4 Bayview Mesa Dr. Bay view Ave. 3.0 Begonia Begonia Ave. at First Ave. 2.1 Bob Henry 16th Street @ Dover Drive 4.8 Bonita Creek University Dr. La Vida 10.0 Buffalo Hills Newport Hills Dr. East/West @ Ford Rd. 15.0 Castaways 16th Street Dover Drive 5.0 Gateway Ne ort Blvd. Via Lido 0.4 Eastbluff Vista Del Oro @ Vista Del Sol 13.9 Irvine Terrace Seadrift Dr. @ Evita Dr. 6.8 Jasmine View Harbor View Dr. @ Marguerite Ave. 1.0 Manning Tract Newport Hills Dr. W. and Port Wheeler Pl. 2.7 Old School Carnation Ave. 4th Ave. 0.8 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. 4.1 San Miguel San Miguel Dr. @ Spyglass Hill Rd. 7.3 Spyglass Hill Spyglass Hill Rd @ El Ca itan Dr. 1.4 Spyglass Hill Resevoir Muir Beach Circle 1.0 Sunset View North of PCH off of Superior Ave. 0.7 SUBTOTAL 84.7 FACILITIES JADDRESS ACREAGE Police Department I Santa Barbara Drive @ Jamboree Road 0.4 6YW- 31Illy " �Ix! Ce7 7 \►`i1 C111 Kv�- 11 1 of 1 EXHIBIT D Turfgrass Maintenance Park/Facility Locations Parks jAddress lAcreage Bolsa Bolsa Ave. @ Old Newport Blvd. 0.1 Channel Place Channel Place @ 44th St. 1 Cliff Drive Cliff Dr. @ Riverside Dr. 1.5 Ensign View 2501 Cliff Dr. @ El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. 1 Grant Howald his Ave. @ 5th Ave. 2.5 Harbor View Nature San Miguel Dr. Pacific View Dr. 1 Kings Road Kings Road west of St. Andrews Road 0.1 "L" Street "L" St. @ Del Sur 0.5 Las Arenas Balboa Blvd. @ 16th St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Mariners Dover Dr. @ Irvine Ave. 5 Newport Island Marcus @ 39th St. 0.1 Newport Shores 61 st St. @ Coast Blvd. 0.1 Oasis Passive Marguerite Ave. @ 5th Ave. 3.4 Ocean Blvd. Bluffs Femleaf Ave. to Poppy Ave. 1 Peninsula Main St. @ Oceanfront, Balboa 3.5 Veteran's Memorial 15th St. @ Bay Ave. 0.4 Westcliff Polaris Dr. Westwind Way I West Jetty View Ocean Blvd. @ Channel Rd., Balboa 0.2 West Newport Seashore Dr. Between 57th St. & River Jett 4 38th Street Balboa Blvd. @ 38th St. 0.3 SUBTOTAL 27.9 1 of2 0 0 EXHIBIT D Turfgrass Maintenance Park/Facility Locations Fire Stations: 1 Balboa Blvd. @ Island Ave. 0.1 2 32nd St. @ Villa Way 0.1 3 Santa Barbara Dr. Jamboree Rd. 0.1 5 Marigold Ave. between PCH/2nd Ave. 0.1 6 Irvine Ave. @ Dover Dr. 0.1 SUBTOTAL 0.5 Libraries: Balboa Balboa Blvd. @ Island Ave. 1 0.2 Corona del Mar IMarigold Ave. between PCH/2nd Ave. 1 0.1 SUBTOTAL 0.3 Miscellaneous: CdM State Beach Ocean Blvd. @ Jasmine Ave. 1 City Hall 3300 Newport Blvd.@ 32nd St. 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd. @ McFadden Pl. 0.2 Oasis Senior Citizens Ctr. 800 Marguerite Ave. @ 5th Ave. 1 W. Nwpt Conununity Ctr. 883 W. 15th St. off Placentia Ave. 0.1 SUBTOTAL 11.3 GRAND TOTAL 40 Z of 2 • EXHIBIT E • MAINTENANCE FREQUENCY SUMMARY FUNCTION FREQUENCY Irri ation Inspection lWeekly Turf Maintenance Mowing Every week, March thru November Every Two weeks, December thru February Sports Fields and City Hall Weekly throughout the year Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize 3 /year Vertical Mow 1 /year Aerate 2 /year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice a year Pest and Weed control As needed Visual Inspection Weekly Shrub, Vine, and Tree Maintenance Trim 4 /year Fertilize Twice a year (once /year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Hardsca a Maintenance Each site visit/weekly min. Grounds PolicingfLitter Removal Six days per week Site Inspection Six days per week IofI 0 0 EXHIBIT F PARK AND FACILITY AREAS Sites Requiring Mandatory Early Mowing 1 of 1 Before 7:00 a.m. Before 9:00 a.m. jBefore 10:00 a.m. City Hall 38th St. Park Las Arenas Park Newport Pier Plaza Peninsula Park Oasis Senior Citizens Ctr West Jetty View State Beach W. Newport Park Ocean Blvd. Bluffs Ensign View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas San Joaquin Hills Park Lincoln Athletic Ctr San Miguel Park Begonia Park 1 of 1 • EXHIBIT G • STANDARD MATERIALS All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Elect. Valve 6. Rainmaster Evolution DX2 7. Rainmaster EVMV 2 way master valve 8. Rainmaster EVFM Flow sensor 9. Rainmaster EV -SEN ADJ moisture sensor 10. Matco 754 Series Full Port Ball Valve 11. Class 200 PVC Lateral Pipe 12. Class 315 PVC Main Supply Pipe 1 %2" and Larger 13. Schedule 40 PVC Main Supply Pipe 1 '/4" and Smaller 14. Rectangular Valve Box - Plastic -18 "L x 12 "Deep 15. Round Valve Box —Plastic — 10" 16. Rainbird #44 Quick Coupling Valve with Vinyl Cover 17. Control Wire: AWG, U.F. 600 -Volt Direct Burial Copper with PVC Insulation 18. Head model to be selected by the City a. Toro 570 Pop Up b. Toro 300 Series Stream Rotor -Pop Up c. Toro XP 300 Series — Pop Up d. Toro 640 Series — Turf Head e. Toro 500 Series Shrub Flood Bubbler f. Toro 2001 Turf Rotor g. Toro V1550 TURF FERTILIZERS, ETC: 1. All commercial fertilizers must be homogenous. 2. All organic fertilizers must have lowest salinity rate possible 3. No steer nor chicken manure is allowed. 4. All fertilizers, planting medium, humus material, etc. must be City approved. 1 of 2 • EXHIBIT G • PLANTSTOCK All selection and condition of the plant material of plant stock, seed, sod, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Park and Tree Maintenance Superintendent before planting. PESTICIDES 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. 2 of 2 • EXHIBIT H • REQUIRED REPORTS 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (as sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers 7. Monthly Phone Log with action taken 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. Extra work approval list 11. Weekly maintenance inspection list for all sites 12. Manual irrigation schedule 13. Annual pesticide safety training records 14. Required tailgate safety meeting records 15. Monthly maintenance report 16. Monthly greenwaste recycling report 1 of 1 EXHIBIT I UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the contract sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the construction documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the Contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or the amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the contact and exhibits. FUNCTION COST/UNIT OF MEASURE TURF Turf Mow -Reel Blade $2.25/1000 Sq. Ft. Turf Mow - Rotary Blade $1.50 /1000 Sq. Ft. Turf Mow and Clippings Picked Up $1.65/1000 Sq. Ft. Turf Edge $2.50/1000 Linear Ft. Turf String Trim $3.25/1000 Linear Ft. Turf Chemical Edge 6" Swath $7.00/1000 Linear Ft. Turf Chemical Edge 12" Swath $14.00/1000 Linear Ft. Turf Aerify $2.30 /1000Sq.Ft. Turf Fertilize $2.10/1000 Sq. Ft. Turf Dethatch/Renovate $150.00 /Acre Turf Sweeping $5.1511000 Sq. Ft. Flail Mow of Natural Areas $140.00 /Acre HARDSCAPE Cleaning and weed abatement $6.50/1000 Sq. Ft. GROUNDCOVERS Mow $2.25/1000 Sq. Ft Edge $2.60/1000 Linear Ft. Fertilize $2.75/1000 Sq. Ft. 1 of 2 0 EXHIBIT I PEST CONTROL Turf diseaselinsectspray Boom Application Hand Application Turf Broadleaf Spray Boom Application Hand Application Groundcover disease /insect spray Shrub disease /insect spray Soil Sterilant Applicant Turf Pre- Emergent Landscape Planter Weed Control General Weed Control Post Emergent SHRUB PRUNING 1 -4 Feet, Lacing 1 -4 Feet, Hedging 4 plus Feet, Lacing 4 plus Feet, Hedging TREE PRUNING Up to 8 Feet PLANTING 1 Gal. Shrub /Tree 5 Gal. Shrub 5 Gal. Tree 15 Gal. Shrub 24" Box Tree 64 Count Flat Groundcover Turf -Seed and Top Dress Turf -Sod LABOR Landscape Maint. Laborer Landscape Maint. Leadworker Landscape Maint. Supervisor irrigation Specialist Pest Control Applicator Tree Trimmer Equipment Operator E $2189/1000 Sq. F. $10.50 /1000 Sq. Ft. $19.50/1000 Sq. Ft. $10.00/1000 Sq. Ft. $19.00/1000 Sq. Ft $19.50/1000 Sq. Ft. $21.00!1000 Sq. Ft. $22.5011000 Sq. Ft. $6.50/1000 Sq. Ft. $18.25/1000 Sq. Ft. $18.2511000 Sq. Ft. $4.25 /Shrub $3.90 /Shrub $6.25 /Shrub $5.50 /Shrub $20.00/Tree 2of2 $5.00 /Each $16.00 /Each $30.00 /Each $50.00/Each $175.00/Each $15.00fFlat $38/1000 Sq. Ft. $.65/1000 Sq. Ft. $10.00/Hour $12.001Hour $17.00/Hour $19.50/Hour $19.501Hour $19.50/Hour $48.35(Hour 9 EXHIBIT J • Park/Facility Maintenance BID UNIT COSTS Area Unit Cost Balboa Island $686.28 Ba side Drive $10,784.40 Ba iew $7,353.00 Begonia $5,147.10 Bob Henry $11,764.80 Bonita Creek $24,510.00 Buffalo Hills $36,765.00 Castaways $12,255.00 Gateway $980.40 Eastbluff $34,068.90 Irvine Terrace $16,740.33 Jasmine View $2,451.00 Manning Tract $6,617.70 Old School $1,960.80 San Joaquin Hills $9,951.06 San Miguel $17,941.32 ]Spyglass Hill $3,480.42 ISpyglass Hill Resevoir $2,451.00 Sunset View $1,712.27 SUBTOTAL $207,620.78 Unit Cost SUBTOTAL GRAND TOTAL 1 of 1 will $211,787.48 • EXHIBIT K 0 Turfgrass Maintenance BID UNIT COSTS Area Unit Cost Bolsa $216.92 Channel Place $2,169.28 Cliff Drive $3,253.93 Ensign View $1,084.64 Galaxy View $2,169.28 Grant Howald $5,423.22 Harbor View Nature $2,169.28 Kings Road $216.92 "L" Street $1,084.64 Las Arenas $433.85 Lido $1,084.64 Manners $10,846.44 Newport Island $216.92 Newport Shores $216.92 Oasis Passive $7,375.57 Ocean Blvd. Bluffs $2,169.28 Peninsula $7,592.50 Veteran's Memorial $867.77 Westcliff $2,169.28 West Jetty View $433.85 West Newport $8,677.15 38th Street $650.78 SUBTOTAL $60,523.06 1 of 2 0 EXHIBIT K • Turfgrass Maintenance BID UNIT COSTS Facility UNIT COST/YEAR Area Unit Cost Fire Stations: 1 $216.92 2 $216.92 3 $216.92 5 $216.92 6 $216.92 Libraries: Balboa $433.85 Corona del Mar $216.92 Miscellaneous: CdM State Beach $2,169.28 City Hall $2,169.28 Lincoln Athletic Center $17,354.30 Newport Pier Plaza $433.85 Oasis Senior Citizens Ctr. $2,169.28 W. Nwpt Community Ctr. $216.92 SUBTOTAL $26,248.28 GRAND TOTAL $86,771.34 2 of 2 TRUGREEN Land ?areSM Mr. David E. Niederhaus, Director General Services Department City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92658 Dear Mr. Niederhaus, • 1150 W. Trenton Avenue Orange, CA 92868 714 -288 -5955 FAX: 714 -288 -5950 Contractor's License #774548 August 7,2000 On April 8, 1996, California Landscape Maintenance (CLM) entered into an agreement with the City of Newport Beach to provide landscape maintenance of City medians and roadside areas ( "Agreement "). The Agreement has renewed annually since 1996, and is currently in its fourth year. The purpose of this letter is to inform the City of Newport Beach that CLM was purchased by TruGreen- ChemLawn Company on August 28,1998. As of August 28, 1998, CLM's operations merged with those of TruGreen- ChemLawn and began to operate in the City of Newport Beach under the name of TruGreen Landcare. CLM no longer exists as a separate business entity. Therefore, please assign the Agreement dated April 8,1996 to TruGreen Landcare. By Signing this letter, TruGreen Landcare accepts the assignment of the Agreement from CLM to TruGreen Lancare and will comply with all the terms and conditions of the Agreement. You may contact Howard Mees at (714) 363 -0065 if you have any questions regarding this letter. a Sin erely, ,z Howard Mees Regional Manager EEf: Attachment B • � C- 'LI(o0 �3g� r City Council Agenda Item No. 4 • October 12, 1998 TO: Mayor and City Council FROM: General Services Director SUBJECT: Assignment of Landscape Maintenance Contract Recommendation Approve the attached Assignment of City Contract No.C2160 to California Landscape Maintenance, a Division of TruGreen LP. Background In 1996, the City contracted with California Landscape Maintenance ( "CLM ") to maintain certain City medians and roadsides. In 1997, the City entered into two additional service agreements with CLM for the mowing of turf at City facilities and to perform maintenance functions at all new City parks. Each agreement was entered into for a five -year term. In a letter dated September 3, 1998, the City was notified that CLM had been acquired by TruGreen - Chemlawn LP, a division of The ServiceMaster Company. In the same letter, CLM requested that the City assign each contract to its new firm name of California Landscape Maintenance, a Division of TruGreen LP ( "TruGreen "). Discussion CLM's request is consistent with the provisions of each of its three agreements with the City. Staff has no objection to the request, and submits the attached contract amendment for Council review. Council approval of the attached amendment will bind TruGreen to all of the terms and conditions of CLM's contractual obligations to the City. There are no other changes to the contract beyond the name change. Very respectfully, David E. Niederhaus DEN /me • Attachments: (A) Proposed Amendment to Agreement with California Landscape Maintenance City Contract No. C2160. F: \USERS \GSV .MEldridge\SEPTEMBER 98 \Counci1- CLMAssignmt.dm I� 0 AMENDMENT TO AGREEMENT THIS AMENDMENT is made and entered into this 12' day of October 1998 by and between the City of Newport Beach, a Municipal Corporation, hereinafter referred to as "City ", California Landscape Maintenance, hereinafter referred to as "CLM ", and TruGreen - Chemlawn LP, a Division of The ServiceMaster Company, hereinafter referred to as "TruGreen" RECITALS A. City and CLM entered into three separate Agreements dated April 8, 1996, August 11, 1997, and September 25, 1997 to provide landscape and maintenance services for certain City medians and roadsides, turfgrass maintenance, and to perform maintenance services for all new City parks respectively. B. On September 3, 1998 CLM requested City's consent to assignment of the contract to TruGreen. C. The City Council, after considering information provided has determined it is appropriate to consent to the requested assignment. NOW, THEREFORE, in consideration of the facts recited above and the terms, covenants and conditions of this Amendment and the Agreements, the parties agree as follows: 1. Contract No. C2160 between the City and CLM is hereby assigned to California Landscape Maintenance, A Division of TruGreen LP. 2. TruGreen consents to the assignment and agrees to comply with and be bound by all terms and conditions of the Agreement. IN WITNESS WHEREOF, the parties herein have executed this Amendment to Agreements as of the date set forth above. ATTEST: LaVonne Harkless City Clerk F1USerslGsv \Meldddne \SentemMr 98 %('0, mcil -01 . MAmdmt dw 0 0 • • APPROVED AS TO FORM: Robin L. Clauson, Esq. Assistant City Attorney F Wserm�GswWeIdHdae\Seolember WCouncil- CLMAmdmt..dm CITY OF NEWPORT BEACH, a Municipal corporation Dennis Danner Acting City Manager CALIFORNIA LANDSCAPE MAINTENANCE m Title: TRUGREEN - CHEMLAWN LP, a DIVISION OF THE SERVICEMASTER COMPANY Title: r 0 AMENDMENT TO AGREEMENT THIS AMENDMENT is made and entered into this fi�th day of October 1998 by and between the City of Newport Beach, a Municipal Corporation, hereinafter referred to as "City", California Landscape Maintenance, hereinafter referred to as "CLM ", and TruGreen- Chemlawn LP, a Division of The ServiceMaster Company, hereinafter referred to as "TruGreen" RECITALS A. City and CLM entered into three separate Agreements dated April 8, 1996, August 11, 1997, and September 25, 1997 to provide landscape and maintenance services for certain City medians and roadsides, turfgrass maintenance, and to perform maintenance services for all new City parks respectively. B. On September 3, 1998, CLM requested City's consent to the assignment of the contract to TruGreen. C. The City Council, after considering the information provided, has determined it is appropriate to consent to the requested assignment. NOW, THEREFORE, in consideration of the facts recited above and the terms, covenants and conditions of this Amendment and the Agreements, the parties agree as follows: Contract No. C2160 between the City and CLM is hereby assigned to California Landscape Maintenance, A Division of TruGreen LP. 2. TruGre nbonsents to the assignment and agrees to comply with and be bCMdNh1kL all terms and conditions of the Agreement . Se �R$ �iein bcti 3 IN WITNESS WHEREOF, the parties herein have executed ,this Amencullm to Agreements as of the date set forth above. ATTEST: 144 6 LaVonne Harkless City Clerk FAUSm \GsVMeldifdge\Seplembw 88 \CoundJCLMAmdm1.d= CITY OF NEWPORT BEACH, a Municipal corporation Q &uiis Danner Acting City Manager CALIFORNIA LANDSCAPE MAINTENANCE By: Title: / v f /'%..T TRUGREEN - CHEMLAWN LP, a DIVISION OF THE SERVICEMASTER COMPANY By: Oad J(' Title: Cp APPROVED AS TO FORM: le Deputy City Attorney F:Uk \G.sMeldndge4September 98 \C 1-CLMAmdmL.doc CONTRACTOR AGREEMENT THIS AGREEMENT, entered into thisa day of , 1997, by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City"), and California Landscape Maintenance, Inc. ( "Contractor"), is made with reference to the following: RECITALS A. The City maintains existing City parks using its own employees and equipment; B. City has determined it to be in the City's best economic interests that all new park maintenance functions be performed by a private contractor. C. Contractor acknowledges that City has relied upon Contractor's representations and Contractor commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement; D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the prices specified in this agreement. NOW, THEREFORE, the parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one year. The term shall commence within ten (10) working days of City Council approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. 2. Contractor shall perform the park maintenance services specifically described in, and in strict compliance with the requirements of Exhibit A (Scope of Work), at the park location noted by Exhibit B. The contract services (Scope of Work) shall be performed at least as frequently as specified in Exhibit A. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the r installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit C. Reports will be submitted by the Contractor in accordance with Exhibit F. Bid Unit Prices and Costs are contained in Exhibits D and E. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. The City reserves the right to amend this Agreement to add new parklands for maintenance at the Bid Unit Prices. 8. WORKMANSHIP, SUPERVISION. AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the contract services and all members of the work force shall be legally documented. B. All contract services shall be performed by competent and experienced employees. Irrigation maintenance and repairs shall be performed by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly perform contract services. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing contract services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape maintenance standards. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor. G. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of contract services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. Fa r 4. 0 City shall pay Contractor the sum of $11,764.80 per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL. A. Contractor shall use only the standard materials described in Exhibit C in performing contract services. Any deviation from the materials described in Exhibit C shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus 15 %, of all materials installed by Contractor in the performance of contract services. Actual cost 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 this Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and/or materials. 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. 7. REPAIR/REPLACEMENT A. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage.. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or its agents, employees, representatives or officers. • C. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. D. Contractor shall, at its sole cost and expense, replace all plant materials (including shrubs, ground cover, mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. & EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of this Agreement. 9. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of contract services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers; agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of contract services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 0 10. L A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any contract services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A- 7 or better carriers: 1. Workers' Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and $1,000,000 (one million) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1,000,000 (one million) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than $2,000,000 (two million); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of $2,000,000 (two million) combined single limit per accident for bodily injury and property damage; D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: 1. Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. 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 performance of contract services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PRO)E MMON AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. B. 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 venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 12. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. 0 0 C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional park maintenance or landscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to $500. Administrator shall provide Contractor with written authorization prior to the performance of any additional services that exceed $500. Contractor shall be compensated for additional services in accordance with the unit prices specified in Exhibits D through E. B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified in Exhibits D and E. In the event the location is withdrawn for a period of less than a full 1 (one) year term, Contractor's compensation shall be reduced on a prorated basis. 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. REIIVIBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to $15,000 as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment because of race, religion, color, sex, handicap, national origin, or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following. employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 0 0 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: California Companies California Landscape Inc. 5241 E. Santa Ana Canyon Road, Suite 100 Anaheim Hills, California 92807 W r 23. TERMINATION/DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this agreement by giving written notice of termination. B. This agreement may be terminated without cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and/or Contractor fails to satisfactorily perform contract services. City shall have the right to return funds withheld until the City Administrator determines that contract services are performed as well as frequently as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinances, statutes or regulations applicable to the performance of contract services. 26. WAIVER A waiver by City 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. 10 0 27. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every Idnd or nature whatsoever between the parties and all preliminary negotiations and agreements of whatsoever ldnd or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. CITY OF NEWPORT BEACH A Municipal Corporation By:- L / CONTRA 9=4 APP TO FORM: Its: ee 0 C A ORNEY 11 • List of Exhibits 0 Exhibit A Scope of Work Exhibit B Park Locations Exhibit C Standard Materials Exhibit D Bid Unit Prices Exhibit E Bid Unit Costs (Bob Henry Park) Exhibit F Required Reports Exhibit G Maintenance Frequency Summary 12 0 TECHNICAL MAINTENANCE SPECIFICATIONS SCOPE OF WORK L GENERAL. LANDSCAPE MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary", Exhibit G. 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. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City facilities. 3. Contractor will keep all gutters, curbs, and walks adjacent to contract areas free of weeds, trash, and other debris. 4. Contractor will keep sidewalks free of algae where constant runoff occurs. 5. Leaves, paper, weeds, and any other debris will be removed from landscaped areas and disposed of off -site. 6. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 7. The Contractor shall maintain the premises clean of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his 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 by the Contractor for his debris. 8. Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. 9. Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. 10. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 191 • 9 11. Contractor must notify City within one (1) hour of malfunctioning facilities or conditions that may break, malfunction, or interrupt the public's use of City facilities. 12. All insects and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and Tree Maintenance Superintendent 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. 13. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 14. All broken glass and sharp objects shall be removed immediately. 15. All areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. 16. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. 17. All sand and wood chip areas abutting maintained areas shall be cleaned when dirtied by Contractor's operations and at other times as required. 18. Trash cans provided by the City shall be emptied as needed and washed after emptying (when necessary) or as determined by the Inspector. Contractor shall provide plastic liners for all trash cans at Contractor's expense. 19. All concrete "V" drains, to include the portion under the sidewalk, shall be kept free of vegetation, debris and algae to allow unrestricted water flow. 20. All other drainage facilities shall be cleaned 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. 21. All barbecue grills shall be emptied of all ashes once per week. Drainage Facilities 1. All drainage structures shall be checked and cleaned monthly or as needed to insure consistent unrestricted water flow. IV 2. Any damage to structures shall be noted immediately to the Parks and Tree Maintenance Superintendent. 3. Failure to properly maintain drainage systems or to notify the Parks and Tree Maintenance Superintendent of damaged systems will result in the contractor assuming frill responsibility for the repair of drainage damage to the facility. Irrigation System Maintenance 1. 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, moisture sensors, manual and remote control valves, wiring, pipes, vaults, heads, and anti -drain valves. The Contractor shall not be responsible for the water meter assembly except as he /she may cause damage to these items. a. 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. b. 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. c. Contractor must turn off irrigation systems during rains. d All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and Tree Maintenance Superintendent. g. Necessary irrigation repairs shall be made prior to the next scheduled irrigation cycle. All repairs shall be made in accordance with City of Newport Beach standard irrigation specifications. h. Irrigation programming charts will be included in each monthly report. i Areas that require irrigation will have such accomplished no earlier than 11:00 PM nor later than 6:00 AM. 15 J. Contractor will maintain moisture sensors at all sites at which such a unit is installed. 2. Turf shall be regularly mechanically trimmed around sprinkler heads to insure the proper operation of the system. 3. Irrigation systems shall be thoroughly inspected by operating all control valves and checking for proper coverage, leaks, valve actuation, proper timing, and other operational conditions. Such inspection shall be made weekly June through September and bi- weekly October through May. However, the contractor shall be responsible for the proper operation of the system at all times and shall provide for obvious repairs as they occur or are needed. Turf Maintenance 1. All turf is to be mowed once per week in the growing season, or as needed to maintain the height specified below: a. Frequency or mowing shall be scheduled so that no more than one -third (1/3) the height of the grass plant is removed. b. Borders shall be edged at each mowing. c. Clippings shall be collected and removed unless otherwise directed by the City. d. Mechanically trim around sprinklers as needed to provide proper and unobstructed irrigation. The cutting of holes around sprinklers shall not be permitted. e. Chemically kill turf around trees, as needed, a maximum of six inches from the tree base or as directed by the City. If a tree wound is present then hand trimming is required. A 2" layer of bark mulch shall be maintained in this area. f. Mechanically trim around vaults, posts, and other similar features on a weekly basis. g. Mowing equipment shall be approved by the City. Equipment must be sharp and properly adjusted to avoid damage to the turf plant. h. Pick up all litter prior to mowing 16 2. Mow turf to the following heights: a. Warm season turf including Bermuda grass- 3/4 to 11/4 inches. b. Cool season turf including bluegrass, perennial rye, fescues - 1 1/2 to 2 1/2 inches. c. Kikuya and St. Augustine turf -1 1/4 to 13/4 inches. 3. Vertical mowing of warm season grasses shall be done once per year in October, permitting sufficient time for turf regeneration. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized three 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: a. February: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -4 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. d. 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. e. The Contractor shall perform a soil fertility analysis at individual parks as directed by the City in the month of December and review the analysis with the City representative in the month of January. f. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. 17 b. Chemical control of broadleaf weeds shall be initiated as needed on all turf. 6. 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). a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. 7. Irrigate as necessary to maintain proper growth rate, optimum appearance, and the health of the turf plant. a. Irrigation must be scheduled to avoid either under- watering or over - watering. b. Manually water where necessary. c. Check operation of irrigation weekly June through September and biweekly October through May, or more often when conditions warrant, to insure proper operation of irrigation system. 8. Control all rodent pests as necessary to provide a healthy and safe environment for plants and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs, Correct as necessary. 10. 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. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed -free condition. a. Weeds shall be removed as they appear. A pre- emergent herbicide may be used where appropriate in shrub and ground cover beds. b. Morning glory and grass infestations shall be treated immediately when observed. IF8 i • c. Groundcover areas shall be fertilized twice per year, once in April and once in September with the approved 12 -4 -6 slow - release turf fertilizer, at a rate of 2 pounds actual fertilizer per 1,000 square feet. d. 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. e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f. Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed. Shrub, Vine, and Tree Maintenance 1. Shrubs shall be maintained in a safe and reasonably trimmed appearance by proper shaping and pruning to promote the plant's natural character. a. Quarterly trim all shrubs to maintain the size and shape specified by the Parks and Tree Maintenance Superintendent. b. Pruning shall be accomplished to maintain a "natural" appearance; decorative, poodle cuts or other unnatural pruning will not be permitted. c. Control pests as required, including snails and insects. d Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. e. 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. f. Irrigate as required to maintain adequate growth and appearance. Manually water where necessary. g. Careful attention not to prune or trim shrubs prior to blooming shall be made. At the conclusion of blooming of plants such as raphiolepsis, all blooms shall be trimmed off or otherwise removed. Flower stalks on agapanthus, day lilies, morea, and other similar 19 i • plants shall be removed immediately after blooming or as directed by City. h. All bare shrub bed areas shall be raked weekly to remove all litter and other debris. i 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. j. Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. k. Bark mulch should be replaced as necessary. 1 All plant material will be trimmed to protect property owners ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. The Contractor is responsibility for trimming all trees up to eight (8) 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. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. e. Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Parks and Tree Superintendent if any of the above conditions exists. f. Except for emergency removal, no treetshrub 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 Parks and Tree Superintendent. g. Water as required to maintain proper and vigorous growth according to variety. Manual water where necessary. 20 0 h. Tree wells shall be maintained with 2" of bark mulch unless ground cover is present. Weeds shall be removed, including their roots, before they reach 3" in height. i All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. 3. 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. 4. 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. Hardscape Maintenance 1. 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. a. All expansion joints and cracks are to be maintained free of weeds. b. Dirt, litter, and other debris must be removed on a weekly basis. c. Inspect for safety hazards, including tripping hazards, holes, or other conditions. Immediately report such to the Parks and Tree Maintenance Superintendent. 2. 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. General Grounds Policing 1. The Contractor shall provide general grounds policing and inspection six days per week. a. Remove all litter and other debris from site six days per week. 21 0 9 b. 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 or week. c. Provide safety and facility inspection and immediately report any deficiencies to the Parks and Tree Maintenance Superintendent. Contractor shall be responsible to report below standard conditions of all structures and fixtures, including but not limited to: 1. Light standards and fixtures 2. Walls, fences, gates 3. Signage 4. Graffiti Sand/Wood Chip Areas: 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). All additional sand or wood chips that are added shall be at the contractor's expense. d Six days per week, all sand and wood chip areas shall be cleaned and raked level. Specialty /Sports Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, bicycle trails, all asphalt, concrete and decompossed granite walkway. b. All areas shall be swept six days per week if necessary, to remove all deposits of silt and/or sand and glass. 22 0 6 c. On Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six days per week 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. e. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. f. All broken glass and sharp objects shall be removed immediately. g. All areas shall be inspected six days per week and maintained in a neat, clean and safe condition at all times. h. All areas shall be raked to remove leaves and debris six days per week. i All play and sports equipment within hardscape areas shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City j. All leaves, paper and debris shall be removed from hardscape areas and disposed of off site. Drinking Fountains: 1. Inspect, clean, adjust six days per week. 2. Report any deficiencies to the City immediately in writing. 23 0 EXHIBIT B 0 PARK LOCATION PARK ACREAGE Bob Henry 4.8 24 0 STANDARD MATERIALS 0 All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Elect. Valve 6. Rainmaster Evolution DX2 - Contact Al Lastuck of Rainmaster if you have any product questions (714)536 -3772. 7. Rainmaster EVMV 2 way master valve 8. Rainmaster EVFM Flow sensor 9. Rainmaster EV -SEN ADJ moisture sensor 10. Mateo 754 Series Full Port Ball Valve 11. Class 200 PVC Lateral Pipe 12. Class 315 PVC Main Supply Pipe 11/2" and Larger 13. Schedule 40 PVC Main Supply Pipe 11/4" and Smaller 14. Rectangular Valve Box - Plastic -18 "L x 12 "W x 12"Deep 15. Round Valve Box - Plastic - 10" 16. Rainbird #44 Quick Coupling Valve with Vinyl Cover 17. Control Wire: AWG, U.F. 600 -Volt Direct Burial Copper with PVC Insulation. 18. Head model to be selected by the City. Please contact Randy Kearns, Park Supervisor at (714) 644 -3082 to confirm this information. We use and stock the following Toro head series and these head models need no pre - approval for use. a. Toro 570C Pop Up b. Toro 300 series Stream Rotor -Pop Up c. Toro XP 300 Series - Pop Up d. Toro 640 Series - Turf Head e. Toro 500 Series Shrub Flood Bubbler f. Toro 2001 Turf Rotor g. Toro V1550 TURF FERTEL12ERS, ETC.: 1. All commercial fertilizers must be homogenous. 2. All organic fertilizers must have lowest salinity rate possible. 3. No steer or chicken manure is allowed. 4. All fertilizers, planting medium, humus material, etc. must be City approved. 25 E PLANT STOCK 0 All selection and condition of the plant material of plant stock, seed, sod, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Park and Tree Maintenance Superintendent before planting. PESTICIDES 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. 0 0 UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. FUNCTION COST/UNIT OF MEASURE TURF Turf Mow -Reel Blade $2.25/1000 Sq. Ft. Turf Mow- Rotary Blade $1.50/1000 Sq. Ft. Turf Mow and Clippings Picked Up $1.65/1000 Sq. Ft. Turf Edge $2.50/1000 Linear Ft. Turf String Trim $3.25/1000 Linear Ft. Turf Chemical Edge 6" Swath $7.00/1000 Linear Ft. Turf Chemical Edge 12" Swath $14.00/1000 Linear Ft. Turf Aerify $2.30 /1000Sq.Ft. Turf Fertilize $2.10/1000 Sq. Ft. Turf Dethatch/Renovate $150.00 /Acre Turf Sweeping $5.15/1000 Sq. Ft. Flail Mow of Natural Areas $140.00 /Acre HARDSCAPE Cleaning and weed abatement $6.50/1000 Sq. Ft. GROUNDCOVERS Mow $2.25/1000 Sq. Ft Edge $2.60/1000 Linear Ft. Fertilize $2.75/1000 Sq. Ft. 27 PEST CONTROL Turf disease/insect spray $22.89/1000 Sq. F. Boom Application $10.50/1000 Sq. Ft. Hand Application $19.50/1000 Sq. Ft. Turf Broadleaf Spray 24" Box Tree $175.00/Each Boom Application $10.00 /1000 Sq. Ft. Hand Application $19.00/1000 Sq. Ft Groundcover disease/insect spray $19.50/1000 Sq. Ft. Shrub disease/insect spray $21.00/1000 Sq. Ft. Soil Sterilant Applicant $22.50/1000 Sq. Ft. Turf Pre- Emergent $6.50/1000 Sq. Ft. Landscape Planter Weed Control $18.25/1000 Sq. Ft. General Weed Control Post Emergent $18.25/1000 Sq. Ft. ti R 1: 's 1 11♦ 1 -4 Feet, Lacing $4.25 /Shrub 1 -4 Feet, Hedging $3.90 /Shrub 4 plus Feet, Lacing $6.25Shrub 4 plus Feet, Hedging $5.50 /Shrub TREE PRUNING Up to 8 Feet $20.00/Tree PLANTING 1 Gal. Shrub/I'ree $5.00/Each 5 Gal. Shrub $16.00/Each 5 Gal. Tree $30.00/Each 15 Gal. Shrub $50.00/Each 24" Box Tree $175.00/Each 64 Count Flat Groundcover $15.00/Flat Turf -Seed and Top Dress $.38/1000 Sq. Ft. Turf -Sod $.65/1000 Sq. Ft. LABOR Landscape Maint. Laborer $10.00/Hour Landscape Maint. Leadworker $12.00/Hour Landscape Maint. Supervisor $17.00/Hour Irrigation Specialist $19.50/Hour Pest Control Applicator $19.50/Hour Tree Trimmer $19.50/Hour Equipment Operator Heavy Equip. $48.35/Hour M BID UNIT COST Park Unit Cost/Year Bob Henry $11,764.80 29 0 REQUIRED REPORTS 1. Annual Maintenance Schedule 0 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (as sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers 7. Monthly Phone Log with action taken 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. Extra work approval list 11. Weekly maintenance inspection list for all sites 12. Manual irrigation schedule 13. Annual pesticide safety training records 14. Required tailgate safety meeting records 15. Monthly maintenance report 16. Monthly greenwaste recycling report 30 9 ExmBIT G 0 MAINTENANCE FREQUENCY SUMMARY FUNCTION 11FREQUENCY Irri ation Inspection Weekly Turf Maintenance Mowing Once/Week Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Three times /year Vertical Mow Once/year Aerate Twice/year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice/year Pest and Weed control As needed Visual Inspection Weekly Shrub, Vine, and Tree Maintenance Trim Four times/year Fertilize Twice/year (oncelyear for trees) Restake/Check Each site visittevery two weeks min. Visual Inspection Weekly Hardscape Maintenance Each site visittweekly min. Grounds Policing/Litter Removal Six days/ week Site Inspection Six days/ week 31 1] C City Council Agenda Item No. 11 July 28, 1997 �e r TO: Mayor and City Council ! sY THE c _r ccuNU� y Y CITY FF NFlnicnor I FROM: General Services Director i LL SUBJECT: Privatization of Parks Mowing i Recommendations: a) Approve a renewable five year parks mowing contract effective August 11, 1997 with California Landscape Maintenance in the amount of $195,235 per year. b) Approve a corresponding budget amendment transferring $180,223 from the salaries and benefits accounts of the Parks Maintenance Division and $37,706 from the Equipment Maintenance and Replacement Accounts to the Professional/Technical Services Account of the same Division. c) Delete one Groundsworker II, two Equipment Operators I, and one Groundsworker I positions from the Parks Maintenance Division effective August 15, 1997. d) Authorize the disposal of surplus City trucks (5), and miscellaneous equipment (7) after subsequent transfer of the sale receipts to account of the Parks Maintenance Division. Background (2), tractor (1), trailers (4), mowers August 1, 1997, and approve the the ProfessionaliTechnical Services During the past several years, the City tree and roadside landscape maintenance functions have been privatized with savings of over $350,000 annually. Because of favorable economic conditions, the landscape maintenance industry continues to offer an attractive alternative to the current in- house/City employee - manned parks maintenance program. In January 1997, staff completed a preliminary feasibility study that illustrated substantial savings could be achieved by privatizing Parks maintenance, particularly the mowing function. The study was presented to the City Manager on February 11, and he directed an expanded report be presented to the Council. Council reviewed the report and staffs recommendation on April 28, 1997 in closed session and directed staff to pursue the privatization of the maintenance of all new parks areas, the mowing of all current parks areas, and to commence the meet and confer process with the Newport Beach Employees League. 0 0 Discussion Staff completed a Request for Qualification process to select qualified landscape • mowing contractors. A subsequent Request for Proposal was sent to the selected contractors and resulted in very competitive bids. The low bid of $180.77 per acre per month for mowing was below stall's Countywide study estimate of $195 per acre per month. California Landscape Maintenance (CLM) was the low bidder at $195,235 per year to mow 90 acres of City parkland. CLM has successfully maintained the landscaping of the City roadside areas for over a year. The following cost reductions or proceeds from sale of equipment are expected from privatizing the Parks mowing function: Personnel (Salaries and benefits) $180,223 Sale of Surplus Equipment (Estimated) $ 35,250 Avoided FY 97 -98 Costs of Equipment Maintenance/Replacement $ 37,706 $253,179 The personnel expenses and the avoided equipment costs, which are currently included in the FY 97 -98 budget, are proposed to be transferred to the Professional/Technical services account to pay for the new contractor's services as well as the costs of assuming 21 to 63 acres of additional parklands during FY 97 -98. The additional parkland acreage includes Bob Henry, Lower Castaways, Sunset View, and Freeway Reservation Parks, as well as several large project areas in Big Canyon and adjacent to the Harbor Cove and Fletcher Jones developments, that will need an unknown amount of maintenance. The proceeds from the sale of surplus equipment would also be retained to meet future parks maintenance and capital improvement needs. Contractor Qualifications (Services, Financial, Personnel, Equipment) CLM has been in business in Southern California since 1966. At present, CLM services a variety of municipal and private accounts including the Cities of San Diego, Temecula, and Thousand Oaks. Staff has researched the local performance level of CLM with the cities of Mission Viejo and Laguna Niguel. CLM has an excellent service reputation. CLM has a proven financial history of over 31 years of service as evidenced by a Dunn and Bradstreet financial rating of 3A3. The CLM crew will be supervised by the owners son, who is also a Newport Beach resident. He will oversee not only the current roadside landscape maintenance contract, but the new mowing operations as well. Currently, CLM is providing interim maintenance for the new Bob Henry Park until a long term maintenance agreement can be attained. r 1 L_J CLM intends to purchase new mowing equipment to service the City and has an • excellent safety record. CLM has interest in purchasing the surplus City trucks and trailers for fair market value. The proceeds would be used to meet unbudgeted parks improvement projects as noted in the summary below. Contract The proposed contract with CLM is a five year renewable agreement that is similiar to the current City /CLM roadside landscape maintenance contract. A CPI increase clause is not included in the contract. The attached contract has been reviewed by the Assistant City Attorney. Impacts on Current Employees City staff has met and conferred with the Newport Beach Employees' League in regards to the privatization proposal as required by the Meyers -Milias -Brown Act. A list of proposed reassignments of the four Parks employees, whose positions are being deleted, has been discussed on several occasions with the League to ensure staff has employee input. That process has been successfully concluded. Summary • The privatization of the parks mowing function, in accordance with the four recommendations (a - d) above, will save the City $15,877 during FY 97 -98. The annual savings will increase to $61,713 after June 30, 1998 when a fifth position, Groundsworker I, is deleted from the FY 98 -99 budget. In addition, the sale of the existing equipment ($35,250) and the privatization of the landscape maintenance of new FY 97 -98 parklands ($43,512), will total an additional $78,762. These savings are recommended to be retained in the FY 97 -98 Parks Maintenance Division budget to pay for the cost of contractor ($195,235) and provide for unbudgeted but high priority improvements to the Parks system, which will experience a large expansion (as much as 63 additional acres) in FY 97 -98. Improvements include renovation of athletic fields, replacement of worn out playground equipment, brush clearing of large overgrown areas to combat vector problems, and resolution of numerous safety and liability problems. Very respectfully, David E. Niederhaus DEN /mhl Attachments: Proposed Maintenance Contract 0 Budget Amendments i • CONTRACTOR AGREEMENT • THIS AGREEMENT, entered into this day of , 19_, by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City"), and California Landscape Maintenance, Inc. ( "Contractor"), is made with reference to the following: RECITALS A. Prior to August 1997, City maintained turfgrass in City parks and facilities using its own employees and equipment; B. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private contractor. C. Contractor acknowledges that City has relied upon Contractor's representations and Contractor commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement; D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, nature and frequency of work to be performed, is familiar with all conditions relevant to the • performance of services, and has committed to perform all required work for the price specified in this agreement. NOW, THEREFORE, the parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one year. The term shall commence within ten (10) working days of City Council approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. 2. CONTRACTOR DUTIES Contractor shall perform the turfgrass maintenance services specifically described in, and in strict compliance with the requirements of Exhibit A (Scope of Work), at the park and facility locations noted by Exhibits B and C. The contract services (Scope of Work) shall be performed at least as frequently as specified in Exhibit D with particular attention to the time schedule of Exhibit E. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit F. Reports will be submitted by the Contractor in accordance with Exhibit G. Bid Unit Prices and Costs are contained in Exhibits H through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION, AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the contract services and all members of the work force shall be legally documented. B. All contract services shall be performed by competent and experienced employees. Irrigation maintenance and repairs shall be performed by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly perform contract services. . C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing contract services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape maintenance standards. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor. G. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of contract services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 6 Ll 4. COMPENSATION TO CONTRACTOR • City shall pay Contractor the sum of $195,235.66 per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit F in performing contract services. Any deviation from the materials described in Exhibit F shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus 15 %, of all materials installed by Contractor in the performance of contract services. Actual cost 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 this Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and/or materials. 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. 7. REPAIR/REPLACEMENT A. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or its agents, employees, representatives or officers. C. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. D. Contractor shall, at its sole cost and expense, replace all plant materials (including shrubs, ground cover, mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 8. EXAMNATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of this Agreement. A. Contractor assumes all risk in any way related to the performance of contract services. Contractor agrees to indemnify, defend, save and hold harmless . City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of contract services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. LJ 6 0 10. INSURANCE A. In addition to Contractor's obligation to defend, indemnify, and hold • City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any contract services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A- 7 or better carriers: 1. Workers' Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and $1,000,000 (one million) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1,000,000 (one million) combined single limit per occurrence for bodily . injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than $2,000,000 (two million); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of $2,000,000 (two million) combined single limit per accident for bodily injury and property damage; D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: 1. Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 0 5 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. 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 performance of contract services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. B. 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 venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 12. RECORDSIREPORTS A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. 0 i 0 C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. ADNIINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional turfgrass maintenance or landscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to $500. Administrator shall provide Contractor with written authorization prior to the performance of any additional services that exceed $500. Contractor shall be compensated for additional services in accordance with the unit prices specified in Exhibits H through J. B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least 7 • i thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified in Exhibits I and J. In the event the location is withdrawn for a period of less than a full 1 (one) year term, Contractor's compensation shall be reduced on a prorated basis. . 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. REIlIIBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to $15,000 as security for the Faithful Performance of this Agreement. A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment because of race, religion, color, sex, handicap, national origin, or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 0 0 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. NOTICES All notices, demands, requests or approvals to be given under this • Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: California Companies California Landscape Inc. 5241 E. Santa Ana Canyon Road, Suite 100 Anaheim Hills, California 92807 r� L_J 0 46 23. TERATINATION/DEFAULT A. In the event'Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this agreement by giving written notice of termination. B. This agreement may be terminated without cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and/or Contractor fails to satisfactorily perform contract services. City shall have the right to return funds withheld until the City Administrator determines that contract services are performed as well as frequently as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinances, statutes or regulations applicable to the performance of contract services. 26. WAIVER A waiver by City 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. Q7 i • 27. IN'T'EGRATED CONTRACT This Agreement represents the fuIl and complete understanding of every land or nature whatsoever between the parties and all preliminary negotiations and agreements of whatsoever Iand or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ATTEST: CITY CLERK APPROVED AS TO FORM: CITY ATTORNEY CITY OF NEWPORT BEACH A Municipal Corporation go CONTRACTOR By: Its: �/—C ti 0 • CJ i r] List of Exhibits �J Exhibit A Scope of Work Exhibit B Park Locations Exhibit C Facility Locations Exhibit D Maintenance Frequency Summary Exhibit E Park and Facility Areas Exhibit F Standard Materials Exhibit G Reports Exhibit H Bid Unit Prices Exhibit I Bid Unit Costs (Parks) Exhibit J Bid Unit Costs (Facilities) Specifications for Contract of Turfgrass Maintenance of City Parks and Facilities SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK Furnish all labor, equipment, materials, and supervision to perform turfgrass maintenance as described herein including, but not limited to, the following: I. Turfgrass weed eradication and control both mechanically and with chemicals. 2. Fertilizing. 3. Irrigation repair. 4. General pest control. 5. Mowing, verticutting, and aerifying. 6. General litter control, refuse removal, and grounds policing. 7. Hardscape cleaning. 8. Removal of all grass clippings from site as directed by the City. 2. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8:00 AM nor after 5:00 PM., unless specified on Attachment E. 3. LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest turfgrass maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. 0 0 B. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and nrovidino, no other arraneements have been made between the Contractor and the C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. If an area is not mowed or edged as scheduled, payment will be withheld for the maintenance cost of the specific areas that were not maintained. 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a minimum of a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City by the first of said month. . B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to David E. Niederhaus, General Services Director, General Services Department, City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA 92663 -3884. 0 0 0 7. PROVISIONS FOR EXTRAS 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 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. S. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in conformity with the "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. B. 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. 9. DISPOSAL At least 25% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS A. The contractor shall keep accurate records concerning all of his/her employees or agents.and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Tree Maintenance Superintendent. This report should also contain a description, including man - 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action • taken from the City call. 0 0 C. 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 Parks and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the turfgrass 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 Parks and Tree Maintenance Superintendent for approval prior to the date the changes are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City - provided services only at any reasonable time. 11. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two qualified persons who may be contacted by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City of Newport Beach. The Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. 12. SPECIALTY OPERATIONS iWritten 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: fertilization. 13. LANDSCAPE LICENSE 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 at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all •emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a yard. 0 0 15. SCHEDULES A. Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park and facility and in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. B. Weekly Schedule 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the 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. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. 5. of 6. The Contractor shall adjust his/her schedule to compensate for all holidays and rainy days. Maintenance and litter removal shall be scheduled for all holidays and rainy days, unless otherwise indicated by the City. C. Performance on Schedule 1. The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. is 0 • 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. B. 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. C. The Contractor shall immediately notify the Parks and Tree Maintenance Superintendent when the work force has been removed from the job site due to inclement weather or other reasons. 17. UNDERGROUND EXCAVATIONS 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 Parks and Tree Maintenance Superintendent and Underground Service Alert (1- 800 -422- 4133) 48 hours before commencing any excavation, to locate underground service lines. 0 18. PESTICIDES A. The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Tree Maintenance Superintendent with all of the folllowing: 1. A copy of Contractor's Orange County Agricultural Commissioner, "Restricted Materials Permit/Operator I.D. numbers ". 2. A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A "Pesticide Use Daily Record" for any site at which a pesticide was used, within 24 hours of application. 4. If a restricted pesticide is proposed to be used, a copy of the "Notice of Intent To Use Restricted Materials"; 24 hours before application. 5. A list of Environmental Protection Agency numbers and Material Safety Data Sheets of all the pesticides Contractor intends to use for this contract, prior to such use. • 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. L 0 19. TECIINICAL MAIN'T'ENANCE SPECIFICATIONS A. GENERAL TURFGRASS MAINTENANCE REQUIREMENTS 0 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary" (Exhibit B). 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 parks and facilities. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City parks and facilities. 3. Leaves, paper, broken glass, and any other debris will be removed from turfgrass areas prior to mowing and disposed of off -site. 4. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 5. The Contractor shall maintain the premises clean of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his construction and installation equip- ment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor. 6. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 7. Contractor must notify City within one (1) hour of facilities or conditions that may break, malfunction, or interrupt the public's use of City parks and facilities. 8. All insects and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and Tree Maintenance Superintendent 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. 9. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. 10. All repairs or replacements to be made with original type material or as directed. 11. Material substitutions must be approved by the Parks and Tree Maintenance Superintendent. • 12. Necessary irrigation repairs shall be made within 24 hours. All repairs shall be made in accordance with City of Newport Beach standard irrigation specifications. 13. Irrigation programming for all sites will be provided by the City. 14. Turf shall be regularly mechanically trimmed using line trimmers around sprinkler heads to insure the proper operation of the system. B. TURF MAINTENANCE 1. A mowing schedule of all areas shall be provided to the City by the Contractor. 2. All areas will be mowed not less than once a week during the warm season of March 1 through November 30 and once every two weeks during the cool season of December 1 through February 28. All sports turf areas and City Hall are to be mowed weekly, 52 times per year. Fescue, Kikuya, Perennial Rye and Bluegrass turfgrasses shall be mowed using a rotary mower at a cutting height of 2 " -2 1/2 ". Bermuda turf shall be mowed using a reel mower, at a cutting height of 1/2" - 3/4 ". Mowing height shall be as directed by the City. 3. Clippings shall be collected and removed at end of each mowing unless otherwise directed by the City. Mulching mowers may be acceptable if approved by City prior to mowing of a particular site(s). 4. Mechanically, trim growth using line trimmers from around all trees, valve boxes, lamp posts, drains and other permanent structures located in the turf at each site mowing. Line trimmers shall be used to keep the turf at approximately the height as mowers, except around sprinkler heads and valve boxes where the turf should not be trimmed to below 1/2 ". The contractor shall be liable for any damage caused to trees as a result of use of line trimmers. 5. Mowing equipment shall be sharp and properly adjusted to avoid damage to the turf grass. 6. Pick up all litter from turfgrass areas prior to mowing. 7. Vertical mowing of turfgrass shall be done once per year in October. Sports fields will be done in July, or as directed by City. 8. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. Dethatching shall be accomplished by use of "vertical cut type" dethatch machine. The amount of dethatching shall be determined by City. 9. All thatch and debris shall be removed and disposed of at the end of each day. 0 0 10. All turf shall be fertilized three times per year using a homogenous, pelletor granular slow release material. City must approve the material used. Apply at the following rates and time: a. February: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. d. 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. e. The Contractor shall perform a soil fertility analysis at Contractors expense at 12 individual parks and/or facilities as directed by the City in the month of December and review the analysis with the City representative in the month of January. f. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 11. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broad leaf weeds shall be initiated as needed on all turf. 12. Aerate all turf areas twice per year; once in April and again in October. a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose of all cores. c. Contractor is responsible for locating and marking all sprinkler components prior to aeration operations. 13. Visually check all turf areas on a weekly basis for pests, fertility, irrigation, damage, or other problems. Correct or advise the City immediately. 14. Scheduling of mowing and turf care maintenance times will be approved by the City. Attention to public use will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. 0 0 C. HARDSCAPE MAINTENANCE 1. After each mowing or maintenance activity all hardscape will be cleaned. 2. Vacuums, blowers, sweepers or other approved means may be used to clean hardscape areas. All blowers shall be operated in a manner so as to not disturb residents or visitors. 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 D. GENERAL GROUNDS POLICING 1. Refuse or litter shall be removed Drior to toll lower, is • EXHIBIT B • Park Locations Parks JAddress Acrea e Balboa Island 115 Agate Ave., Balboa Island 0.1 Bayside Drive Bayside Dr. between Carnation and Larkspur 2 Bayview Mesa Dr. @ Bayview Ave. 2 Begonia Begonia Ave. at First Ave. 1.5 Bolsa Bolsa Ave. @ Old Newport Blvd. 0.1 Bonita Creek University Dr. @ La Vida 7.4 Buffalo Hills Newport Hills Dr. East/West @ Ford Rd. 14 Channel Place Channel Place @ 44th St. 1 Cliff Drive Cliff Dr. @ Riverside Dr. 1.5 Eastbluff Vista Del Oro @ Vista Del Sol 8 Ensign View 2501 Cliff Dr. @ El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. 1 Grant Howald Iris Ave. @ 5th Ave. 2.5 Harbor View Nature San Miguel Dr. @ Pacific View Dr. 1 Irvine Terrace Seadrift Dr. @ Evita Dr. 5.5 Jasmine Creek View Harbor View Dr. @ Marguerite Ave. 0.1 Kings Road Kings Road west of St. Andrews Road 0.1 "L" Street "L" St. @ Piazza del Sur 0.5 Las Arenas Balboa Blvd. @ 16th St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Manning Tract Newport Hills Dr. W. and Port Wheeler Pl. 1 Mariners Dover Dr. @ Irvine Ave. 5 Newport IslanA7 Marcus @ 39th St. 0.1 Newport Shores 61st St. @ Coast Blvd. 01 Oasis Passive Marguerite Ave. @ 5th Ave. 3.4 Ocean Blvd. Bluffs Ocean Blvd. from Fernleaf Ave. to Poppy Ave. 1 Old School Carnation Ave. @ 4th Ave. 0.5 Peninsula Main St. @ East Ocean Front, Balboa 3.5 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. 1.5 San Miguel San Miguel Dr. @ Spyglass Hill Rd. 5 Spyglass Hill Spyglass Hill Rd @ El Capitan Dr. 1 Spyglass Hill Resevoir Muir Beach Circle 0.3 Veteran's Memorial 15th St. @ Bay Ave. 0.4 Westcliff Polaris Dr. @ Westwind Way 1 West Jetty View Ocean Blvd. @ Channel Rd., Balboa 0.2 West Newport Seashore Dr. btwn 57th St. & Santa Ana River Jetty 4 38th Street Balboa Blvd. @ 38th St. 0.3 Total Acreage 77.8 11 0 0 0 • EXHMIT C • FACILITY LOCATIONS Facility Address JAcrea e Fire Stations: 1 Balboa Blvd. @ Island Ave. 0.1 2 32nd St. @ Villa Way 0.1 3 Santa Barbara Dr. @ Jamboree Rd. 0.1 5 Marigold Ave. between PCH/2nd Ave. 0.1 6 Irvine Ave. @ Dover Dr. 0.1 Libraries: Balboa Balboa Blvd. @ Island Ave. 0.2 Corona del Mar —Marigold Ave. between PCH/2nd Ave. 0.1 Miscellaneous: CdM State Beach Ocean Blvd. @ Jasmine Ave. 1 City Hall 3300 Newport Blvd.@ 32nd St. 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd. @ McFadden Pl. 0.2 Oasis Senior Citizens Ctr. 800 Marguerite Ave. @ 5th Ave. 1 Police Station Santa Barbara Dr. @ Jamboree Rd. 0.1 W. Nw t Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 Total Acreage 12.2 • EXHIBIT D • MAINTENANCE FREQUENCY SUMMARY 0 FUNCTION FREQUENCY Mowing Every Week, March through November Eve Two Weeks, December through February S orts Fields and Cit Hall/Weekly throw hout the Vear Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize 3/ ear Vertical Mow 1/ ear Aerate 2/ ear Pest and Weed Control As needed Visual Inspection Weekly Hardsca a Maintenance Each site after mowing Grounds Policing/Litter Removal Each site before mowing or Maintenance Activity 0 Ll i EXHWIT E • PARK AND FACILITY AREAS Sites Requiring Mandatory Early Mowing Before 7:00 a.m. Before 9:00 a.m. Before 10.00 a.m. City Hall 38th t. Park Las Arenas Park Newport Pier Plaza Peninsula Park Oasis benior itizens tr West Jetty View State Beach W. New ort ark Ocean Blvd. Bluffs Ensi n View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas an Joa uin Hills Park Lincoln Athletic Ctr San Miguel Park Be onia Park • i EXIMIT F STANDARD MATERIALS All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Electric Valve 6. Rainmaster RME 12 or Larger Controller 7. LA MAX Enclosure -LA MAX MARK -2SST 8. Matco 754 Series Full Port Ball Valve 9. Class 200 PVC Lateral Pipe 10. Class 315 PVC Main Supply Pipe 1 1/2" and larger 11. Schedule 40 PVC Main Supply Pipe 1 1/4" and Smaller 12. Rectangular Valve Box - Plastic -18 "L x 12 "W x 12" Deep 13. Round Valve Box - Plastic - 10" 14. Rainbird #44 Quick Coupling Valve with Vinyl Cover 15. Control Wire: AWG, U.F. 600 -V Direct Burial Copper with PVC Insulation TURF FERTILIZERS, ETC.: 1. All commercial fertilizers must be homogenous. 2. All organic fertilizers must have lowest salinity rate possible. 3. No steer or chicken manure is allowed. 4. All fertilizers, planting medium, humus material, etc. must be City approved. 0 9 0 • PLANT STOCK All selection and condition of the plant material of plant stock, seed, sod, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Park and Tree Maintenance Superintendent before planting. PESTICIDES 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. r� • • EXIUBIT G . Reports 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (as sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers 7. Monthly Phone Log with action taken 8. Extra work approval list 9. Annual pesticide safety training records 10. Required tailgate safety meeting records . 11. Monthly maintenance report 12. Monthly greenwaste recycling report 0 0 r1 • • UNIT COSTS UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. FUNCTION COST/UNIT OF MEASURE TURF Turf Mow -Real Blade Turf Mow- Rotary Blade Turf Mow and Clippings Picked Up Turf Edge Turf Line Trim Turf Aerify Turf Fertilize Turf Dethatch/Renovate Turf sweeping Flail mow of natural areas HARDSCAPE Cleaning PEST CONTROL Turf disease/insect spray Boom Application Hand Application $1.35 / 1000 Sq. Ft. [.31000 Sq. Ft. 1000 Sq. Ft. 1000 Linear Ft. 1000 Linear Ft. 1000Sq.Ft. 1000 Sq. Ft. Acre 1000 Sq. Ft. Acre 3.00 / 1000 Sq. Ft. 10.50 11000 Sq. Ft. 19.50 / 1000 Sq. rt. 0 Turf Broadleaf Spray Boom Application Hand Application Turf Pre - Emergent General Weed Control Post Emergent • ANT 1 1F \: • Turf - Seed and top dress Turf - Sod Landscape Maint. Supervisor Pest Control Applicator Irrigation Specialist Landscape Maint. Leadworker Equipment Operator Landscape Maint. Laborer 10.00 / 1000 Sq. Ft. 19.00 / 1000 Sq. Ft. 6.50 / 1000 Sq. Ft. 18.25 / 1000 Sq. Ft. 380.00 / 1000 Sq. Ft. 650.00 / 1000 Sq. Ft. 17.00 /Hour 19.50 / Hour 19.50 /Hour 12.00/Hour 48.35 /Hour 10.00 / Hour • • 0 • CJ • EXHIBIT I 0 BID UNIT COSTS PARKS UNIT COST/YEAR Area Unit Cost Balboa Island ­-P-1692 Ba side Drive 4,338.57 Bayview 4,338.57 Begonia 3,253.93 Bolsa 216.92 Bonita Creek 16,052.73 Buffalo Hills 30,370.03 Channel Place 2,16928 Cliff Drive 3,253.93 Eastbluff 17,354.30 Ensi n View 1,084.64 Galax View 2,169.28 Grant Howald 5,423.22 Harbor View Nature 2,169.28 Irvine Terrace 11,931.08 Jasmine Creek View 216.92 Kin s Road 216.92 L" Street 1,084.64 Las Arenas 433.85 Lido 1,084.64 Mannin Tract 2,169.28 Mariners 10,846.44 Newport Island 216.92 Newport Shores 216.92 Oasis Passive 7,375.57 Ocean Blvd. Bluffs 2,169.28 Old School 1,084.64 Peninsula 7,592.50 San Joaquin Hills 3,253.93 San Miguel 10,846.44 lass Hill 2,169.28 lass Hill Resevoir 650.78 Veteran's Memorial 867 77 Westcliff 2 169 28 West Jett View 433.85 West Newport 8,677.15 38th Street 650.78 Total 168,770.46 • EXHIBIT J 0 BID UNIT COSTS Facilities Unit Cost/Year Area Unit Cost Fire Stations: 1 $216.92 2 216.92 3 216.92 5 216.92 6 216.92 Libraries: Balboa 433.85 Corona del Mar 216.92 Miscellaneous: CdM State Beach 2,169.28 City Hall 2,169.28 Lincoln Athletic Center 17,354.30 Newport Pier Plaza 433.85 Oasis Senior Citizens Ctr 2,169.28 Police Station 216.92 W. Nw t Community Ctr 216.92 Total $26,465.20 • is • CITY OF NEWPORT BEACH REQUESTS FOR FUNDS • Date July 14, 1997 TO: Administrative Services Director FROM: General Services Director SUBJECT: REQUEST FOR FUNDS Request for transfer of funds, $ 22,522 Transfer from Account No. 3170 -8024 to No. 3170 -8080 Request for transfer of funds, $ 180,223 Transfer from Account No. 312Q-7XXX to No. 3170 -8080 Request for transfer of funds, $ 15,183 Transfer from Account No. 1170 -8022 to No. 3170 -8080 r1 LJ Funds are available in the current budget. Transfer of funds is needed for: Parks mowing contract. Approved: W."11111"�� Finance Director r1 L_J Department Head 9 CITY OF NEWPORT BEACH REQUESTS FOR FUNDS TO: Administrative Services Director FROM: General Services Director SUBJECT: REQUEST FOR FUNDS 0 Date July 14, 1997 Request for transfer of funds, $ To be determined by sale proceeds . Transfer from Account No. 610 -6830 to No. 3170 -8080 Funds are available in the current budget. Transfer of funds is needed for: Parks mowing contract, and Parks improvement. Department Head Approved: A- �u4 �L // A A l l Finance Director CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this -Aday of 64 1M7 by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City"), and California Landscape Maintenance, Inc. ( "Contractor"), is made with reference to the following: RECITALS A. Prior to August 1997, City maintained turfgrass in City parks and facilities using its own employees and equipment; B. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private contractor. C. Contractor acknowledges that City has relied upon Contractor's representations and Contractor commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement; D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the price specified in this agreement. NOW, THEREFORE, the parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one year. The term shall commence within ten (10) working days of City Council approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. 2. CONTRACTOR DUTIES Contractor shall perform the turfgrass maintenance services specifically described in, and in strict compliance with the requirements of Exhibit A (Scope of Work), at the park and facility locations noted by Exhibits B and C. The contract services (Scope of Work) shall be performed at least as frequently as specified in Exhibit D with particular attention to the time schedule of Exhibit E. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit F. Reports will be submitted by the Contractor in accordance with Exhibit G. Bid Unit Prices and Costs are contained in Exhibits H through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. S. WORKMANSHIP, SUPERVISION, AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the contract services and all members of the work force shall be legally documented. B. All contract services shall be performed by competent and experienced employees. Irrigation maintenance and repairs shall be performed by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, state, and. federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense, all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly perform contract services. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing contract services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape maintenance standards. F. All vehicles and equipment used in conjunction with the work shall be in good working order and have appropriate safety guards (mowers, etc.). All vehicles shall bear the identification of the Contractor. G. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of contract services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 2 4. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of $195,235.66 per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices". 5. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit F in performing contract services. Any deviation from the materials described in Exhibit F shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus 15 %, of all materials installed by Contractor in the performance of contract services. Actual cost 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 this Agreement. Contractor shall retain records reflecting the actual cost of parts or materials used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and/or materials. 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. 7. A. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or its agents, employees, representatives or officers. 0 C. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. D. Contractor shall, at its sole cost and expense, replace all plant materials (including shrubs, ground cover, mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 8. EXAMINATION OF WORK SITES City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representation that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of this Agreement. 9. HOLD HAIUMMSS A. Contractor assumes all risk in any way related to the performance of contract services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of contract services required by this Agreement, provided, however, Contractor's obligation in this regard shall not apply in the event of the sole negligence, fraud or wil fill misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify, and hold City and its officers, employees and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 0 0 10. 0 A. In addition to Contractor's obligation to defend, indemnify, and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any contract services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A- 7 or better carriers: 1. Workers' Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and $1,000,000 (one million) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1,000,000 (one million) combined single limit per occurrence for bodily injury, personal injury; and property damage. If the policy contains a general aggregate limit, then the aggregate limit shall not be less than $2,000,000 (two million); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of $2,000,000 (two million) combined single limit per accident for bodily injury and property damage; D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: 1. Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." Notice: "The policy shall not terminate, nor shall it be canceled or the coverage reduced, until thirty (30) days after written notice is given to City." 0 0 3. Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. 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 performance of contract services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT A. Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. B. 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 venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 12. A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. Gi C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings, and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor maps, ordinances, data, and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such materials in a timely manner. 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional turfgrass maintenance or landscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to $500. Administrator shall provide Contractor with written authorization prior to the performance of any additional services that exceed $500. Contractor shall be compensated for additional services in accordance with the unit prices specified in Exhibits H through J. B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least 0 0 thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified in Exhibits I and J. In the event the location is withdrawn for a period of less than a full 1 (one) year term, Contractor's compensation shall be reduced on a prorated basis. . 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to $15,000 as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. 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. 19. Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment because of race, religion, color, sex, handicap, national origin, or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 93 0 0 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above. Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: California Companies California Landscape Inc. 5241 E. Santa Ana Canyon Road, Suite 100 Anaheim Hills, California 92807 0 28. TERMINATION/DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this agreement by giving written notice of termination. B. This agreement may be terminated without cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in the Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and/or Contractor fails to satisfactorily perform contract services. City shall have the right to return funds withheld until the City Administrator determines that contract services are performed as well as frequently as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinances, statutes or regulations applicable to the performance of contract services. 26. WAIVER A waiver by City 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. 10 0 27. INTEGRATED CONTRACT This Agreement represents the fill and complete understanding of every land or nature whatsoever between the parties and all preliminary negotiations and agreements of whatsoever land or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. iI..4 WMIUMMIZU, I1 CITY OF NEWPORT BEACH A Municipal Corporation Its: C—z:0- 0 List of Exhibits Exhibit A Scope of Work Exhibit B Park Locations Exhibit C Facility Locations Exhibit D Maintenance Frequency Summary Exhibit E Park and Facility Areas Exhibit F Standard Materials Exhibit G Reports Exhibit H Bid Unit Prices Exhibit I Bid Unit Costs (Parks) Exhibit J Bid Unit Costs (Facilities) • EXHIBIT A • Specifications for Contract of Turfgrass Maintenance of City Parks and Facilities SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK Furnish all labor, equipment, materials, and supervision to perform turfgrass maintenance as described herein including, but not limited to, the following: 1. Turfgrass weed eradication and control both mechanically and with chemicals. 2. Fertilizing. 3. Irrigation repair. 4. General pest control. 5. Mowing, verticutting, and aerifying. 6. General litter control, refuse removal, and grounds policing. 7. Hardscape cleaning. 8. Removal of all grass clippings from site as directed by the City. Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8:00 AM nor after 5:00 PM., unless specified on Attachment E. 3. LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest turfgrass maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. B. If, in the specified herein, the C provided herein, withh rendered in accordan 9 0 4ment of the City, the level of maintenance is less than that shall, at its option, in addition to or in lieu of other remedies providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard. C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. If an area is not mowed or edged as scheduled, payment will be withheld for the maintenance cost of the specific areas that were not maintained. 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a minimum of a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City by the first of said month. B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to David E. Niederhaus, General Services Director, General Services Department, City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA 92663 -3884. 7. PROVISIONS FOR EXTRAS 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 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. 8. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in conformity with the "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. B. 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. 9. DISPOSAL At least 25% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS A. The contractor shall keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Tree Maintenance Superintendent. This report should also contain a description, including man - 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. A phone log will be • • C. 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 Parks and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the turfgrass 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 Parks and Tree Maintenance Superintendent for approval prior to the date the changes are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City - provided services only at any reasonable time. 11. EMERGENCY The Contractor will provide the City with names and telephone numbers of at least two qualified persons who may be contacted by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City of Newport Beach. The Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. 12. 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: fertilization, turf aerification, turf dethatching, seeding, preventive and curative application of turf funeicide. herbicide or anv required pesticide aonlications and plant replacements. 13. LANDSCAPE LICENSE 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 at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a yard. • 0 15. SCHEDULES A. Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park and facility and in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. R Weekly Schedule 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the 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. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. 5. Failure to notifv of work on a 6. The Contractor shall adjust his/her schedule to compensate for all holidays and rainy days. Maintenance and litter removal shall be scheduled for all holidays and rainy days, unless otherwise indicated by the City. C. Performance on Schedule 1. The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. 0 6 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. B. 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. C. The Contractor shall immediately notify the Parks and Tree Maintenance Superintendent when the work force has been removed from the job site due to inclement weather or other reasons. 17. UNDERGROUND EXCAVATIONS 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 Parks and Tree Maintenance Superintendent and Underground Service Alert (1- 800 -422- 4133) 48 hours before commencing any excavation, to locate underground service lines. 18. PESTICIDES A. The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Tree Maintenance Superintendent with all of the folllowing: 1. A copy of Contractor's Orange County Agricultural Commissioner, "Restricted Materials Permit/Operator I.D. numbers ". 2. A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A "Pesticide Use Daily Record" for any site at which a pesticide was used, within 24 hours of application. 4. If a restricted pesticide is proposed to be used, a copy of the "Notice of Intent To Use Restricted Materials ", 24 hours before application. 5. A list of Environmental Protection Agency numbers and Material Safety Data Sheets of all the pesticides Contractor intends to use for this contract, prior to such use. 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. i 0 19. TECIINICAL MAINTENANCE SPECIFICATIONS A. GENERAL TURFGRASS MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary" (Exhibit B). 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 parks and facilities. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City parks and facilities. 3. Leaves, paper, broken glass, and any other debris will be removed from turfgrass areas prior to mowing and disposed of off -site. 4. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 5. The Contractor shall maintain the premises clean of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his construction and installation equip- ment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor. 6. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 7. Contractor must notify City within one (1) hour of facilities or conditions that may break, malfunction, or interrupt the public's use of City parks and facilities. 8. All insects and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and Tree Maintenance Superintendent 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. 9. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. 10. All repairs or replacements to be made with original type material or as directed. 11. Material substitutions must be approved by the Parks and Tree Maintenance Superintendent. 12. Necessary irrigation repairs shall be made within 24 hours. All repairs shall be made in accordance with City of Newport Beach standard irrigation specifications. 13. Irrigation programming for all sites will be provided by the City. 14. Turf shall be regularly mechanically trimmed using line trimmers around sprinkler heads to insure the proper operation of the system. IEL TURF MAINTENANCE 1. A mowing schedule of all areas shall be provided to the City by the Contractor. 2. All areas will be mowed not less than once a week during the warm season of March 1 through November 30 and once every two weeks during the cool season of December 1 through February 28. All sports turf areas and City Hall are to be mowed weekly, 52 times per year. Fescue, Mkuya, Perennial Rye and Bluegrass turfgrasses shall be mowed using a rotary mower at a cutting height of 2 " -2 1/2 ". Bermuda turf shall be mowed using a reel mower, at a cutting height of 1/2" - 3/4 ". Mowing height shall be as directed by the City. 3. Clippings shall be collected and removed at end of each mowing unless otherwise directed by the City. Mulching mowers may be acceptable if approved by City prior to mowing of a particular site(s). 4. Mechanically, trim growth using line trimmers from around all trees, valve boxes, lamp posts, drains and other permanent structures located in the turf at each site mowing. line trimmers shall be used to keep the turf at approximately the height as mowers, except around sprinkler heads and valve boxes where the turf should not be trimmed to below 1/2 ". The contractor shall be liable for any damage caused to trees as a result of use of line trimmers. 5. Mowing equipment shall be sharp and properly adjusted to avoid damage to the turf grass. 6. Pick up all litter from turfgrass areas prior to mowing. 7. Vertical mowing of turfgrass shall be done once per year in October. Sports fields will be done in July, or as directed by City. 8. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. Dethatching shall be accomplished by use of "vertical cut type" dethatch machine. The amount of dethatching shall be determined by City. 9. All thatch and debris shall be removed and disposed of at the end of each day. 10. All turf shall be fertilized three times per year using a homogenous, pelletor granular slow release material. City must approve the material used. Apply at the following rates and time: a. February: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -8 -6 fertilizer at one pound actual nitrogen per 1,000 square feet. I 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. e. The Contractor shall perform a soil fertility analysis at Contractors expense at 12 individual parks and/or facilities as directed by the City in the month of December and review the analysis with the City representative in the month of January. f. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 11. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broad leaf weeds shall be initiated as needed on all turf. 12. Aerate all turf areas twice per year; once in April and again in October. a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose of all cores. c. Contractor is responsible for locating and marking all sprinkler components prior to aeration operations. 13. Visually check all turf areas on a weekly basis for pests, fertility, irrigation, damage, or other problems. Correct or advise the City immediately. 14. Scheduling of mowing and turf care maintenance times will be approved by the City. Attention to public use will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. • i C. HARDSCAPE MAINTENANCE 1. After each mowing or maintenance activity all hardscape will be Cleaned. 2. Vacuums, blowers, sweepers or other approved means may be used to clean hardscape areas. All blowers shall be operated in a manner so as to not disturb residents or visitors. However, debris shall not under any circumstance be blown or otherwise swept onto adiacent streets or property. All debris must be picked up by the Contractor and removed from the site. Any equipment that is used for D. GENERAL GROUNDS POLICING 1. Refuse or litter shall be EX MIT B Park Locations Parks Address Acre e Balboa Island 115 Agate Ave., Balboa Island 0.1 Bayside Drive Bayside Dr. between Carnation and Larkspur 2 Bayview Mesa Dr. @ Bayview Ave. 2 Begonia Begonia Ave. at First Ave. 1.5 Bolas Bolas Ave. @ Old Newport Blvd. 0.1 Bonita Creek University Dr. @ La Vida 7.4 Buffalo Hills Newport Hills Dr. East/West @ Ford Rd. 14 Channel Place Channel Place @ 44th St, 1 Cliff Drive Cliff Dr. @ Riverside Dr. 1.5 Eastbluff Vista Del Oro @ Vista Del Sol 8 Ensign View 2501 Cliff Dr. @ El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. 1 Grant Howald Iris Ave. @ 5th Ave. 2.5 Harbor View Nature San Miguel Dr. @ Pacific View Dr. 1 Irvine Terrace Seadrift Dr. @ Evita Dr. 5.5 Jasmine Creek View Harbor View Dr. @ Marguerite Ave. 0.1 Kings Road Kings Road west of St. Andrews Road 0.1 L" Street "L" St. @ Piazza del Sur 0.5 Las Arenas Balboa Blvd. @ 16th St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Manning Tract Newport Hills Dr. W. and Port Wheeler Pl. 1 Mariners Dover Dr. @ Irvine Ave. 5 Newport Island Marcus @ 39th St. 0.1 Newport Shores 61st St. @ Coast Blvd. 0.1 Oasis Passive Marguerite Ave. @ 5th Ave. 3.4 Ocean Blvd. Bluffs Ocean Blvd. from Fernleaf Ave. to Poppy Ave. 1 Old School Carnation Ave. @ 4th Ave. 0.5 Peninsula Main St. @ East Ocean Front, Balboa 3.5 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. 1.5 San Miguel San Miguel Dr. @ Spyglass Hill Rd. 5 Spyglass Hill Spyglass Hill Rd @ El Capitan Dr. 1 Spyglass Hill Resevoir Muir Beach Circle 0.3 Veteran's Memorial 15th St. @ Bay Ave. 0.4 Westcliff Polaris Dr. @ Westwind Way 1 West Jetty View Ocean Blvd. @ Channel Rd., Balboa 0.2 West Newport Seashore Dr. btwn 57th St. & Santa Ana River Jetty 4 38th Street Balboa Blvd. @ 38th St. 0.3 Total Acreage 77.8 0 0 EXHIBIT C FACILITY LOCATIONS Facili Address Acreage Fire Stations: 1 Balboa Blvd. @ Island Ave. 0.1 2 32nd St. @ Villa Way 0.1 3 Santa Barbara Dr. @ Jamboree Rd. 0.1 5 Marigold Ave. between PC1V2nd Ave. 0.1 6 Irvine Ave. @ Dover Dr. 0.1 Libraries: Balboa Balboa Blvd. @ Island Ave. 0.2 Corona del Mar Marigold Ave. between PCH12nd Ave. 0.1 Miscellaneous: CdM State Beach Ocean Blvd. @ Jasmine Ave. 1 City Hall 3300 Newport Blvd.@ 32nd St. 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Ne ort Pier Plaza Balboa Blvd. @ McFadden Pl. 0.2 Oasis Senior Citizens Ctr. 800 Marguerite Ave. @ 5th Ave. 1 Police Station Santa Barbara Dr. @ Jamboree Rd. 0.1 W. Nw t Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 Total Acreage 12.2 • EXIMIT D MAINTENANCE FREQUENCY SUMMARY FUNCTION FRE CY Mowing Eve Week, March throw h November Eve Two Weeks, December through Februa Sports Fields and City Hall/Weekly Hall/Weelkly throughout the year Edqinq At each mowin Clipping Removal At each mowing String Trimminq At each mowing Fertilize 3/ ear Vertical Mow 1/ ear Aerate 2/ ear Pest and Weed Control As needed Visual Inspection Weekly Hardsca a Maintenance Each site after mowing Grounds Policing/Litter Removal Each site before mowing or Maintenance Activity E PARK AND FACILITY AREAS • Sites Requiring Mandatory Early Mowing Before 7:00 a.m. I Before 9:00 a.m. Before 10:00 a.m. City Hall 38th St. Park Las Arenas Park Newport Pier Plaza 'Peninsula Park Oasis Senior Citizens Ctr West Jett View State Beach W. Newport Park Ocean Blvd. Bluffs nsi n View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas San Joasuin Hills Park Lincoln Athletic Ctr San MI i uel Park Be onia Park • • STANDARD MATERIALS All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Electric Valve 6. Rainmaster RME 12 or Larger Controller 7. LA MAX Enclosure -LA MAX MARK -2SST 8. Matco 754 Series Full Port Ball Valve 9. Class 200 PVC Lateral Pipe 10. Class 315 PVC Main Supply Pipe 11/2" and larger 11. Schedule 40 PVC Main Supply Pipe 11/4" and Smaller 12. Rectangular Valve Box - Plastic -18 "L x 12 "W x 12" Deep 13. Round Valve Box - Plastic - 10" 14. Rainbird #44 Quick Coupling Valve with Vinyl Cover 15. Control Wire: AWG, U.F. 600 -V Direct Burial Copper with PVC Insulation TURF FERTILIZERS, ETC.: 1. All commercial fertilizers must be homogenous. 2. All organic fertilizers must have lowest salinity rate possible. 3. No steer or chicken manure is allowed. 4. All fertilizers, planting medium, humus material, etc. must be City approved. • • PLANPSTOCK All selection and condition of the plant material of plant stock, seed, sod, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Park and Tree Maintenance Superintendent before planting. PESTICIDES 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. D►� I1: Reports 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (as sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers 7. Monthly Phone Log with action taken 8. Extra work approval list 9. Annual pesticide safety training records 10. Required tailgate safety meeting records 11. Monthly maintenance report 12. Monthly greenwaste recycling report 191A.11: UNIT COSTS UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. FUNCTION COST/UNIT OF MEASURE TURF Turf Mow -Real Blade Turf Mow - Rotary Blade Turf Mow and Clippings Picked Up Turf Edge Turf Line Trim Turf Aerify Turf Fertilize Turf Dethatch/Renovate Turf sweeping Flail mow of natural areas HARDSCAPE Cleaning PEST CONTROL Turf disease/insect spray Boom Application Hand Application [230 1000 Sq. Ft. 1000 Sq. Ft. 1000 Sq. Ft. 1000 Linear Ft. 1000 Linear Ft. 1000Sq.Ft. 1000 Sq, Ft. Acre 1000 Sq. Ft. Acre 3.00 / 1000 Sq. Ft. 10.50 / 1000 Sq. Ft. 19.50 11.000 Sq. Ft. El Turf Broadleaf Spray Boom Application Hand Application Turf Pre- Emergent General Weed Control Post Emergent 1 a_ NT 1Z Turf - Seed and top dress Turf - Sod Landscape Maint. Supervisor Pest Control Applicator Irrigation Specialist Landscape Maint. Leadworker Equipment Operator Landscape Maint. Laborer t 0.00 / 1000 Sq. Ft. 9.00 / 1000 Sq. Ft. .50 / 1000 Sq. Ft. 8.25 11000 Sq. Ft. 380.00 / 1000 Sq. Ft. 650.00 / 1000 Sq. Ft. 17.00 /Hour 19.50 / Hour 19.50 / Hour 12.00/Hour 48.35 /Hour 10.00/Hour • i EXHIBIT I BID UNIT COSTS Area Unit Cost Balboa Island $216.92 a side Drive 4,338.57 bayview 4,338.57 Begonia 3,253.93 Bolsa 216.92 Bonita Creek 16,052.73 Buffalo Hills 30,370.03 Channel Place 2,169.28 Cliff Drive 3,253.93 Eastbluff 17,354.30 Ensign View 1,084.64 Ualaxy View 2,169.28 rant Howald 5,423.22 Harbor View Nature 2,16928 Irvine Terrace 11,931.08 Jasmine Creek View 216.92 Kin s Road 216.92 "L" Street 1,084.64 Las Arenas 433.85 Lido 1,084.64 Manning Tract 2,169.28 Mariners 10,846.44 Newport island 216.92 Newport Shores 216.92 asis Passive 7,375.57 Ocean Blvd. Bluffs 2,169.28 1 chool 1,084.64 Peninsula 7,592.50 San Joaquin Hills 3,253.93 an Miguel 10,846.44 bpyglass Hill 2,169.28 Spyglass Hill Resevoir 650.78 Veteran's Memorial 867.77 Westcliff 2,16928 Jett View 433.85 &est st N ew or 8,677.15 38th Street 650.78 Total $169,770.46 0 EXBMIT J BID UNIT COSTS Facilities Unit Cost/Year Area Unit Cost Fire Stations: 1 $216.92 2 216.92 3 216.92 5 216.92 6 216.92 Libraries: Balboa 433.85 Corona del Mar 216.92 Miscellaneous: CdM State Beach 2,169.28 City Hall 2,169.28 Lincoln Athletic Center 17,354.30 Newport Pier Plaza 433.85 Oasis Senior Citizens Ctr 2,169.28 Police Station 216.92 W. Nw t Community Ctr 216.92 Total 26,465.20 BY THE i. 1 7 C� CITY OF NtNJP;.. 2 4 S97 ` City Council Agenda . Item No. 6 March 24, 1997 TO: Mayor and City Council FROM: General Services Director C - 1p0 SUBJECT: Sale of a Water Truck Recommendation Approve the sale of a 1981 International water truck from the City's fleet to California Landscape Maintenance Incorporated for the amount of $8,000 and authorize the City Manager to proceed with sale arrangements. Background On March 25, 1996, Council approved a contract with California Landscape Maintenance to provide landscape maintenance of City medians and roadside areas at the cost of $195,820.48 per year. The term of the contract is for a • period of one year and can be automatically extended for four additional one- year terms with the first extension to commence upon the expiration of the initial term. The contractor commenced work on April 8, 1996 and has been performing in a very competent manner. Discussion The contractor and the City entered into a lease agreement for a City water truck that was previously used by City staff to maintain the existing contract areas for a period of one year with a purchase option stipulated in the lease. Staff researched the current value of the truck with a western region auction company and determined the sale value of the truck to be $8000. California Landscape Maintenance has agreed to purchase the truck for $8000. A proposed purchase agreement has been jointly developed by the City Attorney. Very respectfully, David E. Niederhaus DEN/MGL/pp Attachment: Agreement for Sale of a Water Truck AGREEMENT WSAI,1fpF A WATER TRUCK • THIS AGREEMENT, entered into this 24 day of March 1997, by and between CITY OF NEWPORT BEACH, a municipal corporation and charter City, (hereinafter referred to as "CITY"); and CALIFORNIA LANDSCAPE MAINTENANCE INCORPORATED, a private corporation whose address is 5241 East Santa Ana Canyon Road, Anaheim Hills, California, (hereinafter referred to as "CALIFORNIA LANDSCAPE MAINTENANCE ") is made with reference to the following: RECITALS CITY owns, free of all liens and encumbrances, a 1981 International Water Truck (VIN 1HTAA17B5BHB15993) as more particularly described on • Exhibit A incorporated into this Agreement by reference. CALIFORNIA LANDSCAPE MAINTENANCE wishes to purchase the WATER TRUCK from CITY and CITY wishes to sell the WATER TRUCK to CALIFORNIA LANDSCAPE MAINTENANCE in an "as -is" condition under the terms and conditions of this Agreement. CALIFORNIA LANDSCAPE MAINTENANCE currently leases the truck under a landscape maintenance contract with CITY to perform landscape maintenance of City medians and roadsides. Accordingly, CALIFORNIA LANDSCAPE MAINTENANCE is exercising their option in current contract to purchase vehicle. Independent appraisals confirm that the value of the truck is $8000. • CALIFORNIA LANDSCAPE MAINTENANCE has expressed interest in the • purchase of the WATER TRUCK at a price consistent with fair market value. Estimates indicate that the purchase price agreed upon by CITY is comparable to an open market purchase price. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. PURCHASE PRICE CALIFORNIA LANDSCAPE MAINTENANCE agrees to pay CITY the sum of $5,000.00 as full and complete payment for the WATER TRUCK Payment shall be made on or before APRIL 1, 1997. CITY agrees to sell the WATER TRUCK to CALIFORNIA LANDSCAPE MAINTENANCE with clear title, free of all liens and encumbrances within 5 days of payment of the purchase price. • 2. LICENSE The WATER TRUCK is currently registered to CALIFORNIA LANDSCAPE MAINTENANCE in the State of California as lessee of a commercial vehicle. CITY shall provide CALIFORNIA LANDSCAPE MAINTENANCE with all necessary documents to finalize the registration of the WATER TRUCK in the name of the CALIFORNIA LANDSCAPE MAINTENANCE. 3. WARRANTIES CITY makes no warranty, guarantee or representation, written or oral, expressly implied regarding the WATER TRUCK, except any applicable warranty of the manufacturer. CALIFORNIA LANDSCAPE MAINTENANCE agrees that any and all claims for breach of any manufacturer's warranties shall be pursued directly against the manufacturer • of the WATER TRUCK at CALIFORNIA LANDSCAPE MAINTENANCE expense. CITY will provide CALIFORNIA LANDSCAPE MAINTENANCE with all warranty materials applicable to the WATER TRUCK. CITY makes . no warranty as to fitness for use as to any particular purpose and expressly disclaims any warranty of merchantability. 4. DELIVERY AND RISK OF LOSS CALIFORNIA LANDSCAPE MAINTENANCE currently has possession of WATER TRUCK. 5. AUTHORITY TO SELL CITY represents it has been duly authorized by action of City Council on to sell the WATER TRUCK to CALIFORNIA LANDSCAPE" MAINTENANCE. 6. ENTIRE AGREEMENT This Agreement contains the entire Agreement between the Parties and there are no warranties, representatives, or assurances arising by • statutes or otherwise except such as clearly stated in this Agreement. This Agreement shall be binding upon the Parties, their legal representatives, successors and assigns. • IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the day and year first -above written. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, A Municipal Corporation Robin Clauson, Assistant City Attorney Kevin Murphy, City Manager for the City of Newport Beach CALIFORNIA LANDSCAPE MAINTENANCE INCORPORATED, a Private Corporation Chuck Johnson, Chief Executive Officer 0 0 0 AGREEMENT FOR SALE OF A WATER TRUCK C' -oz /6 CD THIS AGREEMENT, entered into this 24th day of March 1997, by and between CITY OF NEWPORT BEACH, a municipal corporation and charter City, (hereinafter referred to as "CITY"); and CALIFORNIA LANDSCAPE MAINTENANCE INCORPORATED, a private corporation whose address is 5241 East Santa Ana Canyon Road, Anaheim Hills, California, (hereinafter referred to as "CALIFORNIA LANDSCAPE MAINTENANCE ") is made with reference to the following: RECITALS CITY owns, free of all liens and encumbrances, a 1981 International Water Truck (VIN 1HTAA17B5BHB15993) as more particularly described on Exhibit A incorporated into this Agreement by reference. CALIFORNIA LANDSCAPE MAINTENANCE wishes to purchase the WATER TRUCK from CITY and CITY wishes to sell the WATER TRUCK to CALIFORNIA LANDSCAPE MAINTENANCE in an "as -is" condition under the terms and conditions of this Agreement. CALIFORNIA LANDSCAPE MAINTENANCE currently leases the truck under a landscape maintenance contract with CITY to perform landscape maintenance of City medians and roadsides. Accordingly, CALIFORNIA LANDSCAPE MAINTENANCE is exercising their option in current contract to purchase vehicle. Independent appraisals confirm that the value of the truck is $8000. 0 0 CALIFORNIA LANDSCAPE MAINTENANCE has expressed interest in the purchase of the WATER TRUCK at a price consistent with fair market value. Estimates indicate that the purchase price agreed upon by CITY is comparable to an open market purchase price. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. PURCHASE PRICE CALIFORNIA LANDSCAPE MAINTENANCE agrees to pay CITY the sum of $8,000.00 as full and complete payment for the WATER TRUCK Payment shall be made on or before APRIL 1, 1997. CITY agrees to sell the WATER TRUCK to CALIFORNIA LANDSCAPE MAINTENANCE with clear title, free of all liens and encumbrances within 5 days of payment of the purchase price. 2. LICENSE The WATER TRUCK is currently registered to CALIFORNIA LANDSCAPE MAINTENANCE in the State of California as lessee of a commercial vehicle. CITY shall provide CALIFORNIA LANDSCAPE MAINTENANCE with all necessary documents to finalize the registration of the WATER TRUCK in the name of the CALIFORNIA LANDSCAPE MAINTENANCE. 3. WARRANTIES CITY makes no warranty, guarantee or representation, written or oral, expressly implied regarding the WATER TRUCK, except any applicable warranty of the manufacturer. CALIFORNIA LANDSCAPE MAINTENANCE agrees that any and all claims for breach of any manufacture's warranties shall be pursued directly against the manufacturer of the WATER TRUCK at CALIFORNIA LANDSCAPE MAINTENANCE 0 9 expense. CITY will provide CALIFORNIA LANDSCAPE MAINTENANCE with all warranty materials applicable to the WATER TRUCK. CITY makes no warranty as to fitness for use as to any particular purpose and expressly disclaims any warranty of merchantability. 4. DELIVERY AND RISK OF LOSS CALIFORNIA LANDSCAPE MAINTENANCE currently has possession of WATER TRUCK. 5. AUTHORITY TO SELL CITY represents it has been duly authorized by action of City Council on March 24, 1997 to sell the WATER TRUCK to CALIFORNIA LANDSCAPE MAINTENANCE. 6. ENTIRE AGREEMENT This Agreement contains the entire Agreement between the Parties and there are no warranties, representatives, or assurances arising by statutes or otherwise except such as clearly stated in this Agreement. This Agreement shall be binding upon the Parties, their legal representatives, successors and assigns. 0 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the day and year first -above written. APPROVED AS TO FORM: Robin Clauson, Assistant City Attorney for the City of Newport Beach Chuck CALIFORNIA a Private Corporation Executive Officer CITY OF NEWPORT BEACH, A Municipal Corporation Kevin Murph , City Manager MAINTENANCE INCORPORATED, CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this &k day of 19 &, by and between the City of Newport Beach, a Municipal Corporation add Charter City ( "City "), and California Landscape Maintenance, Inc. ( "Contractor "), is made with reference to the following: RECITALS A. Prior to February 1995, City maintained certain medians and roadsides areas using its own employees and equipment; B. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private Contractor. C. On February 13, 1995, City entered into a contract with a private Contractor to perform these landscape and maintenance functions. D. By mutual agreement of the parties, the February 13, 1995 agreement was terminated. City has requested proposals from six pre - qualified landscape maintenance companies. Contractor was the lowest responsible bid. E. Contractor acknowledges that City has relied upon Contractor's representations and Contractor commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement; F. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the price specified in this Agreement. NOW, THEREFORE, the parties agree as follows: 1Y° The Term of this Agreement shall be for a period of one year. The term shall commence within ten (10) working days of City Council approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to continence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. -1- 2. CONTRACTOR DUTIES Contractor shall perform the landscape and hardscape maintenance services specifically described in, and in strict compliance with the requirements of, Exhibit A (Contract Services). The Contract Services shall be performed at least as frequently as specified in Exhibit B. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. The Contract Services shall be performed at the median locations described in Exhibit D, and at the roadside locations subscribed in Exhibit E as appropriate. Contractor services relative to the installation of material, the application of substances, or the planning of landscaping shall be in strict conformance with Exhibit C. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. WORKMANSHIP, SUPERVISION, AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally documented. B. All Contract Services shall be performed by competent and experienced workers. Irrigation maintenance and repairs shall be performed by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, state and federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense; all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly to perform Contract Services. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing Contract Services. All Contractor personnel shall wear identification badges or patches. E. All work shall be performed in accordance with the highest landscape and hardscape maintenance standards. F. 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. All vehicles shall bear the identification of the Contractor. -2- G. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of Contract Services. An Area Supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor the suin of $195,820.48 per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices." INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit C in performing Contract Services. Any deviation from the materials described in Exhibit C shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus 15 %, of all material installed by Contractor in the performance of Contract Services. Actual . cost 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 material and other commonly used items within thirty (30) days from the date of this Agreement. Contractor shall retain records reflecting the actual cost of parts or material used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and /or materials. Contractor shall secure, store, inventory, distribute and control all materials or pans provided to Contractor by City. Contractor shall make all materials and inventory available to the City upon request. -3- REPAIRIREPLACEMENT A. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or its agents, employees, representatives or officers. C. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. D. Contractor shall, at its sole cost and expense, replace all plant material (including shrubs, ground cover, mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including material and labor costs. EXAMINATION OF WORK SITES A. City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no representations that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of, this Agreement. 9. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of contract services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of contract services required by this Agreement, provided, however, Contractors obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. -4- C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify and hold City and its officers, employees and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 10. INSURANCE A. In addition to Contractor's obligation to defend, indemnify and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any contract services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A -7 or better carriers: 1. Workers' Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and .$1,000,000 (one million) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1,000,000 (one million) combined single limit per occurrence for bodily injury, personal injury and property damage. It the policy contains a general aggregate limit, then the aggregate limit shall not be less than $2,000,000 (two million); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto" with a minimum amount of $2,000,000 (two million) combined single limit per accident for bodily injury and property damage; D. Endorsements to the policies providing the abPve insurance shall be obtained by Contractor, adding the following three provisions: -5- Additional Insured: "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled nor the coverage reduced, until thirty (30) days after written notice is given to City." Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy:" E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. 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 performance of contract services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and -automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignment are commercially reasonable and that Contractor does possess special skills, ability and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. 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 venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. IM. 12. RECORDS/REPORTS A. All Contractor's books, and other business records, or such part as may be used in the performance of this Agreement shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming. schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement . Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. Periodic reports will be submitted in accordance with Exhibit I. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor, maps, ordinances, data and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such material in a timely manner. -7- 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional landscape maintenance or hardscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to $500. Administrator shall provide Contractor with written authorization prior to the performance of any additional services that exceed $500. Contractor shall be compensated for additional services in accordance with the unit prices specified in Exhibit F. B. City reserves the right to withdraw certain median or roadside locations from the scope of work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any. location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit cost specified in Exhibits G and H. In the event the location is withdrawn for a period of less than a full I (one) year term, Contractor's compensation shall be reduced on a pro rata basis. 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. 16. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS. Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to $20,000 as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall pay no less than the prevailing wage rates as required by Section 1771 and 1774 of the California Labor Code. Contractor shall conform with all applicable provisions set forth in the Labor Code, and the Federal Fair Labor Standards Act. B. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, the sum of $25.00 for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this Contract, by him or by any Subcontractor under him, in violation of the provisions of this Agreement. C. 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment because of race, religion, color, sex, handicap, national origin or other basis that is violative -of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation and selection for training, including apprenticeship.: 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above . Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractors violation of this Section. 22. NOTICES All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. '�Z All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: 23. TERMINATION/DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement by giving written notice of termination. B. This Agreement may be terminated for cause by City or Contractor, upon thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or handscape maintenance standards and /or Contractor fails to satisfactorily perform Contract Services. City shall have the right to return funds withheld until the City Administrator determines that contract services are performed as well and as frequently as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. -10- 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinances, statutes or regulations applicable to the performance of contract services. 26. WAIVER A waiver by City of any breach of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 27. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties and all preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. -11- CITY OF NEWPORT BEACH A Municipal By: CONTRACTOR I List of Exhibits Exhibit A Scope of Work Exhibit B Maintenance Frequency Summary Exhibit C Standard Materials Exhibit D Median Locations Exhibit E Roadside Locations Exhibit F Unit Prices Exhibit G Bid Unit Costs (Roadside areas) Exhibit H Bid Unit Costs (Median areas) Exhibit I Required Reports -12- 0 EXHIBIT A 0 SPECIFICATIONS FOR CONTRACT OF LANDSCAPE MAINTENANCE OF CITY MEDIANS AND ROADSIDE AREAS SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK A. Furnish all labor, equipment, materials, and supervision to perform landscape maintenance as described herein including, but not limited to, the following: 1. Weeding, cultivating and brush control both mechanically and with chemicals. 2. Fertilizing. 3. Shrub and groundcover trimming, pruning, training. 4. Minor tree pruning and staking. 5. Irrigation monitoring, maintenance, and repair. 6. General pest control. 7. Mowing, verticutting, and aerifying. 8. General litter control, refuse removal, and grounds policing. 9. Plant replacement. 10. Hardscape,cleaning. 11. Access roadway clearance and visibility maintenance. 12. General drainage stricture and system maintenance. L r� B. It shall NOT be the contractor's responsibility to maintain or repair: 1. Area lighting systems 2. Fencing 3. Gates 4. Any building located at the specified site 5. Graffiti 6. Vandalism 7. Signage 8. Damage resulting from vehicular accidents 9. Water, sewer, and electrical lines or systems, except to the extent required in the Technical Specifications of the Bid Schedules. 10. Trees over 8 feet in height (except minor pruning and staking) 11. Hardscape, (curbs, gutters, sidewalks, etc.) 2. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8:00 AM nor after 5:00 PM 3. LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest landscape maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. B. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from as the work is performed to City standard C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City at the beginning of said month. B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to Marcelino Lomeli, Park and Tree Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA 92663 -3884. 7. PROVISIONS FOR EXTRAS 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 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 (excluding minor irrigation repairs). Documentation of contract compliance may be required on some occasions. I� 8. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in conformity with the "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. B. 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. 9. DISPOSAL At least 25% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS A. The contractor shall ,keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report monthly to the Park and Tree Maintenance Superintendent. This report should also contain a description, including man - 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services, Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. C. 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 Park and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate the all of the major 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 Park and Tree Maintenance Superintendent for approval prior to the date the changes are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City - provided services only at any reasonable time. 11. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two 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 of Newport Beach. These Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. 12. 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: fertilization. preemergence weed control, turf aerification, turf dethatching, seeding preventive and curative application of turf fungicide, all pesticide applications and plant replacements. 13. LANDSCAPE LICENSE The Contractor shall hold a valid and current California C -27 License and submit a copy thereof. The Contractor must also maintain a California State Licensed Pest Control Operator and a California State Licensed Pest Control Advisor or have one on staff. The name and permit number will be supplied to the City at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 0 Contractor by radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and yard. 15. SCHEDULES A. ANNUAL SCHEDULE 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each facility and in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual perfor- mance differs substantially from planned performance. B. WEEKLY SCHEDULE 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the effective date of the. contract. Thereafter, it shall be submitted weekly on Thursday mornings. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. 5. Failure to notify of a change and /or failure to perform an item of work on a scheduled day may result in deduction of rya ment for that date or week. 6. The Contractor shall adjust his /her schedule to compensate for all holidays. Maintenance and litter removal shall be scheduled for all holidays, unless otherwise indicated by the City. C. PERFORMANCE ON SCHEDULE 1. The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. 1. 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. 2. The Contractor shall immediately notify the Parks and Tree Maintenance Superintendent when the work force has been removed from the jobsite due to inclement weather or other reasons. 3. The Contractor shall restake and re -tie trees or other such activities as required as a result of inclement weather. The Contractor will stay available to assist in any storm related damage repair. 17. UNDERGROUND EXCAVATIONS 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 Park and Tree Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. 18. PESTICIDES The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Park and Tree Maintenance Superintendent with all of the following: 1. A copy of Contractors Orange County Agricultural Commissioners, "Restricted Materials Permit /Operator I.D. # ". 2. A written "Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A "Pesticide Use Daily Record" for any site that a pesticide was used, within twenty -four (24) hours of application. 4. If a restricted pesticide is going to be used, a copy of the 'Notice of Intent To Use Restricted Materials ", twenty -four (24) hours before application. 5. A list and EPA numbers of all the pesticides Contractor intends to use for this contract, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. Exhibit B • IRUNTENANCE FREQUENCY SUMMARY FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Once/Week Edging At each mowing Clipping Removal At each mowing String Trimming At each mow -ing Fertilize 3 /year Vertical Mow 1/year Aerate 2 /year Pest Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Pest Control Twice a year As needed Visual Inspection Weekly Shrub, Vine, & Tree Maintenance Trim 4/year Fertilize Restake /Check Twice a year Each site visit/every two weeks min. Visual Inspection Weekly Hardsca e Maintenance Each site visit/weekly min. Grounds Policing/Litter Removal Each site visit/ 4/ weekly • Exhibit C STANDARD MATERIALS All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Electric Valve 6. Rainmaster RME 12 or Larger Controller 7. LA MAX Enclosure -LA MAX MARK -2SST 8, Mateo 754 Series Full Port Ball Valve 9. Class 200 PVC Lateral Pipe 10. Class 315 PVC Main Supply Pipe 1 1/2" and larger 11. Schedule 40 PVC Main Supply Pipe 11/4" and Smaller 12. Rectangular Valve Box - Plastic -18 "L x 12 "W x 12" Deep 13. Round Valve Box - Plastic - 10" 14. Rainbird #44 Quick Coupling Valve with Vinyl Cover 15. Control Wire: AWG, U.F. 600 -V Direct Burial Copper with PVC Insulation TURF FERTILIZERS, ETC.: 1. All commercial fertilizers must be homogenous except where approved by the City, 2. All organic fertilizers must have lowest salinity rate possible. 3. No steer or chicken manure is allowed. 4. All fertilizers, planting medium, humus material, and etc, must be approved by City. PLANT STOCK • All selection and condition of the plant material of plant stock, trees, shrubs, annuals and perennials, flowers, and ground covers must be approved by the Park and Tree Maintenance Superintendent before planting. PESTICIDES 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. 0 1Exhibit D • MEDIAN LOCATIONS Area Area Description Irrigation Acres P T H U 0 G St. X Balboa Blvd, P,H M 0.032 0.022 0.05 Balboa Blvd. - Medina Way to 21st St. P M 0.034 0.03 Balboa Blvd. - Medina Way to 21st St. P NI PVT 0.223 0.22 McFadden Interchange Medians P,T,H M 0.032 0.241 0.02 0.29 Villa Way X 29th St. P,H M O.02 0,014 0.03 M St. Median P,T,H Al 0.003 0.051 0.039 0.09 Via Lido - Newport Blvd. to Via Operto P,H Al 0.025 0.03 0.06 Newport Blvd. X Via Lido P,H Al 0.019 0.141 0.1 Clubhouse X Finley P,H M 0.02 0.018 0.03 Balboa Blvd. - PCH to 32nd St. P,H Al 0.06 0.317 0.38 Superior Ave. North of PCH P,H M 0.02C 0.389 0.40 Newport Blvd. - PCH to Industrial Way P,H INO,WT 0.461 0.552 1.01 PCH - Santa Ana. River to Newport Blvd. P,H Al 0.607 1.27 1.87 PCH - E. of Riverside Avenue P,H M 0.01e 0,077 0.09 St. James Road X Kings Place P,T M 0.00E 0.028 0.03 Margaret Dr. between Tustin & Irvine P NI,WT 0.007 0.00 Westcliff Dr. - Irvine Ave to Dover P,H INO,WT 0.132 0.152 0.28 Triangular median - WestcliffX Dover P,T,H Al 0,005 0.10 0.0251 0.13 Dover Dr. - Westcbff to PCH P,H INO,WT 0.327 0.495 0.82 Irvine Ave. at Westcliff P,H M 0.031 0.003 0.03 Irvine Ave. 0 Westcliff- Westcliff to Dover UD NI,WT 0. 0. Irvine Ave. - Dover to Holiday Road P NI,WT 0.524 0.52 Irvine Ave. - Santiago to University P,T,H AI 0.05 0.966 0.386 1.40 Jamboree Road - Bristol to PCH P,T,H Al 0.06 3.36 1,712 5.14 University Dr - Jamboree to MacArthur T,H AI 0.11 0.172 0.28 Vista Del Sol P,T AI 0.12 0.31 0.43 Ford Road - Jamboree to San Miguel P,T,H Al 0.012 0.679 0.53 1.22 San Miguel -Ford Road to Avocado P,T,H AI 0.08 1.64 0.85 2.57 San Joaquin . Spyglass to Backbay Rd. P,T,H AI 0.73 2.69 1,374 4.80 PCH - Larkspur to Newport Coast Dr. P,H Al 055 0.62 1.18 PCH - Iris to Goldenrod P,H M 0.04 0.11 0.15 MacArthur at PCH N 0.037 0.03 r Ah PCH -Dover to Gold d P,H AI 1.476 H 1.43 UD 2.91 El Paseo Dr T M 0.101 0.10 Avocado - Waterfront to PCH P,T WT,M 0.286 0.23 0.51 Park Avenue P,H AI 0,587 0.10 0.691 Total Acreage 6,634 10.53 10.91 0.9 28.58 46, Legend AD - AREA DESCRIPT P Planter T Turf H Hardscape UD Undeveloped 0 Overall Area Measurement IRR - IRRIGATION M Manual WT Water Truck NI No Irrigation INO Irrigation Not Operable Al Automated Irrigation Exhibit E 9 ROADSIDE LOCATIONS Area Area Desc. F Acres P T H U/D O Cannery Village Parking Lot P,H Al 0.07 0.31 0.38 28th & 30th St. Parking Lots P,H M 0.11 0.71 0.8 McFadden Parking Lot' P,H M 0.11 0.11 0.65 0.982 1 19th St. Street end - bayside P,H WT 0.01 0.01 0.02 Marina Park Parking Lot P,H M 0.03 0.23 0.27 13th St. Street end - bayside P BCH WT 0.05 0.05 12th St. Street end - bayside P BCH WT 0.05 0.05 11st St. Street end - bayside P BCH WT 0.059 0.05 "F" St. Street end - bayside P BCH NI 0.04 0.04 Palm Street Parking Lot P,H AI 0.033 0.305 0.33 Miramar Dr. and Balboa Blvd. P,T,H Al 0.015 0.056 0,036 0.10 "I" St. Street end - bayside P,H NI 0.043 0.013 0.05 "L" St. Street end - oceanside P,H NI 0.048 0.015 0.06 "M" St. St. Street end - oceanside P,H NI 0.031 0.018 0.04 Via Oporto X Central Parking Lot P,H M 0.036 0.367 0.40 Short St. X Newport Blvd. Roadside P,H AI 0.146 0.118 0.26 OCTA Bus Stop - Balboa Blvd. X 46th T,H M 0.027 0.01 0.04 OCTA Bus Stop - Balboa Blvd. X River P,H M 0.033 0.024 0.05 Newport Island entrance planters P,H Al 0.014 0.009 0.02 37th - 41st St. Street ends off Seashore P Al 0.011 0.01 Prospect Street ends off Seashore P M 0.004 0.00 Orange Street ends off Seashore P M 0.002 0.00 Summit St. planter P,H M 0.011 0.02 1 0.03 Cappy's traillbench area UD NI 0.172 0.17 W. PCH Roadsides P,H AT 0.84 1.99 2.84 Superior X PCH Parking Lot P,T,H AI 0-486 0.20E 1.83 N.W. Quadrant - Newport Blvd. X PCH UD,H NI 0.071 1.103 1.17 S.W. Quadrant - Newport Blvd. X PCH P NI 0-379 0.37 S.W. Quadrant - Newport Blvd. X PCH P,H AI 0.65 0.268 1 0.91 S.E. Quadrant - Newport Blvd. X PCH P,H AI 0,575 0.238 0.81 Ank Ah Newport Blvd. Roads, P,H IN O 10 . 0.07 10.52 Mariners Mile Parking Lot P,H AI 1 0.079 1.19 1.26 Rocky Point/Pelican Wall P,H Al O.054 0.036 0.09 Dover X Westcliff P,T,H AI 0.066 0.636 0.118 0.82 PCH Bayshore Soundwall P,H Al 0.035 0.293 0.32 OCTA Bus Stop - Bayshore Dr. X PCH P,H Al 0.135 0.129 0.26 Dover Dr. Arterials - Westcliff to Mariners P AI 1.308 1.30 Dover Dr. Arterials -(N) Irvine Ave. to Mariners P Al 0.101 0.101 Dover Dr. Arterials -(S) Irvine Ave. to Mariners P NI 0.418 0.41 Westcliff Dr. Arterial (Groves) P,H Al 0.612 0.062 0.67 Westcliff Dr. X Santiago P,T,H M 0.006 0.049 0.017 0.07 Groves Bike Trail UD,P H NI 0.05 0.354 1.192 1.60 Irvine Ave. Arterial N of Private Road P,T,H Al 0.01E 0,223 0.045 0.28 Tustin Avenue Streetend P,H AI 0.03E 0.009 0.04 Anniversary Lane Roadside P WT 0.14 0.14 Jamboree Arterial - Bison to Eastbluff Dr. (S) P,H Al 0.189, 0.313 0.49 Jamboree Big Canyon Roadside UD,H NI 0.227 0.204 0.431 Port Dunbar Drive Roadside T,H Al 0.741 0.526 1.26 Spyglass Hill Road Roadsides P,T,H Al 4.60 0.499 1,188 3.29 San Joaquin Hills Road Roadsides P,T,H Al 2.24 1.32 1.02 4.59 PCH - Seaward to Cameo Highlands P NI 0.49 0.49 Larkspur Street End P,H NI 0.03 0.01 0.05 Jasmine Street End P,T,H NI 0.01 0.05 0.025 0.09 Fernleaf Ramp P,H NI 0.184 0.046 0.23 Bayside Drive - Jamboree to Marguerite P,H NI 1.316 0.051 1.36 PCH - Jamboree to Avocado P,H WT 1.364 1.28 2.64 PCH - Bayside Drive to Jamboree P,H -,U- 0-018 .0.679 0.597 Jamboree - PCH to Bayside P,H NI 0.202 0.121 0.32 Promentory Bay Plaza P,H AI 0.025 0.093 0.11 Promentory Point & Channel Walk P,H Al 0.26 0.211 0.471 Balboa Island Entrance P,H M Al 0.028 0.029 0.05 Balboa Island - Grand Canal Bridge P Al 0.012 0.01 Total Acreage 25.681 3.9 14.627 2.467 46.70 • • Le end AD - AREA DESCRIPTION P Planter T Turf H Hardscape UD Undeveloped 0 Overall Area Measurement IRR - IRRIGATION M Manual WT Water Truck NI No Irrigation INO Irrigation Not Operable Al Automated Irrigation EXHIBIT F UNIT PRICES A. The Contractor agrees that for requested and /or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the deterntination of the contrpct award. Unreasonable prices may result in rejection of the entire bid proppsal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; includinsbut not limited to, materials, labor, overhead, and profit for the contracto . C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and /or amount of labor required for added or deleted items of work. D. All work Shall be performed in accordance with specifications described in the RFP. TURF Turf Mow Turf Mow anti Clippings Picked Up Turf Edge Turf String T #rn Turf Chemicgl Bdge 6" Swath Turf Chemical Edge 12" Swath Turf Aerify Turf Fertilize Turf DethatclVRenovate HARDSCAPt MAINTENANCE Cleaning and"weed abatement GROUNDCQVERS Mow Edge Fertilize $1.50 /1000 Sq, Ft. /1000 Sq. Ft. 12.50° /1000 Linear Ft. t3. 2 5 / 1000 Linear Ft. $7.00 /1000 Linear Ft. $14.00 /1000 Linear Ft. $2.30 /1000Sq.Ft. $2.10 /1000 Sq. Ft. $150.00 /1000 Sq. Ft $6-5D / 100d Sq. Ft. $2.25 _ /1000 Sq. Ft. $2.60 /1000 Linear Ft. 12.75 /1000 Sq. Ft. PEST CONTROL Turf disease / insect spray $25.00 /1000 Sq. Ft. Boom Application $10.50 /1000 Sq. Ft. Hand Application L19.50 /1000 Sq. Ft. Turf Broadleaf Spray $150.00 /Tree Boom Application S10.00 /1000 Sq. Ft. Hand Application $19.00 /1000 Sq. Ft. Groundcover disease /insect spray $19.50 /1000 Sq. Ft. Shrub dis .ease /insect spray $21-00 /1000 Sq. Ft. Soil Sterilant Applicant 1$ 7.00 /Hour /1000 Sq. Ft. Turf Pre- Emergent $6.50 /1000 Sq. Ft. Landscape Areas Weed Control $18.25 /1000 Sq. Ft. General Weed Control post Emergent 318.25 /1000 Sq. Ft. SHRUB PRUNING 1-4 Feet, Lacing 34.25 /Shrub 1-4 Feet, Fledging /Shrub 4 plus Feat, Lacing $6.25 /Shrub 4 plus Feet, hedging $5.50 /Shrub TREE PRUNING up to 10 Fleet $25.00 /Tree 10-20 Feet 35.00 /Tree 20-30 Feet $75.00 /Tree 30-40 Feet $150.00 /Tree 40 -plus Feet $225.00 /Tree PLANTING 1 Gal. Shrub /Tree $5.00 /Each 5 Gal. Shrub 1$ 6.00 /Each 5 Gal. Trek $30.00 /Each 15 Gal. Shrub $ 5 o . o o /Each 15 Gal. Tree $70.00 /Each 24" Box Tree $175. 00 /Each 64 Count Flat Groundcover $15.00 /Flat Turf - Seed and top dress $.38 / 1000 Sq. Ft. Turf - Sod $ • 65 /1000 Sq. Ft. LABOR Landscape Maim. Laborer 10.00 /Hour Landscape Maint. Leadworker $12 - 00 /Hour Landscape Mal#it. Supervisor 1$ 7.00 /Hour Irrigation Specialist $19.50 /Hour Pest Control Applicator 1.� 9_50 /Hour Tree Trimmer g i q . 90 /Hour Equipment Oporator t48 A 9 /Hour EXHIBIT G ROADSIDE AREAS BID UNIT COSTS Area unit Cost — 801.69 Cannery Village Parking Lot 28th & 30th St. Parking Lots 1670.04 McFadden Parking Lot 1932.17 19th St. Street end.- bayside 61.071 Marina Hauer par. t 553.94 13th St. Street end � baysi a 176.10 12th St. Street and L bayside 176.10 l lot St. Street end bayside 176.10 "B" St. Street en - Nride 122.37; Palm Street Parkin Lot 664.47 Miramar Dn and Ljalboa Blvd. 297.75 "I" St. Street end - i�y-slde 152.47 "L" St. Street end - Oceanside 171.10 'U" St. St. Street eriAj - oceanside 125.93 Via Oporto x Centtal Parking Lot 788.48 Short St. x Newpo# Blvd. Roadside 654.74 OCrA Bus Stop - Balboa Blvd. X 46th 123.16 OCTA Bus Stop - Balboa Blvd. X River 143.03 Newport Island entrance planters 58.49 37th - 41st St. Street ends off Seashore 32.83 Prospect Street off Seashore 11.94 Orange Street ends!off Seashore 5.97 Summit St planter 71.80 Cappys trail /bend} area 224.77 W. PM Roadsides 6241.64 Superior X PCH Pa Idng Lot 4256.83 N.W. Quadrant - Newport Blvd. X PCH 1573.15 S.W. Quadrant - Newport Blvd. X PCH 1131.21 ' S.W. Quadrant - Ndwport Blvd. X PCH 2437.39 0 S.B. Quadrant - Newport Blvd. X PCH 2157.87 Newport Blvd. Roadsides 31322.52 Mariners Mlle Parking t 2444.02 Ro&y Paint /Pelican Wall 227.98 Dover x Westcliff 2530.34 PCH Bayshore Soundwol 648.17 O.C.T. Bus Stop - Bayshore Dr. X PCH 642.32 Dover Dr. Artertals - Westc ' to Mariners 3904.03 Westcliff Dr. Art . s - (N)Irvine Ave. to Marinerr _ 301.46 Westdiff Dr. Arts s - (S) Irvine Ave. to Mariners 1247.62 Westdiff Dr. Arterial (Groves) 1941.71 Westdiff Dr. X Santiago 212.36 Groves Bike Trail - 2381.75 Irvine Ave. Arterial N of Private Road 878.59 Tustin Avenue Strget end 130.12 Anniversary lam oadside 444.72 Jamboree Arterial :Bison to Eastbluff Dr. (S) 1133.00 Jamboree Big Canyion Roadside 1056.09 Port Dunbar Drive Roadside 3439.53 8659.91 Spyglass Hui Road•.Raadsides San Joaquin Hills Road Roadsides 12995.51 PCH - Seaward to eo Highlands 1480.43 Larkspur Street Eti 13 134.56 Jasmine street End 4.32 634.55 P Bayside Drive - Janibmee to Marguerite 4022.54 EH - Jamboree to Kl vocado 6446.41 PCH - Bayside Dri7e to Jamboree 1128.15 Jamboree - PCH to yside 827.45 Promontory Bay Pl4za 247.19 Promontory Point 4 Channel Walk 1167.57 Entrance to Balboa Island 137.39 Balboa Island - CraAd Canal Bridge 35.82 so 120082.72 03ai ; MEDIAN AREAS BID UNIT COSTS Area Unit Lost G St. X Balboa Blvd. 136.34 Balboa Blvd, - Medina Way to 21st St 101.48 Balboa Blvd. - Medina Way to 21st Stt, 665.60 McPadden Interchange Medians 933.83 Villa way XM s 85.67 M St. Median 250.87 Via Lido - Newpol Blvd. to via Operto 145.13 Newport Blvd. X VA Lido 318.36 Clubhouse X Finle f 93.10 Balboa Blvd. - PCJ i to 32nd St. 791.20 Superior Ave. Nora of PCH 781.54 Newport Blvd. - KH to Industrial Way 2400.28 PCH - Santa Ana River to Newport Blvd. 4168.41 PCH - B. of Riverside Avenue 190.64 St. James Road X IQnga Place 108.01 Margaret Dr. betwQen Tustin & Irvine 20.89 Westrliff Dr. - Irvhie Ave to Dover 676.04 Triangular median, - Westclift X Dover 420.38 Dover Dr.. Westcliff to PM 1894.56 Irvine Avenue at Westcliff 98.09 Irvine Ave. Westcllff to Dover 653.40 Irvine Ave. - Dovei to Holiday Road 1564.00 Irvine Avenue - Santiago to University 4097.88 Jamboree Avenue 4 Bristol to PCH 14560.14 University Dr - Ja zee to MacArthur 691.52 Vista Del sol 1411.69 Ford Road - Iambs fee to San Miguel 3276.65 San Miguel - Ford Road to Avocado 7284.93 San Joaquin - Spyglass to Backbay Rd. 13709.62 PCH pur q Newport Coast Dr. 2830.11 335.77 PCR - Iris to Qldo"d acArthur at 66.66 PC - Dover to idenmd 7073.90 El aseo Dr 335.77 Avocado - aterkont to N51 1618.27 Park Avenue 1945.03 TOW 75737.76 NOTE: Bid Priiceahall include all sales, use or other taxes applicable to the above item. If awarded the Contract, the undersigned furnish the neceaea}y Faithful Performance the award of said Contract. hereby agrees to sign said Contract and Warranty Bond within ten (10) days after The undersigned hoe examined the location of the proposed work and is familiar with the Specifications apd other Contract Documents and the local conditions at the place where the work is to be done. The undersigned has checked careNUy all the above figures and understands that the City of Newport Beach will not be responsible for any errors or omissions on the part of the undersigned in: making up this bid. Proposals are to remain valid for six (6) QA .t� lbD • Exhibit 1 Required Reports 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (as sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers 7. Monthly Phone Log with action taken 8. Weekly irrigation check list (to include controller and site inspection for all site and a list of any repairs required) 9. Monthly irrigation controller programming charts 10. Extra work approval list 11. Weekly maintenance inspection list for all sites 12. Manual irrigation schedule 13. Annual pesticide safety training records 14. Required tailgate safety meeting records 15. Monthly maintenance report 16. Monthly greenwaste recycling report 17. Water truck schedule 9E*# ZOOd RdLe;co 96 -LZ -co VVE1 66L 818 %96 -6 Z00@j '00 AMM017I09 MT 66L M YM MRT Qa& B6 /YZ-/f — • aauc 031271% ,I�gleaa IM CERTIF10A AN A NATIM OF NFORIATM ONLY BOLTON/ACV INSURANCE BROK RS COWS 1O NO MM UPON TIM CER ICA7'E NO1DIR TM CERTIFICATE twm Nor ANat0. EX1131D OR ALTER THE ooveRACO AFFORDED BY TIC 1100 EL CENTRO STREET PO BOX 620 COMPANIES AFFORDING COVERAGE SOUTH PASADENA, CA 91030 L A TRANBCONTINENTALINSURANCE now= ,°a01nMA ^' B ROYAL INSURANCE CO California Lpndltg Inc 1°x°TicW C TRANSPORTATION ..• CE Land_ pe pe DBk: tErma IM Analhddm Hine,, CA 9207 LG pp� ARY LLRRII E CITY CLERK Tm it TO camr ' THAT THE POLICES OF rmimm Lmm BELOW NAYE am memo TD THE SOURED - FE THE ROD NLMG{ TED, NOIWRIBTALONC ANY REODUIEI�ENr, TL3Y1 OR COMMON OF !WY OONYTMCf 011 OLFER DOGJL�E . RESPECT THB is -'fo:: TE/M+i. EaDI IDNS AND COMMIS 6WH POLMMS LMTS STOWN M BEEN REUMEDBBYEPAID CLAMSIEI6B iR TYt+ oPMlaulacf {OILDT RNtlHI t DAT � utm aeks"WARRY GROWL Amwwa 7R { PROCUCTBaOLPATP M& { X ammanAL 001EIU1. UABtm A I MAW mmcO ODgm C01076=121E 0101/96 01!01/97 P+AaCRAL aMW. Wum + EMMOODURP 31M { WERT A CONTPA TCR9 PROT FIRE DANACE tft "bl + MEMWwat WW" { MrA MOMMA uANUrT X AW AUTO � `� + 1A00A00 DOOt.Y twA,v { Au Mmm Au,m B aa®uLw RAm PST265222 0101/96 01/01N97 D'W, , 1 toaaY t1AW + X MMFA Alma X M*OWNW Acme E P WD*" PRDIATRRTr oAAIADE + rwAAOE UMLM cimmummm 6MM000umm" t C X CUP1036558T35 0101/96 OVOV97 AMARMT DRUB nlMl lwtau roRll irATUl011Y llAm troal�r Do++sa�Tall cACMADaoort Aa0 t OaCAfr-- IOI.g1'Lf1A' { " OAIWeeiwNEM4DYfiF t. BRO'?A9' 11AalBT 01161 Ot701iTgNOF OPGRILTIwWLOGT10NElYL7ilE87PB01AL RTAA Walser or Sub optim shall apply. City, its City Council, boards and e mmi®oa6, oilicers, and emplDyees are additional insured per G- 17957 -B TbIs laamrsoce to be primary BHOUA ANY OF THE ABOVE 11ESCRBTBD POlUCIFS BE CANOELLED BEFORE THE City of Newport Beach EXPIRATION DATE THEREOF, THE 135MG OOAPANY WILL 8arOMMOKM Alin: Marcelino G. LOmell MAI DAYS WRrr EN NOTICE TO THE CERTFMATE HOWER NAAED TO THE 3300 Newport Blvd. LEFT P.O. Box 1768 Newport Beach, CA. 92659.1768 AVIIgIRODN AnEC % Z00@j '00 AMM017I09 MT 66L M YM MRT Qa& B6 /YZ-/f — S£it EOOd VWLZ :£0 96 -/,Z-EO 99£1 56L 8t9 r • �p 6. ar. • %96 -7i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT Thla andasernem rtwWBea irtaurance provided under the foWft9: COMMERCIAL GENERAL LIAHiLI'TY COVI!RAGE PART WHO IS AN INSURED ('uewan Iq la ame, to Incarde as an haft any person Or orgOnhMan (called addltlont Inured) whom you are required to add as an aditanal Insured at iris policy under: 1. A wriden Cana= or agreement or 2 An oral agreement Or CoaUW where a Certlticata Of ttaurattca dwatay that person or wganl mMn as an additm Irms,ed has been Wmad; but the mitten or oral cmnm ar agreanwq must le., (a) aunwWy In eltem or becoming eaecdve during the term Of U& POWs and it) ezeeumd prior to the 'Lordly bray.' - Ropony dalttiW 'plMMei k*Wyi Or 'adVWd tng lnj"m The 6lautancs provided to the addlCOrud insured Is b tad as tollohrs t. That pomm or arganbadan Is ady an addtticral Ciwured with mspmto kbft wtft Out at A. Promtom you awn, rent, We^ or aeupy or b.. 'Your work' for mat addmanal Ittslaed by ar for you. Z The tmlta of htawance applicable to the additional i mxo era dross speared In ft m&tat cot>a'aet or agroanenr or in tree Codsrs"= for ntra poacy Wkhavw are sae. 7Laae ftft Of trowance are kckmtw tit and sat Ir ,addfdm to Via Ilrrft of drmsantce Mica. in tw Dedarsdom The Inwrance p u toed to the additional Inwood does not air m'bodly�. Vmparq damage', 'pet:atml to wf Or %dvwdft a<af aatvW wbkV 0w at an a chko �s, atlnsWa, or ta�taerutp of or khm to reorder any 1. 7110 preparing, map , or m prepare a approve maA �ttrhip color e. t NJ 'I , Aunf"a6 d� w 2. Supervisory, irpecfan, of engineering service: Arty Covaraga Provided hereunder &W be ®os= aver any a w valid and Cobb mle i>or>o+ce a+r+W18 m. to addlaOrW kwumed wheow prinwy, mmam, caa Van t or an any amor boo mdesa agave t opociflcatY requires tine Min Irmurance be primary Cr you request that if apply an a pftn bads. TM ENOORSWENT Is A PART OF yoU$t FaUCy AND TAM M:F= ON THE 6FECTM DATE OF YOUI PauCY UNLESS ANOIUM S*EC7TVE DATE IS SHOWN BELOW. POIJCY CHANGE NO. EFFECTIVE DATE OF TraS PWCY QVJ4 yE 3/27/96 tS71iTJTH46IGNFD DATE A RBPRfsENTNMW 3/28(96 POLi ,Cy C01036556218 CAi.SiORIUA I- HDSCAPE INC_ G17967.8 coog �^ 100 A08 /N01108 ttti 86L 9T$ YY8 t1:97 OR 98 /L91t0 l ... s£. I '.9.U%'['.id1P`yraYi t3':t!{ "FXY tll V9 1344 SOLTONaw CO. ssssr :agrsrssprsrrs res TZ REPORT sss sssiitissisisssisssts TR9NSMI68ION OH Tx/R3 NO CONNECTION TEL COMMON ID ST. TIME USSCE T P03. RESULT 2500 017246300747 03/27 16:16 UV OT 3 ON boom •00 AWRO.LE'IOR X001 rtcl 661 9I9 YYH W ST 09N 96 /ZZ /f0 vv# ZOOd NY98 :01 96 -83-CO %L6 -U A"ta FFAMU SR Robert L Bhepim (TreuDTnoe Services 23241 VenWm Soolavard SUits 226 Woodland Hills, CA 81384 (B16)22R-03Ro cam eUp CODE: a/28fa8 THIS CERTIFICATE 19 RFSIRB7 AS A MATTER OF INFORIIATIM ONLY AND CONFERS NO RIGKM UPON -ME CERTFICATE NOLDOL THIS CERTIFICATE DOES NOf ANIMND, P aWO OR ALTER 711E COVERAGE AFFORDED BY THE POLICIES BELOW. COAWANJES AFFORDING COVERAGE 00W t Gil comp harunrive A -VIE NSUReO California Landscape Im Cammia Landscape Maintenance (no California Garden Centers, Inc. OakndBe Landscape and lMgatlon Co. Anaheim, Hills, CA 9=7 COMPANY COW'N di91Y 7HISIS70 CERTIPYTHATTNE POLICIES OPMURANCE LISTED BELOWHAVE GEM ==TO THE INSUROWM ®ABOVE FORTHE POLICY PERIOD INDICATEO, NOTWRHSTANDINGANY RWUBUEAENT, 'TERM OR CONOTTION OFANYCONTRACTOR MIER DOCUMENT VATH RE8PECT TOVMNHITMS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HERON IS SUEIECTTOAIL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLMM. UMIT3 SHOWN MAY WIVE BEEN REDUCED BY PAID CLNMS. L1R TYPE OF IMSURAMCE I FOUCYNUMNER MUC-YEIFOOTAE DATEPAUMMY) POUCY EXRRATRTN DAT1201MU NY) tA1rfS GENERAL UAMUr( C047MERCML GEN6RALLN&UTY MS MADE 0] OCCUR O1M UVS i CONTRACTORS PROT CE MMAOGREMTE i Cm -COIN PlIFIGONALAAM.0WRY EACH OCONMENCE PAG OAMAW (AW- NEDE(P(IYrydbpartal) i uASMY ANYAUTO ALL UV M®AVTOS SQtMULEDAVTOS NIMIDAUTOS NON-0YWHEPAVT03 l'.OMBDNiD81N0.ELMR i SODA,YMNRY (P' PIMMI) S ❑ BODRYNAMY (PM FAAMAId i FROPANTYONNIGB : GARAGE UABMITY ANYAUTO • AUTOONLY-MACCIPONT1 4 OTHERTXANAVTO OPp.Y. EADHACOOENT i AGGR90AM i MMZn UABUJN UMERUJAFORM OIHERTHAN 11MBREUAFORM EACHOCCVNRMGE S AGGREGATE i S WORK90S ODMPhNSATIONAND EMPLOYERS' UABIUTY THE PROPRIGTON NCL PARTNERWEXECUTIVE OFFICERS ARE O(C W101119363 1M196 1!11§7 irnnrrORY LIMnS FAp1 ACCJDENI' s 1 ,D00 ONFASS- PORiCYLBAR i 1A00,000 014946. EACH I9APLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPEIUITIONSrLOGAnOMSNEIgLLB .VSPEONL RPYS CBy of Newport Beach Attn: Marcel(no Q LOmell 3300 Newport Beach, P.O. BRoR 1738 Newport Beach, CA 920594788 SHOULD ANY OF THE ADOVS DESRRSEP PO17M 0E CANQMM BEFORE THE R nRAnCN DARE THEREOF, THE MUING COMPANY WILL ENOPAVCR TO MM. 30 DAYS T RIYTEN N YM M THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT PAD.URB TO MAL SUCH NOOCE WIM.L IMPOSE NO OBLIGATION OR LIABILITY OP ANY MUD UPON THE COMNAMY, rR AGENTS OR niPl✓>�rYMN66. in= T3r6 70'd L£ :OT 96, 8L Jew AAMWeA 0 Am~ surety Insunanos Company BOND NO. 1292095 Woodland Hills,Calllornla Premium $5,875.00 Premium based on final contract price PERFORMANCE BOND - PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS: Thatwe, California-Landscape Maintenance, Inc. as Pnndpal, and AMWEST SURETY INSURANCE COMPANY, a Corporation organized and atdstlng under the 1 0l the State of California, and authorized 10 transact a general surely business in the State of California, as Surety are held and armiyboundumo: City of Newport Beach as Obligee, intheaumol TwentY Thousand ----------------------------- - - - - -- DOLLARS ($ 70.1)00.00 ), lawful money of the United Santos of America, for the payment whereof, well and truly to be made. we hereby bind oursohree, out heirs; executors, administrators, successors end assigns, Jolmly land severally, firmly by these precants. THE CONDITIONS OF THIS OBLIGATION 19 SUCH, that WHEREAS, the above- bounden Principal entered Into a Contract dated the April 1 ,1996 with said Obliges to do and Worm the following work, to wh: Landscape Maintenance NOW, THEREFORE, if the above - bounden Principal shell well end truly pedorm or Cause to be peltoged, each and all of the reaulremants and oollgatlons of said Contract set forth, then this bond shall be null and Void: olhenwias it shall remain in force and effect, SIGNED, SEALED AND DATED this 1st day of Ap.ri I -_, tg-Ab ^W.AWI#Jw .,wmn 0 ALL PURPOSE ACKNOWi EDGEMFN'1' STATE OF CALIFORNIA ) ) S.S. COUNTY OF Los Angeles ) On April 1.1996 , before me, Bronwvn Murdock. 'notary nublic , personally appeared _X personally known to me; or proved to me on the basis of satisfactory evidence to be the person(ys) whose name(u) is /saitiD subscribed to the within instrument and acknowledged to me that he /Jb;kW)tAv1 Ak executed the same in his /kerylkwir authorized capacity(i:ss), and that by his /kerVtkxAr signature(s) on the instrument the person s) or the entity upon behalf of which the person(a) acted, executed the instrument. WITNESS m hand and official seal. 1111 WIN 969838 K I y i COMM. N969838 ( SEAL) XUAW KWIC . CIaRCRM% US ANGEUS COUMY My Comm. Lipka July 22, 1996 .....................• re o CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. .Individual(s) corporate Officer(s) Titles Partner(s) _Attorney -in -Fact Trustee(s) Guardian /Conservator Other: Signer is representing: and and Limited General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title or type of document: Number of pages: Date of document Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE A,nwesip • Amwest Surety Insurance Company BOND NO. 1292095 Woodland Hills, California Premium included in FP Bond PUBLIC WORKS - LABOR & MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, California Landscape Maintenance, Inc. as Principal, and AMWEST SURETY-INSURANCE COMPANY, a Corporation organized and existing under the laws of the State of California, and authorized to transact a general surety business in the State of California, as Surety, are held and firmly bound unto: City of Newport Beach ,asObilgee, In the sum of Iweenty Thousand ------------------------------------------- -- -- - - -- DOLLARS lawful money of the United States of America, for the payment whereof, well and truly to be made we hereby bind ourselves, our heirs, executors, administrators, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, that WHEREAS, the above bounden Principal has been awarded and has entered Into a contract dated Apri 1 1.1996 with the Obligee to do and perform the following, to wit: Landscape Maintenance NOW, THEREFORE, if the above - bounden Principal or his subcontractors fall to pay any of the persons named In Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, 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 upon this bond, a reasonable attorneys fee, to be fixed by the court. This bond shall insure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns In any suit brought upon this bond. SIGNED, SEALED AND DATED this 1st day of Apri 1 . 19 96 . CaliforniA- ,Landscape Maintenance, Inc. Principal AM .STS ETY INSURANCE COMPANY B Richard Adair norney -tn- act A LAAM MY, 1acma ALL PU11POSF ACKNOWLIEDGEMEM17 STATE OF CALIFORNIA ) ) S.S. COUNTY OF Los Angeles ) CSI? before me, personally appeared X_ personally Known to me; or proved to me on the basis of satisfactory evidence to be the persono:s) whose name(m) is /ato subscribed to the within instrument and acknowledged to me that he /**o@WA*w p5( executed the same in his /ker$XX*ar authorized capacity(iox), and that by his /kmrytkx)ir signature(s) on the instrument the persons) or the entity upon behalf :)f which the person(x) acted, executed the instrument. S BRONWin MURDOCK 2 WITNESS my hand and official seal. COM14.069838 (SEAL) '"' MW PIBUC. CIWFCRRIA IN AM= COUNTY A/� i M1 D>�nm. &pima J* 22. 1996 LI � � ....w«« «.gw....w...w..waq C CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. Individual(s) Corporate Officer(s) Titles Partner(s) _Attorney-in-Fact Trustee(s) Guardian /Conservator Other: Signer is representing: and and Limited General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title or type of document: Number of pages: Date of document Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE "A" 10 -16 -96 Pow"' mm"' 0000536326 READ CAREFULLY This domment is printed on white paper containing the artificial watermarked logo (A ) of Amwest Surety Insurance Company (the "Company ") on the front and brown saurity paper on the back. Only unaltered originals of the PDA are valid. This PDA may not be used in conjunction with any other PDA. No representations or warranties regarding this PDA may be made by any person. This POA is govemed by the laws of the State of California and is only valid until the expiration date. constitute and appoint: MARK E. SHRECKENGASr JOSEPH E. COCHRAN RICHARD ADAIR BRONWYN MURDOCK AS EMPLOYEES OF SURETY INSURANCE SERVICES CO. its true and lawful Attorney -in -fact, with limited power and authority for and on behalf of the Company %surNtoTxwuw AMMaffixthesealofthecompany thereto if a seal is required on bonds, undertakings, recognizuuces, reinsurance agreement for a miller o peA'o he or other written obligations in the name thereof as follow: Rid Bonds up to S••1,000,000.00 Contract (Performance & Payment), Court, Subdivision S••5,000,000.00 Lktme&Pesar Sonde to to1••1,000,000.00 MiueDautooa b Bonds op S• •1,000,000.00 Smug Bashs AdndnbtraUm Gun teed Bonds up to S ••1,250,000.00 and to bind the company thereby. This appointment is made under and by autt[gjly�ltl0e By -L& mpeJr"� tch are now in full force and effect L the undersigned secretary of Amwest Surety Insurance Company, a C co \\rp \o'mtion ��17FY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that Ne 'one fthe Board fo on this Power of Attorney, and that the relevant provisions of the By -Laws of the Company, are now in full fora an Bond No. 1292095 Signed & sewed th' 1S o Apri ���C7• ♦ • / O It * fE Is • • fr ! ONS DIRECTORS Is ! • Is ft o • t Is This POA b sigrued and sealed by facsimile under by auNo ' o owi Mons adopted by the Board of Direcrors of Amwest Surety Insurance Company at a meeting duly held on December 1975` RESOLVED, that the President or any 'ant, in nJwe witSatretary or any Assistant Secretary, may appoint oMmrys -in -fact or agents with authority as defined or limited in the ins i i�bnrnt .m. case, for and on behalf of the Company, to execute and deliver and affu the seal of One Company to bonds, undertaking, ces, rp obli�b�.°°.'YY9�'77�'ofall kinds; and said officers may remove arty such attorney -in -fact or agent and revoke my PDA previously gran n. RESOLVED FURTHER, that nd, gn' ce suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President o any Vi r m and sealed (ifa seal be required) by any Secretary or Assistant Secretary; or (ii) when signed fry the President or any 'dent or Assistant Secretary, and countersigned and sewed (if a seal be required) by a duly authorized attorney-in -tact or age o (( (iii) when duly executed and seal (if a requirelD one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of wtomry iss repay to such person or persons. RESOLVED FORT HEP, that the in of any authorized officer and the seal of the Company may be affuted by facsimile to any PDA or certification thenofauthorizing the execution and deli cry ofany bond, undertaking recogwzance, orothasuretyshipobligalions ofthe Company; and such signatureand seal when so used shall have the same force and elect as though manually affimed. rN WITNESS WHEREOF, Amwest Surety Insurance Company has mused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this gal day of September, 1995. /� _�/Q� John E. Savage, President Karen G. Cohen, Secretary State of California County of Los Angeles On September 8, 1995 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or 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 all that hetshe/Utey executed the same in his/ her /their authorized capacity(im), and that by his ahheir signature(s) in u en e u n qljhegntjVy alien of which the person(s) acted, executed the instrument. WITNESS h a`� and and official sew. PECGYLIAFldi t °t%1NSU 1"1 % Ca111111Yraf1 4pP0.'.0�% Si (bbrPt61L— CaNatiNa R ?MAY J, �O ; p _ Signature e . Lofton, Notary Pu ' (Seal) My Carom. BrplttM Aug 6 1991 . _ 7975 :,b M ENDORSEMENT Amwest Surety Insurance Company and Far West insurance Company, formerly domiciled in the State of California, have received permission to change the domicile of each respective corporation to the State of Nebraska. Said redomestication to Nebraska is effective December 14, 1995. 12/14/95 Date 12/14/95 Date VOroa„ q`c 14, 0* 40*OOA% Oct u, 41 John E. Savage President Karen C. Cohen Secretary ALL- PURPOSE ACKNOWLEDGMENT State of California • ` County of On re me, ' (DATE) NOT Y) ' personally appeared (1 ' S R(S) 'I personally known to me - OR- prove eon 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 helshelthey executed • ' the same in his /her /their authorized ` • capacity(ies), and that by his /her /their • DAWN si nature s Come. # 1058391 g on the instrument the person(s), NOTARY aca.b 04N" D or the entity upon behalf of which the • ' My — r.P..."°'' -- person(s) acted, executed the instrument. ' ! WITNESS my hand and official ! � NOTARY'S S! NATURE � OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE OR TYPE F DOCUMENT TITLE(S) I❑ PARTNER(S) \ ' • ❑ ATTORNEY -IN -FACT 1 • ❑ TRUSTEE(S) NUMBER OF PAGES ' • ❑ GUARDIAN /CONSERVATOR • ' ❑ OTHER: kTE OF DOCUMENT — iSIGNER IS REPRESENTING: I NA�\.gF PE SONS OR ENrrfY(IES) ((,�C�,,..,, OTHER • Lea APA 1194 VALLEY - SIERRA. BOD -362 -3369 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 26, 1996 (714) 644 -3005 SUBJECT: Contract No. 2160 Description of Contract: Roadside Landscape Maintenance Contract Effective date of Contract: March 26, 1996 Authorized by Minute Action, approved on: March 25, 1996 Contract with: California Landscape Maintenance 5241 E. Santa Ana Canyon Rd., Suite 100 Anaheim, CA Amount of Contract: (See Agreement) LaVonne M. Harkless, CMC /AAE City Clerk lm Attachment 3300 Newport Boulevard, Newport Beach C� L� City Couna Agend Item No. /� +°� 7g4? March 25, 1996 TO: Mayor and City Council' FROM: General Services Director SUBJECT: Roadside Landscape Maintenance Contract Recommendations Approve a contract with California Landscape Maintenance to provide landscape maintenance of City medians and roadside areas at a cost of $195,820.48 per year. Approve a budget amendment in the amount of $14,801 to fund the increased cost of the contract for the final three months of FY 1995 -96. Background On February 13, 1995, the Council approved a contract with Landscape West Inc., of Anaheim, to perform landscape maintenance of medians, paseos,. and roadside areas which were maintained by Parks Division employees until that time. The annual cost of the Landscape West contract was $136,615, and the contract allowed for annual extensions up to five years with a CPI increase. The contractor commenced work on March 4, 1995. Discussion During February 1996, General Services Department staff met with representatives of Landscape West, and mutually decided to not extend the contract for a second year. Staff then requested proposals from six pre - qualified landscape maintenance firms. The companies were required to give annual costs which would be honored for a five -year period with no CPI increase. Proposals were received on February 23. The companies returning proposals and the annual contract amount were as follows: California Landscape Maintenance $195,820.48 Artistic Landscaping $205,643.58 Accurate Landscape and Maintenance $206,388.00 Midori Landscaping $225,000.00 O'Connell Landscape Maintenance $259,755.06 After analyzing the proposals, staff interviewed the staff of the three low bidders, and inspected contract sites of each firm in Los Angeles and Orange Counties. Staff also checked references from other municipalities forwarded by the contractors as well as other references. 0 • Recommendations Following this analysis, staff recommends California Landscape Maintenance for • the maintenance of the City medians and roadside areas. California Landscape Maintenance has been in business for thirty years. The president of the firm and the proposed project supervisor are Newport Beach residents, so they are inherently fanliliar with the unique maintenance needs in this community. In Orange County, California Landscape Maintenance currently holds contracts with the Cities of Mission Viejo and Laguna Niguel . Representatives from each city stated the firm does outstanding work and is very responsive to emergencies. It was noted that the general appearance of the contractor's staff and vehicles is excellent, and the firm is very sensitive to safety issues. In our staff observation of the areas in other cities maintained by California Landscape Maintenance, the high quality of their work was noted, not only in mowing and trimming, but in the detail areas such as irrigation and litter removal. A proposed contract is attached, with a scheduled commencement date of April 1, 1996. It should be noted that California Landscape Maintenance agreed to honor their bid price for five years with no CPI increase clause. Landscape West agreed to keep performing on a month -to -month basis until a new contractor was on board, and has been doing so since their contract expired on March 4. Due to the increase in contract costs of $59,205 per year, we are also seeking approval of a budget amendment in the amount of $14,801, to fund the increase • in contract costs for the final three months of this fiscal year. Very respectfully, David E. Niederhaus DEN /mp Attachments • CifS of Newport Beach • NO. BA- 038 BUDGET AMENDMENT 1995 -96 AMOUNT: S1a,8o1.00 AbLEFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Budget Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues NX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: Funding for increased costs of roadside landscape maintenance. Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balanc No effect on Budgetary Fund Balanc DUPLICATE Copy ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description General Fun 010 3605 Fund Balance Control $14,801.00 • REVENUE APPROPRIATIONS (3601) Fund/ Fund/Div Account Description EXPENDITURE APPROPRIATIONS (3603) Description Divisio Number 3170 General Services - Parks, etc. Accoun Number 8080 Services - Professional & Technical NOC $14,801.00 Divisio Number Accoun Number Divisio Number Accoun Number Divisio Number Accoun Number Project Number Automatic System Entry. Signed: ZZ�- L-/I" 96 Financial `A royal: Fi nce Director Date • Signed: � >tf t Jr Admin a ve A rov : City Manager Date Signed: City Council Approval: City Clerk Date • CITY OF NEWPORT BEACH REQUESTS FOR FUNDS 0 Date March 14. 1996 TO: Administrative Services Director FROM: General Services Director SUBJEC1% REQUEST FOR FUNDS Request for additional funds, $ 14 8 1. Funds are not available in the current budget. Additional appropriation to Account No. 8170 - 8080 is requested. Additional funds are needed for: Funding for the unbudgeted and increased costs of roadside landscape maintenance Request for transfer of funds, $ Transfer from Account No. to No. . Funds are available in the current budget. Transfer of funds is needed for: M�.z - �- Administrative Services Director 0 • . CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this _ day of , 19_, by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City "), and California Landscape Maintenance, Inc. ( "Contractor "), is made with reference to the following: RECITALS A. Prior to February 1995, City maintained certain medians and roadsides areas using its own employees and equipment; B. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private Contractor. C. On February 13, 1995, City entered into a contract with a private Contractor to perform these landscape and maintenance functions. D. By mutual agreement of the parties, the February 13, 1995 agreement was terminated. City has requested proposals from six pre - qualified landscape maintenance companies. Contractor was the lowest responsible bid. E. Contractor acknowledges that City has relied upon Contractor's • representations and Contractor commits to faithfully perform the services required by this Agreement and in accordance with the terms and conditions of this Agreement; F. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications relative to the type, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the price specified in this Agreement. NOW, THEREFORE, the parties agree as follows: 1. TERM The Term of this Agreement shall be for a period of one year. The term shall commence within ten (10) working days of City Council approval and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for four (4) additional one (1) year terms (automatic extensions) with the first extension to commence upon the expiration of the initial term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the initial term or any automatic extension, of its intent to terminate this Agreement at the conclusion of the initial term or any extension. -1- 0 2. CONTRACTOR DUTIES • Contractor shall perform the landscape and hardscape maintenance services specifically described in, and in strict compliance with the requirements of, Exhibit A (Contract Services). The Contract Services shall be performed at least as frequently as specified in Exhibit B. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. The Contract Services shall be performed at the median locations described in Exhibit D, and at the roadside locations subscribed in Exhibit E as appropriate. Contractor services relative to the installation of material, the application of substances, or the planning of landscaping shall be in strict conformance with Exhibit C. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement. 3. WORKMANSHIP, SUPERVISION, AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the Contract Services and all members of the work force shall be legally documented. B. All Contract Services shall be performed by competent and experienced workers. Irrigation maintenance and repairs shall be performed by a certified California Landscape Contractors Association Landscape Technician I (irrigation). All pesticide operations, where required, shall be performed by a California State Licensed Pest Control Operator through written recommendation by a California State Licensed Pest Control Advisor. Contractor shall be responsible for compliance with all local, state and federal laws and regulations regarding pesticide usage. Contractor shall employ or retain, at its sole cost and expense; all professional and technical personnel (in addition to irrigation and pesticide specialists) necessary to properly to perform Contract Services. C. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (orally and in writing).. Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. D. All Contractor personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent when performing Contract Services. All Contractor personnel shall wear identification badges or patches. E. All work shall be performed in accordance with the highest landscape and hardscape maintenance standards. F. 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. All vehicles shall bear the identification of the Contractor. -2- 0 • G. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of Contract Services., An Area Supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of $195,820.48 per year. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices." INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 6. TYPE AND INSTALLATION OF MATERIAL • A. Contractor shall use only the standard materials described in Exhibit C in performing Contract Services. Any deviation from the materials described in Exhibit C shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 7, City shall reimburse Contractor for the actual cost, plus 15%, of all material installed by Contractor in the performance of Contract Services. Actual. cost 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 material and other commonly used items within thirty (30) days from the date of this Agreement. Contractor shall retain records reflecting the actual cost of parts or material used and the performance of services required by this Agreement. C. City reserves the right to purchase material or parts and make same available to Contractor. City shall notify Contractor of its intention to do so seven (7) days prior to Contractor's obligation to use City provided parts and /or materials. 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. . -3- 0 0 7. REPAIR/REPLACEMENT . A. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. B. Contractor shall repair, at its sole cost and expense, any damage to City equipment or property caused by Contractor or its agents, employees, representatives or officers. C. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. D. Contractor shall, at its sole cost and expense, replace all plant material (including shrubs, ground cover, mulch and bark) which requires replacement due to the failure of Contractor to properly perform the services required by this Agreement or has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including material and labor costs. 8. EXAMINATION OF WORK SITES A. City makes no representation regarding the order or condition of any area or location for which Contractor is to provide services. City has also made no • representations that the site or location of work will be free from defects, apparent or hidden, at the commencement of, or at any time during the term of, this Agreement. 9. HOLD HARMLESS A. Contractor assumes all risk in any way related to the performance of contract services. Contractor agrees to indemnify, defend, save and hold harmless City, its elected and appointed boards and commissions, officers, agents, and employees from and against any loss, damages, liability, claims, costs, expenses or damages, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from, or in any way related to, the performance of contract services required by this Agreement, provided, however, Contractors obligation in this regard shall not apply in the event of the sole negligence, fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, costs and expenses whatsoever, including reasonable attorneys' fees, which may accrue to any and all persons, or business entities furnishing or supplying work, services, materials, equipment or supplies to Contractor in the performance of services under this Agreement. -4- 0 • C. In the event that Contractor and City are sued by a third party for damages caused or allegedly caused by negligent or other wrongful conduct of Contractor, or by a dangerous condition of City's property created by Contractor or existing while the property was under the control of Contractor, Contractor shall not be relieved of its obligation to defend, indemnify and hold City and its officers, employees and representatives harmless, by any settlement with any such third party unless that settlement includes a full release and dismissal of all claims by the third party against the City. 10. INSURANCE A. In addition to Contractors obligation to defend, indemnify and hold City harmless, Contractor shall obtain and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Insurance policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to performing any contract services. B. Prior to the commencement of work, Contractor shall provide to City certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements. At the option of City, Contractor shall provide copies of all policies, providing coverage as required by this Agreement. C. Contractor shall provide the following insurance, with Best's Class A -7 or • better carriers: 1. Workers' Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the California Labor Code and .$1,000,000 (one million) per accident Employers' Liability; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1,000,000 (one million) combined single limit per occurrence for bodily injury, personal injury and property damage. It the policy contains a general aggregate limit, then the aggregate limit shall not be less than $2,000,000 (two million); 3. Commercial auto liability and property insurance covering all owned and rented vehicles of Contractor coverage Code 1 "any auto' with a minimum amount of $2,000,000 (two million) combined single limit per accident for bodily injury and property damage; D. Endorsements to the policies providing the above insurance shall be obtained by Contractor, adding the following three provisions: • -5- Additional Insured: • "The City of Newport Beach and its elected and appointed boards, officers, agents, and employees as additional insured." 2. Notice: "The policy shall not terminate, nor shall it be canceled nor the coverage reduced, until thirty (30) days after written notice is given to City." Other Insurance: "Any other insurance maintained by the City of Newport Beach shall be excess and not contributing with the insurance provided by this policy." E. Contractor shall give to City prompt and timely notice of any claim made or suit instituted arising out of Contractor's performance of this Agreement. 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 performance of contract services. F. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that • Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and -automotive liability insurance to either Contractor or City with respect to the services of Contractor, a waiver of any right of subrogation which any such insurer of Contractor may acquire against City by virtue of the payment of any loss under insurance. 11. PROHIBITION AGAINST TRANSFERS OR ASSIGNMENT Contractor may not assign any right or obligation of this Agreement or any interest in this Agreement without the prior written consent of City. Any attempted or purported assignment without consent of City shall be null and void. Contractor acknowledges that these provisions relative to assignment are commercially reasonable and that Contractor does possess special skills, ability and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. 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 venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. -6- • 9 12. RECORDS/REPORTS A. All Contractors books, and other business records, or such part as may be used in the performance of this Agreement shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming. schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. • E. Contractor shall keep records and invoices in connection with its work to be performed under this Agreement . Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Contractor shall maintain and allow inspection of all work, data, documents, proceedings and activities related to this Agreement for a period of three (3) years from the date of final payment under this Agreement. Periodic reports will be submitted in accordance with Exhibit I. 13. ADMINISTRATION A. This Agreement will be administered by the General Services Department. The General Services Director or his/her designees shall be considered the City's Administrator and shall have the authority to act for the City under this Agreement. The Administrator or his/her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. B. City shall furnish to Contractor, maps, ordinances, data and other existing information as may be requested by Contractor necessary for Contractor to complete the work contemplated by this Agreement. City also agrees to provide all such material in a timely manner. 0 0 14. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional landscape maintenance or hardscape maintenance services as requested by the Administrator. The Administrator may give verbal authorization for additional services up to $500. Administrator shall provide Contractor with written authorization prior to the performance of any additional services that exceed $500. Contractor shall be compensated for additional services in accordance with the unit prices specified in Exhibit F. B. City reserves the right to withdraw certain median or roadside locations from the scope of work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any. location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit cost specified in Exhibits G and H. In the event the location is withdrawn for a period of less than a full 1 (one) year term, Contractor's compensation shall be reduced on a pro rata basis. 15. DISPUTES PERTAINING TO PAYMENT FOR WORK Should any dispute arise respecting whether any delay is excusable, or its duration, or the value of the work done, or of any work omitted, or of any extra work which Contractor may be required to do, or respecting any payment to Contractor during the performance of the Agreement, such dispute shall be decided by the City Manager and his decision shall be final and binding upon Contractor and his sureties. is 16. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses unless authorized in writing by City Administrator. 17. LABOR AND PERFORMANCE BONDS. Contractor shall furnish, concurrently with the effective date of this Agreement, a bond or other instrument satisfactory to the Administrator in an amount equal to $20,000 as security for the Faithful Performance of this Agreement. 18. LABOR A. Contractor shall pay no less than the prevailing wage rates as required by Section 1771 and 1774 of the California Labor Code. Contractor shall conform with all applicable provisions set forth in the Labor Code, and the Federal Fair Labor Standards Act. -8- • B. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, the sum of $25.00 for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this Contract, by him or by any Subcontractor under him, in violation of the provisions of this Agreement. C. 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. 19. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, consultant, employee or applicant for employment because of race, religion, color, sex, handicap, national origin or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not'to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates "of pay or other forms of compensation and selection for training, including apprenticeship.: 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. • 21. CONFLICTS OF INTEREST A. The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. The Contractor will provide a completed disclosure form noting the above . Contractor will comply with the Act and relevant City Resolutions. B. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Contractor shall indemnify and hold harmless the City for any claims for damages resulting from the Contractor's violation of this Section. 22. NOTICES All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. 0 -9- • • All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: 23. TERMINATION/DEFAULT A. In the event Contractor fails or refuses to timely perform any of the provisions of this Agreement in the manner required or if Contractor violates any provisions of this Agreement, Contractor shall be deemed in default. If such default is not cured within a period of two (2) working days, or if more than two (2) working days are reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement by giving written notice of termination. B. This Agreement may be terminated for cause by City or Contractor, upon • thirty (30) days written notice. Upon termination, City shall pay to Contractor that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. C. In addition to, or in lieu of, remedies provided in this Agreement or pursuant to law, City shall have the right to withhold all or a portion of Contractor's compensation for contract services if, in the judgment of the City Administrator, the level of maintenance falls below appropriate landscape or hardscape maintenance standards and /or Contractor fails to satisfactorily perform Contract Services. City shall have the right to return funds withheld until the City Administrator determines that contract services are performed as well and as frequently as required by this Agreement. 24. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that the court with jurisdiction over the action may determine and fix reasonable attorneys' fees and expenses to be paid to the prevailing party. -10- • w . 25. COMPLIANCE Contractor represents that it is familiar, and shall comply, with all state, federal, or local laws, rules, ordinances, statutes or regulations applicable to the performance of contract services. 26. WAIVER A waiver by City 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 ten-n, covenant or condition contained herein whether of the same or a different character. 27. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties and all preliminary negotiations and agreements of whatsoever kind or nature are merged in this Agreement. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the • day and year first written above. CITY OF NEWPORT BEACH A Municipal Corporation ATTEST: CITY CLERK APPROVED AS TO FORM: i CITTTAWORNEY an CONTRACTOR • List of Exhibits Exhibit A Scope of Work Exhibit B Maintenance Frequency Summary Exhibit C Standard Materials Exhibit D Median Locations Exhibit E Roadside Locations Exhibit F Unit Prices Exhibit G Bid Unit Costs (Roadside areas) Exhibit H Bid Unit Costs (Median areas) Exhibit I Required Reports -12- • n f� EXHIBIT A r� • SPECIFICATIONS FOR CONTRACT OF LANDSCAPE MAINTENANCE OF CITY MEDIANS AND ROADSIDE AREAS SCOPE OF WORK The contractor shall provide the following services and meet the following specifications: 1. SCOPE OF WORK A. Furnish all labor, equipment, materials, and supervision to perform landscape maintenance as described herein including, but not limited to, the following: 1. Weeding, cultivating and brush control both mechanically. and with chemicals. 2. Fertilizing. 3. Shrub and groundcover trimming, pruning, training. . 4. Minor tree pruning and staking. 1.; 5. Irrigation monitoring, maintenance, and repair. 6. General pest control. 7. Mowing, verticutting, and aerifying. 8. General litter control, refuse removal, and grounds policing. 9. Plant replacement. 10. Hardscape,cleaning. 11. Access roadway clearance and visibility maintenance. 12. General drainage stricture and system maintenance. 0 9 B. It shall NOT be the contractor's responsibility to maintain or repair: • 1. Area lighting systems 2. Fencing 3. Gates 4. Any building located at the specified site 5. Graffiti b. Vandalism 7. Signage 8. Damage resulting from vehicular accidents 9. Water, sewer, and electrical lines or systems, except to the extent required in the Technical Specifications of the Bid Schedules. 10. Trees over 8 feet in height (except minor pruning and staking) 11. Hardscape, (curbs, gutters, sidewalks, etc.) 2. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled without permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8:00 . AM nor after 5:00 PM' 3. LEVEL OF MAINTENANCE A. All work shall be performed in accordance with the highest landscape maintenance standard, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. B. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with Failure to notify of a change and /or failure to perform an item or work on a scheduled day may result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard • C. The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient work has not been completed, . payment for subject deficiency shall be withheld for current billing period and shall continue to be withheld until deficiency is corrected, without right to retroactive payments. 4. SUPERVISION OF CONTRACT A. All work shall meet with the approval of the City of Newport Beach General Services Department. There shall be a weekly meeting with the Contractor and the City representative to determine progress and to establish areas needing attention. A monthly maintenance schedule will be submitted in writing to the City at the beginning of said month. B. 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. 5. 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. 6. CORRESPONDENCE All correspondence shall be addressed to Marcelino Lomeli, Park and Tree Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Blvd., Newport Beach, CA 92663 -3884. 7. PROVISIONS FOR EXTRAS 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 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 (excluding minor irrigation repairs). Documentation of contract compliance may be required on some occasions. 8. STREET CLOSURES, DETOURS, BARRICADES A. Warning signs, lights, and devices shall be installed and displayed in • conformity with the '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. B. 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. 9. DISPOSAL At least 25% 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. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 10. RECORDS • A. The contractor shall .keep accurate records concerning all of his /her .employees or agents and provide the City with names and telephone numbers of emergency contact employees. B. The Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report monthly to the Park and Tree Maintenance Superintendent. This report should also contain a description, including man - 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. Under ordinary conditions, payment for this work will not be authorized unless the additional work, and costs thereof, are first approved in writing by the City. Irrigation programming schedules will be submitted monthly. A phone log will be submitted monthly of all calls from the City of Newport Beach General Services Department and the City of Newport Beach Police Department to the Contractor, whether or not those calls require a request for service, and a description of the action taken from the City call. • U 0 0 C. 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 Park and Tree Maintenance Superintendent. This maintenance calendar shall clearly indicate the all of the major 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 Park and Tree Maintenance Superintendent for approval prior to the date the changes are to take effect. D. The Contractor shall permit the City to inspect and audit its books and records regarding City - provided services only at any reasonable time. 11. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two 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 of Newport Beach. These Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. 12. 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 applications and plant replacements. 13. LANDSCAPE LICENSE The Contractor shall hold a valid and current California C -27 License and submit a copy thereof. The Contractor must also maintain a California State Licensed Pest Control Operator and a California State Licensed Pest Control Advisor or have one on staff. The name and permit number will be supplied to the City at the beginning of contract, and any changes forwarded within twenty -four (24) hours of said change. 14. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour 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 E Contractor by radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and yard. 15. SCHEDULES A. ANNUAL SCHEDULE 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each facility and in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual perfor- mance differs substantially from planned performance. B. WEEKLY SCHEDULE 1. 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. 2. The Contractor shall complete the schedule for each item of work and each area of work. 3. The initial schedule shall be submitted one week prior to the effective date of the contract. Thereafter, it shall be submitted weekly on Thursday mornings. 4. Changes to the schedule shall be received by the Parks and Tree Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. 0 that date or week. L J 0 0 6. The Contractor shall adjust his /her schedule to compensate for all holidays. Maintenance and litter removal shall be scheduled for all • holidays, unless otherwise indicated by the City. C. PERFORMANCE ON SCHEDULE The Contractor has been provided the maximum latitude in establishing work schedules which 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 weekly schedule. 16. PERFORMANCE DURING INCLEMENT WEATHER A. 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. 1. 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. 2. The Contractor shall immediately notify the Parks and Tree • Maintenance Superintendent when the work force has been removed from the jobsite due to inclement weather or other reasons. 3. The Contractor shall restake and re -tie trees or other such activities as required as a result of inclement weather. The Contractor will stay available to assist in any storm related damage repair. 17. UNDERGROUND EXCAVATIONS 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 Park and Tree Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. 18. PESTICIDES The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Park and Tree Maintenance Superintendent with all of the following: 0 E 0 1. A copy of Contractors Orange County Agricultural Commissioners, "Restricted Materials Permit /Operator I.D. # ". 0 2. A written 'Pest Control Recommendation" for each site before Contractor uses any pesticide. 3. A 'Pesticide Use Daily Record" for any site that a pesticide was used, within twenty -four (24) hours of application. 4. If a restricted pesticide is going to be used, a copy of the 'Notice of Intent To Use Restricted Materials ", twenty -four (24) hours before application. 5. A list and EPA numbers of all the pesticides Contractor intends to use for this contract, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Park and Tree Maintenance Superintendent. C J 0 Exhibit B • 1ANTENANCE FREQUENCY SAMARY FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Edging Once/Week At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize 3 /year Vertical Mow 1/year Aerate 2 /year Pest Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice a year Pest Control As needed Visual Inspection Weekly Shrub, Vine, & Tree Maintenance Trim 4/year Fertilize Twice a year Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Hardsca e Maintenance Each site visit/weekly min. Grounds Policing/Litter Removal Each site visit/ 4/ weekly • Exhibit C STANDARD MATERIALS All material 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 Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 1. Febco 825Y RP 2. Rainbird #ST -03UL Snap Tite Connectors 3. Rainbird #PT -55 Snap Tite Sealer 4. Toro Series Sprinklers 5. Griswald DW Series Electric Valve 6. Rainmaster RME 12 or Larger Controller 7. LA MAX Enclosure -LA MAX MARK -2SST 8. Matco 754 Series Full Port Ball Valve 9. Class 200 PVC Lateral Pipe 10. Class 315 PVC Main Supply Pipe 1 1/2" and larger 11. Schedule 40 PVC Main Supply Pipe 11/4" and Smaller 12. Rectangular Valve Box - Plastic -18 "L x 12 "W x 12" Deep 13. Round Valve Box - Plastic - 10" 14. Rainbird #44 Quick Coupling Valve with Vinyl Cover 15. Control Wire: AWG, U.F. 600 -V Direct Burial Copper with PVC Insulation TURF FERTILIZERS, ETC.: 1. All commercial fertilizers must be homogenous except where approved by the City. 2. All organic fertilizers must have lowest salinity rate possible. 3. No steer or chicken manure is allowed. 4. All fertilizers, planting medium, humus material, and etc. must be approved by City. E PLANT STOCK • All selection and condition of the plant material of plant stock, trees, shrubs, . annuals and perennials, flowers, and ground covers must be approved by the Park and Tree Maintenance Superintendent before planting. PESTICIDES 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. �J n U • Exhibit D MEDIAN LOCATIONS Area Area Description Irrigation Acres P T H U O G St. X Balboa Blvd. P,H M 0.032 0.022 0.05 Balboa Blvd. - Medina Way to 21st St. P M 0.034 0.03 Balboa Blvd. - Medina Way to 21st St. P NI,WT 0.223 0.22 McFadden Interchange Medians P,T,H M 0.032 0.241 0.02 0.29 Villa Way X 29th St. P,H M 0.0r, 0.014 0.03 M St. Median P,T,H Al 0.00 0.051 0.039 0.09 Via Lido - Newport Blvd. to Via Operto P,H AI 0.02 0.038 0.06 Newport Blvd. X Via Lido P,H AI 0.01 0.141 0.1 Clubhouse X Finley P,H M 0.01 0.018 0.03 Balboa Blvd. - PCH to 32nd St. P,H Al 0.068 0.317 0.38 Superior Ave. North of PCH P,H M 0.02C 0.389 0.40 Newport Blvd. - PCH to Industrial Way P,H INO,WT 0.461 0.552 1.01 PCH - Santa Ana River to Newport Blvd. P,H Al 0.607 1.27 1.87 PCH - E. of Riverside Avenue P,H M 0.016 0.077 0.09 St. James Road X Kings Place P,T M 0.005 0.028 0.03 Margaret Dr. between Tustin & Irvine P NI,WT 0.007 0.00 Westcliff Dr. - Irvine Ave to Dover P,H INO,WT 0,132 0.152 0.28 Triangular median - Westcliff X Dover P,T,H Al 0.005 0.10E 0.025 0.13 Dover Dr. - Westcliff to PCH P,H INO,WT 0.327 0.495 0.82 Irvine Ave. at Westcliff P,H M 0.031 0,003 0.03 Irvine Ave. e Westcliff - Westcliff to Dover UD NI,WT 0. 0. Irvine Ave. - Dover to Holiday Road P NI,WT 0.524 0.52 Irvine Ave. - Santiago to University P,T,H Al 0.057 0.966 0.386 1.40 Jamboree Road - Bristol to PCH P,T,H Al 0.068 3.363 1.71 5.14 University Dr - Jamboree to MacArthur T,H Al 0.112 0.172 0.28 Vista Del Sol P,T AI 0.121 0.3 1C 0.43 Ford Road - Jamboree to San Miguel P,T,H AI 0.012 0.679 0.53 1.22 San Miguel- Ford Road to Avocado P,T,H Al 0.081 1.643 0.852 2.57 an Joaquin - Spyglass to Backbay Rd. P,T,H AI 0.735 2.697 1.374 4.80 PCH - Larkspur to Newport Coast Dr. P,H AI 0.559 0.626 1.18 PCH - Iris to Goldenrod P,H M 0.041 0.11 0.15 MacArthur at PCH H 0.03 0.03 • • PCH - Dover to Golden P,H M -- jFF.-476 Turf H Hardscape UD 2.91 El Paseo Dr T M 0.101 0.10 Avocado - Waterfront to PCH P,T WT,M 0.286 0.23 0.51 Park Avenue P,H Al 0.587 0.104 0.69 Total Acreage 6.634 10.535 10.918 0.5 28.58 Legend AD - AREA DESCRIPTION P Planter T Turf H Hardscape UD Undeveloped 0 Overall Area Measurement IRR - IRRIGATION M WT NI INO Al • 1-1 Manual Water Truck No Irrigation Irrigation Not Operable Automated Irrigation • Exhibit E • ROADSIDE LOCATIONS Area Area Desc. Irr Acres P T H U/D O Cannery Village Parking Lot P,H Al 0.074 0.313 0.38 28th & 30th St. Parking Lots P,H M 0.115 0.715 0.8 McFadden Parking Lot P,H M 0,116 0Al2 0,654 0.88 19th St. Street end - bayside P,H WT 0.01 0.012 0.02 Marina Park Parking Lot P,H M 0.03 0.23 0.27 13th St. Street end - bayside P BCH WT 0.05 0.05 12th St. Street end - bayside P BCH WT 0.05 0.05 llst St. Street end - bayside P BCH WT 0.05 0.05 "F" St. Street end - bayside P BCH NI 0.041 0.04 Palm Street Parking Lot P,H Al 0.033 0.305 0.33 Miramar Dr. and Balboa Blvd. P,T,H Al 0.015 0.056 0.036 0.10 "I" St. Street end - bayside P,H NI 0.043 0.013 0.05 "L" St. Street end - oceanside P,H NI 0.048 0.015 0.06 "M" St. St. Street end - oceanside P,H NI 0.031 0.01 0.04 Via Oporto X Central Parking Lot P,H M 0.036 0.36 0.40 Short St. X Newport Blvd. Roadside P,H AI 0.146 0.11 0.26 OCTA Bus Stop - Balboa Blvd. X 46th T,H M 0.02 0.01 0.04 OCTA Bus Stop - Balboa Blvd. X River P,H M 0,033 0.024 0.05 Newport Island entrance planters P,H AI 0.014 0.009 0.02 37th - 41st St. Street ends off Seashore P Al 0.011 0.01 Prospect Street ends off Seashore P M 0.004 0.00 Orange Street ends off Seashore P M 0.002 0.00 Summit St. planter P,H M 0.011 0.021 0.03 Cappy's trail/bench area UD NI 0.172 0.17 W. PCH Roadsides P,H Al 0.849 1.998 2.84 Superior X PCH Parking Lot P,T,H AI 0.486 0.20t 1.145 1.83 N.W. Quadrant - Newport Blvd. .X PCH UD,H NI 0.071 1.10 1.17 S.W. Quadrant - Newport Blvd. X PCH P NI 0.379 0.37 S.W. Quadrant - Newport Blvd. X PCH P,H AI 0-65C 0.26E 0.91 S.E. Quadrant - Newport Blvd. X PCH P,H Al 0.575 0.238 0.81 • E 0 • Newport Blvd. Roadsid P,H IN O 10.441F 0.07 10.52 Mariners Mile Parking Lot P,H Al 0.079 1.1 1.26 Rocky Point/Pelican Wall P,H Al 0.05i 0.03 0.09 o Dover X Westcliff P,T,H Al 0.066 0.636 0.11 0,82 PCH Bayshore Soundwall P,H Al 0.035 0.293 0.32 OCTA Bus Stop - Bayshore Dr. X PCH P,H Al 0,135 0.129 0.26 Dover Dr. Arterials - Westcliff to Mariners P Al 1.30E 1.30 Dover Dr. Arterials -(N) Irvine Ave. to Mariners P AI 0.10 0.101 Dover Dr. Arterials -(S) Irvine Ave. to Mariners P NI 0.41 0.41 Westcliff Dr. Arterial (Groves) P,H Al 0.61 0.062 0.67 Westcliff Dr, X Santiago P,T,H M 0.00 0.04S. 0.01? 0.07 Groves Bike Trail UD,P H NI 0.05 0.354 1.192 1.60 Irvine Ave. Arterial N of Private Road P,T,H Al 0.01 0.222 0.045 0.28 Tustin Avenue Streetend P,H AI 0.03E 0.009 0.04 Anniversary Lane Roadside P WT 0.14E 0.14 Jamboree Arterial - Bison to Eastbluff Dr. (S) P,H Al 0.185 0.313 0.49 Jamboree Big Canyon Roadside UD,H NI 0.227 0.204 0.43 Port Dunbar Drive Roadside T,H Al 0,741 0.526 1.26 Spyglass Hill Road Roadsides P,T,H Al 1.60 0.499 1.188 3.29 San Joaquin Hills Road Roadsides P,T,H Al 2.245 1.323 1.022 4.59 PCH - Seaward to Cameo Highlands P NI 0.496 0.49 Larkspur Street End P,H NI 0.037 0,013 0.05 Jasmine Street End P,T,H NI 0.014 0.059 0.025 0.09 Fernleaf Ramp P,H NI 0.18 0.046 0.23 Bayside Drive - Jamboree to Marguerite P,H NI 1,316 0.051 1.36 PCH - Jamboree to Avocado P,H WT 1.364 1.28 2.64 PCH - Bayside Drive to Jamboree P,H Al 0.01E 0.579 0.59 Jamboree - PCH to Bayside P,H NI 0.202 0.121 0.32 Promentory Bay Plaza P,H AI 0.02 0.09 0.11 Promentory Point & Channel Walk P,H Al 0.2 0.21 0.471 Balboa Island Entrance P,H M AI 0.02 0.02 0.05 Balboa Island - Grand Canal Bridge P Al 0.01 0.01 Total Acreage 25.68 3.9 14.627, 2.467 46.70 0 0 Legend • AD - AREA DESCRIPTION P Planter T Turf H Hardscape UD Undeveloped 0 Overall Area Measurement IRR - IRRIGATION M Manual WT Water Truck NI No Irrigation INO Irrigation Not Operable AI Automated Irrigation i1 LJ n U • EXHIBIT F UNIT PRICES A. The Contractor agrees that for requested and /or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the controct award. Unreasonable prices may result in rejection of the entire bid proppsal. Unit prices listed below refer to all items installed and the ConstrucHon Documents and include all costs connected with such items; includins but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total nuviber units and /or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. TURF Turf Mow Turf Mow anO Clippings Picked Up Turf Edge Turf String Trim Turf Chemical Edge 6" Swath Turf Chemical Edge 12" Swath Turf Aerify Turf Fertilize Turf Dethatcll /Renovate HARDSCAPH MAINTENANCE Cleaning and1weed abatement GROUNDCQVERS Mow Edge Fertilize $1.50 /1000 Sq. Ft. /1000 Sq. Ft. 12-50- / 1000 Linear Ft. 13.25 / 1000 Linear Ft. $7.00 /1000 Linear Ft. $14 . oo /1000 Linear Ft. $2.30 /1000Sq.Ft. $2.10 /i000 Sq. Ft. $15e.00 /1000Sq.Ft $6.50 _/100()Sq.pt. $2.25 /1000 Sq. Ft. $2.60 /1000 Linear Ft. $2.75 /1000 Sq. Ft. 0 0 PEST CONTROL Turf disease / insect spray $25.00 /Tree /1000 Sq. Ft. Boom Application $10.50 /1000 Sq. Ft. Hand Application $19.50 /1000 Sq. Ft. Turf Broadleaf Spray 24" Box Tree $175. 00 /Each Boom Application S i a. o o /1000 Sq. Ft. Hand Application 19.00 /1000 Sq. Ft. Groundcover disease /insect spray $19.50 /1000 Sq. Ft. Shrub disease /insect spray $ 21.00 /1000 Sq. Ft. Soil Sterilant Applicant 17.00 /Hour /1000 Sq. Ft. Turf Pre- Emergent $6.50 /1000 Sq. Ft. Landscape Areas Weed Control $18.25 /1000 Sq. Ft. General Weed Control post Emergent $18. 2 5 /1000 Sq. Ft. SHRUB PRUNINQ 1-4 Feet, Lacing $4.25 /Shrub 1-4 Feet, Hedging $ 3.90 /Shrub 4 plus Feat, Lacing $6.25 /Shrub 4 plus Feet, Hedging $5.50 /Shrub TREE PRUNING E up to 10 Feet $25.00 /Tree 10-20 FeeC 3$ 5.00 /Tree • 20-30 Feet $75.00 /Tree 30-40 Feet $150.00 /Tree 40 -plus Feet $225.0 0 /Tree PLANTING 1 Gal. Shrub /Trees oo /Each 5 Gal. Shrub 1$ 6.00 /Each 5 Gal. Treg 3$ 0.00 /Each 15 Gal. Shrub s 5o . oo /Each 15 Gal. Tr¢e $70.QO /Each 24" Box Tree $175. 00 /Each 64 Count Flat Groundcover $15.00 /Flat Turf - Seed and top dress $.38 /1000 Sq. Ft. Turf - Sod $-65 /1000 Sq. Ft. LABOR Landscape Maint. Laborer $10. 00 /Hour Landscape Maipt. Leadworker _$1240 /Hour Landscape Mai$tt. Supervisor 17.00 /Hour Irrigation Specialist 9.5 0 /Hour Pest Control Applicator 1� 9.5 0 /Hour Tree Trimmer t i a. go /Hour • Equipment Op4rator $4R.39 /Hour 0 n u • • EXHIBIT G ROADSIDE AREAS BID UNIT COSTS Unit Cost 801.69 Cannery Village Parking Lot 28th & 30th St Parking Lots 1670.04 McFadden Parking tot 1932.17 19th St Street end - bayside 61.071 Marina Trailer Par.king Lot 553.94 13th St. Street end t bayside 176.10 12th St. Street end L bayside 176.10 11 s St. Street end 4 bayside 'Y St. Street en - baysilde 176.10 122.37; Palm Street Parkin Lot 664.47 Miramar Dr. and Balboa Blvd. "1" St. street t�ayside "L" St Street end - Oceanside 297.75 152.47 171.10 "M" St St. Street erid - oceanside 125.93 Via Oporto X Cen" Parking Lot 788.48 Short St. X ewpott Blvd. Roa side 654.74 OCrA Bug Stop 7- Balboa Blvd. X 46th 123.16 OCrA Bus Stop - Balboa Blvd. X River 143.03 Newport Island entrance planters 58.49 37th - 41st St. Street ends off Seashore 32.83 Prospect Street en . off Seashore 11.94 Orange Street ends!off Seashore 55.97 Summit st. planter 71.80 Cappys trail /bench area 224.77 W. PCH Roadsides' 6241.64 Superior X K14 Parking Lot 4256.83 N.W. Quadrant - Newport Blvd, X PCH 1573.15 S.W. Quadrant - Ndwport Blvd, X PCH 1131.21 S.W. Quadrant - Ndwport Blvd. X PCH 2437.39 0 0 S.B. Quadrant - Newport Blvd. X PCH 2157.87 Newport Blvd. Roadsides 31322.52 Mariners Mlle Parking Lot 2444.02 Rocky aint /Pelican Wall 227.98 Dover X Westcliff 2530.34 PCH Bayshore Soundwall 648.17 O.CT, Bus Stop - Bayshore Dr. X PCH 642.32 Dover Dr. Arberials - WestcUH to Mariners 3904.03 Westcliff Dr. Art s - (!)Irvine Ave. to Mariners 301.46 _ Westdiff Dr. Arte s - () Irvine Ave. to Mariners 1247.62 Westcliff, Dr. Arterial (Groves) 1941.71 Westdiff Dr. X Santiago 212.36 Groves We Trail ' 2381.75 Irvine Ave. Arterial N of Private Road 878.59 Tustin Avenue Strot end 130.12 Anniversary Lane A Roadside 444.72 Jamboree Arterial -Bison to Eastbl f Dr. (S) 1133.00 Jamboree Big Canyon Roadside 1056.09 Port Dunbar Drive Roadside 3439.53 8659.91 Spyglass Hill Road•Moadsides San Joaquin Hills Road Roadsides 12995.51 PCH - Seaward to qAmeo HIglrlands 1480.43 Larkapur Street En 13134.56 Jasmine street End 4.32 634.55 Fortilmf 'P Bayside Drive - laniboree to Marguerite 4022.54 PCH - Jamboree to !Avocado 6446.41 PCH - Bayside Drive to Jamboree 1128.15 Jamboree - PCH to yside 827.45 Promontory Bay P14za 247.19 Promontory Point 4 Channel Walk 1167.57 Entrance to Balboa IsLand 137.39 Balboa island - GraAd Canal Bridge 35.82 Total' 120082.72 •. • 0 • • • FJQ-iIBIT H MEDIAN AREAS BID UNIT COSTS Area Unit Cost G St. X Balboa Blvd. 136.34 Balboa Blvd. - Medina Way to 21st St 101.48 Balboa Blvd. - Medina Way to 21st St 665.60 McFadden Interch#nge Medians 933.83 Villa way X 29th s . 85.67 M St. Median 250.87 Via Lido - Newport Blvd. to Via Operto 145.13 Newport Blvd. X VA Lido 318.36 Clubhouse X Finlef 93.10 Balboa Blvd. - FCH to 32nd St, 791.20 Superior Ave. Noq[h of PCH 781.54 Newport Blvd. - PCfH to Industrial Way 2400.28 PCH - Santa Ana River to Newport Blvd. 4168.41 PCH - B. of Riverside Avenue 190.64 St James Road X Wgs Place 108.01 Margaret Dr. betw#en Tustin k Irvine 20.89 Westdiff Dr. - Iry Ave to Dover 676.04 Triangular median,• Westcliff X Dover 420.36 Dover Dr. - Westctitf to PCH 1894.56 Irvine Avenue at estcliff 98.09 Irvine Ave. Westcliff to Dover 653.40 Irvine Ave. - DOM to Holiday Road 1564.00 Irvine Avenue - Sa4tlago to University 4097.88 Jamboree Avenue Bristol to PCH 14560.14 University Dr - laniboree to MacArthur 691.52 Vista Del so 1411.69 Ford Road - Jambo ilee to San Miguel 3276.65 San Miguel - Ford Road to Avocado 7284.93 0 i San Joaquin - Spyglass to Backbay Rd. 13709.62 PCH - larkspur q Newport Coast Dr. 2830.11 PCH -Iris to Goldonrod 335.77 MacArthur at PM 68.66 PM -Dover to Gj1denrod 7073.90 IR eseo Dr 335.77 Avocado - aterkorit to pal 1618.27 Park Ave" 1945.03 !TOW 75737.76 TOTAL COST OF X.A.NDSCA.PE MAINTENANCE OF 1±�.DI S AND ROADSMESt 4.._ $195,820.48 _ NOTE: Bid Priceahall include all sales, use or other taxes applicable to the above item. If awarded the Contract, the undersigned hereby agrees to sign said Contract and furnish the neceses47 Faithful Performance Warranty Bond within ten (10) days after the award of said Contract. The undersigned h4a examined the location of the proposed work and is familiar with the Specifications altd other Contract Documents and the local conditions at the place where the work is to be done. The undersigned have checked carefully all the above figures and understands that the City of Newport Beach will not be responsible for any errors or omissions on the part of the undersigned in: making up this bid. Proposals are to remain valid for six (6) months. ( / I� I to l i df�f �A I KA l.(A-4a, -, I(i,e V Vv, ,� - u,L LbD 0 0 0 ExliiUit I Required Reports . 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (assent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers 7. Monthly Phone Log with action taken 8. Weekly irrigation check list (to include controller and site inspection for all • site and a list of any repairs required) 9. Monthly irrigation controller programming charts 10. Extra work approval list 11. Weekly maintenance inspection list for all sites 12. • Manual irrigation schedule 13. Annual pesticide safety training records 14. Required tailgate safety meeting records 15. Monthly maintenance report 16. Monthly greenwaste recycling report 17. Water truck schedule •