Loading...
HomeMy WebLinkAboutC-3503 - Landscape maintenance of City medians and roadsides in the Newport Coast areaSUBJECT. Award of Landscape Maintenance Contract Agreement for Newport Coast Area Recommendations Approve the attached contract agreement with TruGreen LandCare, Inc. to provide landscape maintenance of City medians and roadsides in the Newport Coast area. Background In 1995 it was determined, following an extensive study, to be in the City's best economic interest to maintain the landscaping of medians and roadsides by private contract. On April 8, 1996 the City entered into a 5 -year contract with a private contractor, California Landscape Maintenance, Inc. (CLM) to perform maintenance functions of medians and roadsides. In January 2000, CLM was purchased by 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. TGL currently maintains all medians and roadsides in other parts of the City. Additionally, TGL maintains 80 acres of City parks. Staff mailed nine requests for proposals (RFP) for the Newport Coast Area to landscape maintenance companies. Three companies responded to the RFP. Staff recommends that TruGreen LandCare, Inc. be awarded this contract based on current experience, proposed staffing levels and cost of service (low bid). Discussion TGL desires to enter into a new agreement to provide service as referenced in the agreement, for a total of $84,758.40 per year to the City. 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. 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 Cost Price Index adjustment is included in the proposed contract. FAUS \GSWHam ndTi=1Co=i1-TG _SMf1Rept1802.dm C -3 5 °3 ?EW ART � a < /FOM1� Council Agenda c:, ;.... Item No. 9 i January 8, 2002 $ a t TO: Mayor and City Council t 1 FROM: General Services Director ? LLP w� Co v lh �twt �l SUBJECT. Award of Landscape Maintenance Contract Agreement for Newport Coast Area Recommendations Approve the attached contract agreement with TruGreen LandCare, Inc. to provide landscape maintenance of City medians and roadsides in the Newport Coast area. Background In 1995 it was determined, following an extensive study, to be in the City's best economic interest to maintain the landscaping of medians and roadsides by private contract. On April 8, 1996 the City entered into a 5 -year contract with a private contractor, California Landscape Maintenance, Inc. (CLM) to perform maintenance functions of medians and roadsides. In January 2000, CLM was purchased by 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. TGL currently maintains all medians and roadsides in other parts of the City. Additionally, TGL maintains 80 acres of City parks. Staff mailed nine requests for proposals (RFP) for the Newport Coast Area to landscape maintenance companies. Three companies responded to the RFP. Staff recommends that TruGreen LandCare, Inc. be awarded this contract based on current experience, proposed staffing levels and cost of service (low bid). Discussion TGL desires to enter into a new agreement to provide service as referenced in the agreement, for a total of $84,758.40 per year to the City. 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. 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 Cost Price Index adjustment is included in the proposed contract. FAUS \GSWHam ndTi=1Co=i1-TG _SMf1Rept1802.dm ! • 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 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. City supervisory staff will monitor service levels and review the Contractor's required weekly, monthly, and annual reports of maintenance activities. Very respectfully, - W _� O _ David E. Niederhaus Attachment: Landscape Maintenance Contract Agreement C9WINDOWSQempomry Imemet Files %OLK76%Cowcil- TG_StaflRepd 802.doc CONTRACTOR AGREEMENT THIS AGREEMENT, entered into this day of January of 2002, 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, In January 2002, City annexed the area referred to as Newport Coast. The City needs to have landscape maintenance performed in the area accepted for maintenance by the City. WHEREAS, The Contractor desires to enter into an 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 DUTIES Contractor shall perform the services specifically described in, and in strict compliance with the Scope of Work ( "Contract Services ") requirements at the landscape maintenance locations listed in Exhibit C. The Contract Services 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. Contract Services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit B. 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. 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. r. 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 $84,758.40 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 B in performing Contract Services. Any deviation from the materials described in Exhibit B 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 3 control all mtterials or parts provided to ContraLior by City. Contractor shall make all materials and inventory available to the City upon request. 7. 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 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 fraud or willful misconduct by City, its officials, agents, employees or representatives. B. Contractor shall defend, 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 4 any and a "ersons, or business entities furniking 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 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. 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 0 0 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." 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. 6 12. 0 0 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 E 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 specified in Exhibits D and E. 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. 0 0 0 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 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 N • 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 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. f[l] 0 0 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 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 CITY OF NEWPORT BEACH A Municipal Corporation In TruGreen LandCare, INC. APPROVED AS TO FORM: By: Daniel K. Ohl, Deputy City Attorney F:\cat\users\shared\Ag\TmGmen.doc da \07 -25 -00 11 Title: • LIST OF EXHIBITS Exhibit A Maintenance Frequency Summary Exhibit B Standard Materials Exhibit C Locations Exhibit D Unit Prices Exhibit E Bid Unit Costs 12 • EXHIBIT A • MAINTENANCE FREQUENCY SUMMARY FUNCTION IFFiiEQUENCY Irri ation Inspection lWeekly 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 (once /year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Hardscape Maintenance Each site visit/weekly min. Grounds Policing/Litter Removal Six days/ week Site Inspection Six days/ week 13 0 0 EXHIBIT B 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 - 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. Matco 754 Series Full Port Ball Valve 11. Class 200 PVC Lateral Pipe 12. Class 315 PVC Main Supply Pipe 1 1/2" and Larger 13. Schedule 40 PVC Main Supply Pipe 1 1/4" and Smaller 14. Rectangular Valve Box - Plastic -180L x 12 "W x 126Deep 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 (949) 644 -3082 to confirm this information. City uses and stocks 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 14 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. 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. 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. 61 • EXHIBIT C • LOCATIONS LOCATIONS JACREAGE North side of Pacific Coast Hwy. 1.8 Pelican Hill Road 2.5 Newport Coast Road 12.5 San Joaquin Hills Road 5.0 Total 21.8 16 • ! EXHIBIT D 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 $3.00/1000 Sq. Ft. Turf Mow -Rotary Blade $3.00/1000 Sq. Ft. Turf Mow and Clippings Picked Up $8.00/1000 Sq. Ft. Turf Edge $16.00/1000 Linear Ft. Turf String Trim $16.00/1000 Linear Ft. Turf Chemical Edge 6" Swath $4.00/1000 Linear Ft. Turf Chemical Edge 12" Swath $5.50 11000 Linear Ft. Turf Aerify $18.00 /1000Sq.Ft. Turf Fertilize $4.00/1000 Sq. Ft. Turf Dethatch/Renovate $300.00 /Acre Turf Sweeping $2.50/1000 Sq. Ft. Flail Mow of Natural Areas $65.00 /Acre HARDSCAPE Cleaning and weed abatement $1.00 /1000 Sq. Ft. GROUNDCOVERS Mow $20.00/1000 Sq. Ft Edge $1.00 /1000 Linear Ft. Fertilize $3.00/1000 Sq. Ft. 17 SHRUB PRUNING 1 -4 Feet, Lacing $6.00 /Shrub PEST CONTROL $1.00 /Shrub Turf disease /insect spray N /A/1000 Sq. F. Boom Application $3.50/1000 Sq. Ft. Hand Application $7.00/1000 Sq. Ft. Turf Broadleaf Spray $20.00/Each Boom Application $3.00/1000 Sq. Ft. Hand Application $7.00/1000 Sq. Ft Groundcover disease /insect spray $4.00/1000 Sq. Ft. Shrub disease /insect spray $7.00/1000 Sq. Ft. Soil Sterilant Applicant $10.00 /1000 Sq. Ft. Turf Pre - Emergent $7.50/1000 Sq. Ft. Landscape Planter Weed Control $6.00/1000 Sq. Ft. General Weed Control Post Emergent $7.00/1000 Sq. Ft. SHRUB PRUNING 1 -4 Feet, Lacing $6.00 /Shrub 1 -4 Feet, Hedging $1.00 /Shrub 4 plus Feet, Lacing $8.00 /Shrub 4 plus Feet, Hedging $2.00 /Shrub TREE PRUNING Up to 8 Feet $18.00/Tree PLANTING $24.00/Hour 1 Gal. Shrub /Tree $5.50/Each 5 Gal. Shrub $15.00/Each 5 Gal. Tree $20.00/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 $25.00/1000 Sq. Ft. Turf -Sod $1.00 /1000 Sq. Ft. LABOR Landscape Maint. Laborer $16.00/Hour Landscape Maint. Leadworker $24.00/Hour Landscape Maint. Supervisor $30.00/Hour Irrigation Specialist $35.00/Hour Pest Control Applicator $55.00/Hour Tree Trimmer $35.00/Hour Equipment Operator Heavy Equip. $22.00/Hour M EXHIBIT E • BID UNIT COST LOCATIONS UNIT COSTIYEAR North side of Pacific Coast Hwy. $583.20/$6,998.40 Pelican Hill Road $810.00/$9,720.00 Newport Coast Road $4,050.00/$48,600.00 San Joaquin Hills Road $1,620.00/$19,440.00 19