Loading...
HomeMy WebLinkAboutC-3813 - Contract Service Agreement for Landscape Maintenance of City Street Medians and RoadsidesCONTRACTOR SERVICE AGREEMENT WITH TRUGREEN LANDCARE, L.L.C. FOR LANDSCAPE MAINTENANCE OF CITY STREET MEDIANS AND ROADSIDES THIS AGREEMENT, entered into this y� �'r day of September of 2005, ( "Commencement Date ") by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and Charter City ( "City "), and TRUGREEN LANDCARE, L.L.C., a limited liability California corporation located at 1150 W. Trenton Avenue, Orange, 92867 ( "Contractor' or TruGreen "), is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly . existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of Califomia and the Charter of City. B. Prior to 1995, City maintained City street medians and roadsides using its own employees and equipment. Subsequently, City determined that it was in the City's best economic interests that these functions be performed by a private contractor. C. In September 2005, City prepared a Request for Proposal (RFP) seeking proposals for landscape maintenance of City medians and roadside areas from qualified landscape maintenance companies. Contractor submitted the lowest bid among the firms that responded to the RFP.. D. City desires to engage Contractor to provide landscaping and maintenance services to the City. E. Contractor possesses the skill, experience, ability, background, certification, and knowledge to provide the services described in this Agreement. F. City has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render landscape and maintenance services under the terms and conditions set forth in this Agreement. G. 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. H. 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, it is mutually agreed by and between the undersigned as follows: TERM Unless earlier terminated as outlined below, 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 or any extended term, unless the City notifies the Contractor in writing at least thirty (30) days before the end of the initial term or any extended term of its intent to terminate this Agreement at the conclusion of the initial term or any extension. City reserves the right to terminate the Agreement unilaterally at any time upon thirty (30) days written notice to Contractor. Time is of the essence in the performance of services under this Agreement. 2. SCOPE OF SERVICES A. In compliance with all terms and conditions of this Agreement, Contractor shall perform the landscape and maintenance services specifically described in, and in strict compliance with the requirements of Exhibit A ( "Scope of Work "), which services may be referred to herein as the "services" or "work" hereunder, at the median and roadside locations listed in Exhibit B. The services shall be performed at least as frequently as specified in Exhibit C. City shall have the right to alter the frequency, of maintenance as necessary to ensure the 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 D. Contractor shall perform the work according to the Technical Maintenance Specifications outlined in Exhibit E. Reports shall be submitted by the Contractor in accordance with Exhibit F. Unit Prices and Costs for extra work are contained in Exhibit G. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement by reference. B. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. • 0 3. WORKMANSHIP SUPERVISION AND EQUIPMENT A. The Contractor shall provide a work force sufficient to perform the contract services. The Contractor shall comply with all State and Federal legal requirements regulating the right to work in the United States of America to ensure that all members of the work force have the legal right to perform work under this Agreement. Contractor shall make any records related thereto available to City within ten (10) days of receiving a written request for said records by the City. 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 ensuring that all employees adhere to the specifications outlined in this Agreement and the exhibits hereto. 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. Previous successful work force levels included: one (1) supervisor and fourteen (14) full -time positions, including one (1) leadworker, two (2) full -time irrigation technicians each with a fully stocked vehicle, three (3) full -time positions to perform the mowing /turf maintenance, five (5) positions to perform detailed maintenance, two (2) positions to perform litter pickup and policing Citywide, and one (1) pesticide technician with a Qualified Applicators License. D. All Contractor personnel working under this Agreement shall be neat in appearance and dressed 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 employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape and maintenance standards. F. All vehicles and equipment (mowers, etc.) used in conjunction with the work shall be in good working order and have appropriate safety guards. All vehicles 3 0 1. 0 shall bear the identification of the Contractor and clearly include the following: "serving for 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. LICENSES, FEES, PERMITS AND ASSESSMENTS Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. 5. FURTHER RESPONSIBILITIES OF PARTIES Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 6. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of Four Hundred and Fourteen Thousand Dollars ($414,000.00) per year ( "Contract Amount ") to perform all the work and services contemplated by and described in Exhibits A through. F. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City, subject to any applicable offsets as outlined herein or in the attached exhibits. 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." . On January 1, 2007 and every twelve (12) months thereafter during which the contract remains in effect; the Contract Amount shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 2% maximum adjustment increase set forth below. Such adjustment shall be made by multiplying the original Contract Amount by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made and the denominator of which is the value of the Consumer 4 • Price Index for the same calendar month immediately prior to Commencement Date. For example, if the adjustment is to occur effective June 1, 2007, the index to be used for the numerator is the index for the month of March 2007 and the index to be used for the denominator is the index for the month of March preceding the Commencement Date. The "Consumer Price Index" to be used in such calculation is the Consumer Price Index, All Urban Consumers (All Items), for the Los Angeles, Anaheim, Riverside Metropolitan Area, 2006 base year, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. The maximum increase to the Contract Amount, for any year where an adjustment is made in proportion to changes in the Consumer Price Index, shall not exceed 2% of the Contract Amount in effect immediately preceding such adjustment. This Agreement shall be governed by Section 1770 of the California State Labor Code and in accordance with the terms of the Southern California Master Labor Agreement, which has established a prevailing rate of per diem wages to be paid in the performance of this Agreement. The Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code Relating to prevailing wage rates (Sections 1770 -7981 inclusive). It shall be the sole obligation of the Contractor to comply with all labor laws, rules and regulations including, but not limited to, the requirement to pay prevailing wages and the City shall not be liable for any violation of any labor laws, rules and regulations. 7. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 5 0 0 8. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit D in performing contract services. Any deviation from the materials described in Exhibit D shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 9, City shall reimburse Contractor for the actual cost, plus fifteen percent (15 %), of all irrigation 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 and within thirty (30) days of each anniversary of the Commencement Date. 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. 9. REPAIR/REPLACEMENT A. The Contractor shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the City's property, including plants and irrigation system equipment or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, except such losses or damages as may be caused by City's sole negligence or willful misconduct. B. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. C. 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. D. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. E. 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 which has been damaged by the acts of Contractor or its employees. Contractor shall 11 0 0 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. 10. FAMILIARITY WITH WORK A. By executing this Agreement; Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Contractor warrants that Contractor has investigated the work sites and is fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City. B. City and Contractor agree that City has made no representation regarding the order or condition of any area or location for which Contractor is to provide services or 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. 11. HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any, work performed or services required by or provided under this Agreement (including, without limitation, defects in workmanship and/or materials) or Contractor's presence or activities while on City property (including the negligent and /or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. • • 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California; however, in no event shall the Employer's Liability Insurance be less than one million dollars ($1,000,000) per occurrence. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and, property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall.maintain automobile insurance covering bodily injury and property damage for all activities of the 0 0 Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than two million dollars ($2,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability, employer's liability and automobile liability insurance policy shall be endorsed with the following specific language: L The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non- payment of premium) written notice has been received by City. F. Timms Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 13. 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 9 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. 14. 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. 15. 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 10 0 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. 16. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional 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 any additional services provided in accordance with the unit prices specified in Exhibit G. B. City reserves the right to withdraw locations from the Scope of Work to be performed by Contractor pursuant to this Agreement and to deduct work from the Scope of Work. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of said change. 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 Exhibit A. In the event the City deducts work from the Scope of Work, compensation shall be reduced in accordance with the bid unit costs specified in Exhibit G. In the event the location is withdrawn or work is deducted from the Scope of Work for a period of less than a full one (1) year term, Contractor's compensation shall be reduced on a prorated basis. 17. 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. 18. WORK DEFICIENCIES AND CORRECTIONS A. Irrigation- related work deficiencies shall be corrected within twenty -four. (24) hours of written notification from the City or prior to the scheduled watering; whichever is earlier. Malfunctions resulting in continuously running water shall be repaired immediately. All other work deficiencies of Contractor shall be corrected in a timeframe per the City's discretion. Written notification may be hand delivered, e- mailed, faxed, or mailed. As soon as the Contractor has corrected the listed deficiencies, the Contractor shall notify the City and request inspection of the corrective work. Deficiencies listed in the Notice of I 0 0 Deficiency shall not be considered as having been corrected until the City has inspected the site to verify that the listed deficiencies have been corrected and has approved the corrective work in writing. B. Failure to correct the deficiencies listed in the Notice of Deficiency within the timeframe specified by the City (or within 24 hours in the case of irrigation - related deficiencies) may, in the City's sole discretion, result in action being taken by the City, including, but not limited to, (a) correcting the deficiency (using the City's own work force and /or by contracting out) and deducting any associated costs plus overhead incurred thereby from the total monthly compensation due the Contractor; (b) deletion of site(s) from the Contract and reducing the corresponding compensation for that month; (c) contracting with another vendor to perform the maintenance and other services required for the remainder of the term of the Contract with respect to the site where the deficiencies exist and deducting from the Contractor's total compensation under the contract any costs that City pays or becomes obligated to pay the new Contractor, including expenses City incurs over and above the monthly billing rate by the Contractor for that site; (d) terminating the agreement; and /or (e) taking any other action and exercising any other legal remedy available to the City under law. 19. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses. 20. PERFORMANCE BOND A. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement, unless such requirement is waived by the City Administrator. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. B. The performance bond required by this Agreement shall be satisfactory only if issued by a company qualified to do business in California, rated ' or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are .of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City. 21. LABOR A. Contractor shall conform to all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. 12 • •. 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. 22. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, contractor, 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. 23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 24. 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. 25. 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. 13 0 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, L.L.C. 1150 West Trenton Avenue Orange, CA 92867 26. 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 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. The Contractor may only terminate the Agreement in the event of nonpayment by the City. In the event of nonpayment by the City, Contractor shall give the City thirty (30) days written notice thereof and the City shall have fifteen (15) working days to cure the alleged breach. 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 retain funds withheld until the City Administrator determines that the contract services are performed as well and as frequently as required by this Agreement. 14 27. COMPLIANCE WITH ALL LAWS All services rendered hereunder by Contractor shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 28. 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. 29. 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. 30. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 31. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining. provisions of this Agreement shall continue in full force and effect. 32. CONTROLLING -LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 15 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By Cff"" Aaron C. Harp Assistant City Attorney ATTEST: AizV �m r "", LaVonne Harkless, bty Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: _Ak44u-,,� �jn Heffernan, Mayor of Newport Beach CONTRACTOR: TRUGREEN LANDCARE, L.L. Print Name: CG Title:��� (Corporate Off cer) By: Print Name: Title: f: users\CAT/shared\Donna Bigi\TruGreen Contract - Medians.doc 16 (Corporate Financial Officer) 0 List of Exhibits Exhibit A Scope of Work & Bid Unit Costs Exhibit B Median /Roadside Locations Exhibit C Maintenance Frequency Schedule Exhibit D Standard Materials Exhibit E Technical Maintenance Specifications Exhibit F Required Reports Exhibit G Unit Prices 17 0 I. INTENT EXHIBIT A SCOPE OF WORK The intent of these specifications is to provide full and complete contract landscape maintenance at designated sites, herein described, and that such site be kept in a healthy, vigorous, and well -kept state at all times. Il. DESCRIPTION OF PROJECT (SCOPE OF WORK) Contractor shall 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 programming, monitoring, maintenance, and repair. 6. General rodent, pest and disease control on landscape planting and turf. 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. 13. Drinking fountain maintenance. 14. Reporting for vandalism, graffiti, or any safety concerns. 15. Tree trimming trees under 8 feet. 0 0 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. 11. Hardscape repairs, (curbs, gutters, sidewalks, etc.) III. 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, except with written approval by the City Administrator. No Saturday or Sunday work is to be scheduled other than litter control and refuse, 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. IV. LEVEL OF MAINTENANCE 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. 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 20 to notify of a change and/or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard. 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. V. SUPERVISION OF CONTRACT 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. 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. VI. 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. VII. 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. VIII. STREET CLOSURES, DETOURS, BARRICADES Warning signs, lights, and devices shall be installed and displayed in conformity with "The California Manual on Uniform Traffic Devices" for use in performance of work 21 • 0 upon highways issued by the State of California, Department of Transportation and as directed by City staff. If the Contractor fails to provide and install any of the signs or traffic control devices required hereby or ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others, charge the costs therefore against the Contractor, and deduct the same from the next progress payment. IX. 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 or the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. X. RECORDS Contractor shall keep accurate records concerning all of its employees or agents and provide the City with names and telephone numbers of emergency contact employees. 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 and which has been approved by the City in accordance with the Agreement. Payment for any extra work will not be authorized unless the additional work, and costs thereof are first approved by the City in accordance with the Agreement.. 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. 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 landscape 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. The Contractor shall permit the City to inspect and audit its books and records regarding City - provided services at any reasonable time. 22 XI. 0 0 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 after receiving notification. XII. 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 fungicide, herbicide or any required pesticide applications and plant replacements. XIII. 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. A licensed Pest Control Operator must be provided to apply all restricted chemical materials. XIV. CONTRACTOR'S OFFICE XV. 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, cell phone, 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. 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 site in a manner which shall correspond to the weekly schedules. 23 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. 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 Trees 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, at the City's sole discretion, 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. 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. 24 XVI. Performance During Inclement Weather 1. 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. 2. 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. 3. The Contractor shall immediately notify the Parks and Trees Maintenance Superintendent when the work force has been removed from the job site due to inclement weather or other reasons. XVII. 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 Trees Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. XVIII. Pesticides 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 Contractors Orange County Agricultural Commissioners, "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 that a pesticide was used, within 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 ", 24 hours before application. 5. A list and Environmental Protection Agency numbers and Material Safety Data Sheets of all the pesticides Contractor intends to use for this contract, before any such use. 6. Contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent. 25 • 7. Pest Control Operator will be assigned to contract to apply restricted materials. 26 EXHIBIT A - Bid Unit Prices areXHI Costs BID UNIT COSTS Medians Unit Cost/Year 49 Area G St. X Balboa Blvd. 240.00 Balboa Blvd. - Medina Way to 21st St. (1) $152.00 Balboa Blvd. - Medina Way to 21st St. (2) $994.00 McFadden Interchange Medians $1306.00 Villa Way X 29th St. $152.00 M St. Median $415.00 Via Lido - Newport Blvd. to Via Operto $281.00 Newport Blvd. X Via Lido $713.00 Clubhouse X Finley 169.00 Balboa Blvd. - PCH to 32nd St. $1717.00 Superior Ave. north of PCH 1824.00 Newport Blvd. -.PCH to Industrial Way $4516.00 PCH - Santa Ana River to Newport Blvd. $8369.00 PCH - E. of Riverside Avenue $446.00 St. James Road X Kings Place $147.00 Margaret Dr. between Tustin & Irvine $31.00 Westcliff Dr. - Irvine Ave to Dover $1266.00 Triangular median - Westcliff XDover $615.00 Dover Dr. - Westcliff to PCH $3665.00 Wine Ave. - Westcliff to Dover 2381.00 Irvine Ave. - Dover to Holiday Road, $2336.00 Irvine Ave. - Santiago to University $6282.00 Jamboree Road - Bristol to PCH $22,930.00 I University Dr - Jamboree to MacArthur 360.00 Vista Del Sol 1948.00 Ford Road - Jamboree to San Miguel $5044.00 San Miguel - Ford Road to Avocado $11,485.00 San Joaquin -Spyglass to Backbay Rd. $21.428.00 i PCH - Dover to Newport Coast Dr. $20,737.00 MacArthur at PCH $165.00 49 r I r Af El Pasco Dr 450.00 Avocado - Waterfront to PCH $4459.00 Corinthian Way — West of MacArthur Blvd $143.00 Newport Place Drive — West of MacArthur Blvd. $584.00 MacArthur Blvd. —North of Jamboree 1182.00 Jatboree Road — Bristol to Campus Drive $3772.00 Balboa Blvd. at A Street 22.00 MacArthur Blvd — PCH to B ison $24531.00 Bonita Canyon Rd— MacArthur Blvd to Hwy 73 $7629.00 Park Avenue 3081.00 Total Cost /Year Total $167,967.00 50 0 0 Roadsides Unit Cost/Year 51 Area Cannery Village Parking Lot $1725.00 28th & 30th St Parking Lots 3701.00 McFadden Parking Lot $3932.00 19th St. Street end - bayside $111.00 Marina Park Parking Lot $1231.00 13th St. Street end - bayside $263.00 12th St. Street end - bayside $263.00 11 st St Street end - bayside $ 263.00 "F" St Street end - bayside 183.00 Palm Street Parking Lot $1507.00 Miramar Dr. and Balboa Blvd. $477.00 "I" St. Street end - bayside $250.00 "L" St Street end - oceanside $281.00 "M" St. St Street end - oceanside $218.00 Via Oporto X Central Parking Lot $1797.00 Short St X Newport Blvd. Roadside $1177.00 OCTA Bus Stop - Balboa Blvd. X 46th $201.00 OCTA Bus Stop - Balboa Blvd, X River 254.00 Newport Island entrance planters $334.00 37th - Olive St. Street ends off Seashore 321.00 Prospect Street ends off Seashore $18.00 Orange Street ends off Seashore $9.00 Summit St. planter $143.00 Cappy's trail/bench area $767.00 W. PCH Roadsides $12,693.00 Superior X PCH Parking Lot 8186.00 N.W. Quadrant- Newport Blvd. X PCH $5234.00 S.W. Quadrant - Newport Blvd. X PCH $1690.00 S.W. Quadrant - Newport Blvd. X PCH $4093.00 S.E. Quadrant - Newport Blvd. X PCH 3625.00 Newport Blvd. Roadsides $46,462.00 51 0 0 .-r Mariners Mile Parking Lot $5658.00 Rocky Point/Pelican Wall $401.00 Dover X Westcliff $3656.00 PCH Bayshore Soundwall 1462.00 OCfA Bus Stop - Bayshore Dr. X PCH $1177.00 Dover Dr. Arterials - WestclifY'to Mariners 5832.00 Dover Dr. Arterials -(I) Irvine Ave. to Mariners 451.00 Dover Dr. Arterials -(S) Irvine Ave. to Mariners $1864.00 W estcliff Dr. Arterial (Groves) 3005.00 WestclifiDr. X Santiago $321.00 Groves Bike Trail 7143.00 Irvine Ave. Arterial N of Private Road $1275.00 Tustin Avenue Streetend $210.06 Anniversary Lane Roadside $664.00 Jamboree Big Canyon Roadside $1922.00 Port Dunbar Drive Roadside $5649.00 Spyglass Hill Road Roadsides $14,686.00 San Joaquin Hills Road Roadsides $20.065.00 PCH - Seaward to Cameo Highlands 2211.00 Larkspur Street End Jasmine Street End 437.00 Femleaf Ramp 1025.00 Bayside Drive - Jamboree to Marguerite $6095.00 PCH - Jamboree to Avocado $11,788.00 PCH - Bayside Drive to Jamboree 2662.00 Jamboree - PCH to Bayside $1440.00 Promentory Bay Plaza 526.00 Promentory Point & Channel Walk $2100.00 Balboa Island Entrance 254.00 Balboa Island - Grand Canal Bridge $54.00 MacArthur Blvd. — PCH to San Miguel $11,347.00 Balboa Village $11,182.00 Entrance to Collins Island 45.00 Big Canyon Reservios along San Miguel $2292.00 West Side of Dover — PCH to Cliff Drive 71.00 Castaways Blufftop Trail $7134.00 52 r r 0 0 .0 Bayview Way —Across from Fletcher Jones Polaris slope across from WestcliffPark 4423.00 Lido/Peninsula Gateway Roadsides at Newport Blvd. x Via Lido/Short Street 1850.00 Total Cost /Year Total $246,033.00 53 0 9 t EXHIBIT B MEDIAN LOCATIONS Area Acres Area Description Irrigation P T H UID 0 G St. X Balboa Blvd. P,H Al 0.032 0.022 0.054 Balboa Blvd. - Medina Way to 21st St. (1) P WT 0.034 0.034 Balboa Blvd. - Medina Way to 21st St. (2) P NI,WT 0.223 0.223 McFadden Interchange Medians P,T,H Af 0.032 0.241 0.02 1 0.293 Villa Way X 29th St. P,H Al 0.02 0.014 0.034 M St. Median P,T,H Al 0.003 0.051 0.039 0.093 Via Lido - Newport Blvd. to Via Operto P,H AI 0.025 0.038 0.063 Newport Blvd. X Via Lido P,H Al 0.019 0.141 0.16 Clubhouse X Finley P,H AI 0.02 0.018 0.038 Balboa Blvd. - PCH to 32nd St. P,H Al 0.068 0.317 1 0.385 Superior Ave. north of PCH P,H Al 0.020 0.389 1 0.409 Newport Blvd. - PCH to Industrial Way P,H INO,WT 0.461 0.552 1.013 PCH - Santa Ana River to Newport Blvd. P,H AI 0.607 1.27 1.877 PCH - Mariners Mile P,H AI 0.016 0.077 0.100 St. James Road X Kings Place P,T Al 0.005 0.028 0.033 Margaret Dr. between Tustin & Irvine P NI,WT 0.007 0.007 Westcliff Dr. - Irvine Ave to Dover P,H INO,WT 0.132 0.152 0.284 Triangular median - Westcliff X Dover P,T,H AI 0.005 0.108 0.025 0.138 Dover Dr. - Westcliff to PCH P,H INO,WT 0.327 0.495 0.822 Irvine Ave. - Westcliff to Dover P,H Al 0.534 Irvine Ave. - Dover to Holiday Road P,H Al 0.524 Irvine Ave. - Santiago to University P,T,H AJ 0.057 0.966 0.386 1.409 Jamboree Road - Bristol to PCH P,T,H Al 0.068 3.363 1.712 5.143 University Dr - Jamboree to MacArthur T,H Al 0.112 0.172 0.254 Vista Del Sol P,T Al 0.121 0.316 0.437 Ford Road - Jamboree to San Miguel P,T,H Al 0.012 0.679 0.53 1.221 San Miguel - Ford Road to Avocado P,T,H Al 0.081 1.643 0.852 2.576 San Joaquin- Spyglass to Backbay Rd. P,T,H Al 0.735 2.697 1.374 206 • PCH — Dover to Newport Coast Drive P,H AT Turf H 1 UD 4,651 MacArthur at PCH H AI 0.037 0.037 El Pasco Dr P AI 0.101 0,101 Avocado - Waterfront to PCH P,T WT,AI 0.286 0.23 0.516 Corinthian Way — West of MacArthur Blvd. AI .032 Newport Place Drive — West of MacArthur Blvd. AI 0.131 MacArthur Blvd. — North of Jamboree AI 0.265 Jamboree Road — Bristol to Campus Drive AI 0.846 Balboa Blvd. at A Street AI .005 MacArthur Blvd. — PCH to Bison AT 5.502 Bonita Canyon Rd — MacArthur Blvd to Hwy 73 AT 1.711 Park Avenue P,H AI 0.587 0.104 0.691 Total Acreage 4.003 10.535 8.766 01 37.482 Leeend AD - AREA DESCRIPTION P Planter T Turf H Hardscape UD Undeveloped O Overall Area Measurement MR - IRRIGATION M Manual WT Water Truck NI No Irrigation INO Irrigation Not Operable AI Automated Irrigation 0 ROADSIDE LOCATIONS 0 Area Acres Area Desc. Irr P T H U/D O Cannery Village Parking Lot P,H Al 0.074 0.313 0.387 28th & 30th St. Parking Lots P,H WT,AI 0.115 0.715 0.83 McFadden Parking Lot P,H WT,AI 0.116 0.112 0.654 0.882 19th St. Street end - bayside P,H WT 0.013 0.012 0.025 Marina Park Parking Lot P,H M 0.037 0.239 0.276 13th St. Street end - bayside P BCH WT 0.059 0.059 12th St. Street end - bayside P BCH WT 0.059 0.059 I 1st St. Street end - bayside P BCH WT 0.059 0.059 "F" St. Street end - bayside P BCH NI,WT 0.041 0.041 Palm Street Parking Lot P,H AI 0.033 0.305 0.338 Miramar Dr. and Balboa Blvd. P,T,H AI 0.015 0.056 0.036 0.107 "I" St. Street end - bayside P,H NI,WT 0.043 0.013 0.056 "L" St. Street end - oceanside P,H NI,WT 0.048 0.015 0.063 "M" St. St. Street end - oceanside P,H M, WT 0.031 0.018 0.049 Via Oporto X Central Parking Lot P,H Al 0.036 0.367 0.403 Short St. X Newport Blvd. Roadside P,H Al 0.146 0.118 0.264 OCTA Bus Stop - Balboa Blvd. X 46th T,H AI 0.027 0.018 0.045 OCTA Bus Stop - Balboa Blvd. X River P,H Al 0.033 0.024 0.057 Newport Island entrance P,T,H Al 0.014 0.009 0.075 37th - Olive St. Street ends off Seashore P Al 0.011 0.072 Prospect Street ends off Seashore P M 0.004 0.004 Orange Street ends off Seashore P AI 0.002 0.002 Summit St. planter P,H Al 0.011 0.021 0.032 Cappy's trail/bench area P NI,WT 0.172 0.172 W. PCH Roadsides P,H At 0.849 1.998 2.847 Superior X PCH Parking Lot P,T,H AI 0.486 0.205 . 1.145 1.836 N.W. Quadrant - Newport Blvd. X PCH P,H AI 0.071 1.103 1.174 0 S.W. Quadrant - Newport Blvd, X PCH P,H AI 0.379 0.379 S.W. Quadrant - Newport Blvd. X PCH P,H Al 0.650 0.268 0.918 S.E. Quadrant - Newport Blvd. X PCH P,H Al 0.575 0.238 0.813 Newport Blvd. Roadsides P,H IN,O, WT 10.447 0.076 10.523 Mariners Mile Parking Lot P,H AI 0.079 1.19 1.269 RockyPoint/Pelican Wall P,H Al 0.054 0.036 0.090 Dover Westcliff P,T,H AI 0.066 0.636 0.118 0.820 PCH Bayshore Soundwall P,H AI 0.035 0.293 0.328 OCTA Bus Stop - Bayshore Dr. X PCH P,H AI 0.135 0.129 0.264 Dover Dr. Arterials - Westcliff to Mariners P Al 1.308 1.308 Dover Dr. Arterials -(N) Irvine Ave. to Mariners P M 0.101 0.101 Dover Dr. Arterials -(S) Irvine Ave. to Mariners P NI,WT 0.418 0.418 Westcliff Dr. Arterial (Groves) P,H AI 0.612 0.062 0.674 Westcliff Dr. X Santiago P,T,H AI 0.006 0.049 0.017 0.072 Groves Bike Trail P,H AI 0.056 0.354 1.192 1.602 Irvine Ave. Arterial N of Private Road P,T,H Al 0.018 0223 0.045 0.286 Tustin Avenue Streetend P,H Al 0.038 0.009 0.047 Anniversary Lane Roadside P WT 0.149 0.149 Jamboree Big Canyon Roadside P,H NI,WT 0.227 0.204 0.431 Port Dunbar Drive Roadside T,H AI 0.741 0.526 1.267 Spyglass Hill Road Roadsides P,T,H AI 1.607 0.499 1.188 3.294 San Joaquin Hills Road Roadsides P,T,H Al 2.245 1.323 1.022 4.590 PCH - Seaward to Cameo Highlands P NI,WT 0.496 0.496 Larkspur Street End P,H NI,WT 0.037 0.013 0.050 Jasmine Street End P,T,H NI,WT 0.014 0.059 0.025 0.098 Femleaf Ramp P,H Al 0.184 0.046 0.230 Bayside Drive - Jamboree to Marguerite P,H NI,WT 1.316 0.051 1.367 PCH - Jamboree to Avocado P,H Al 1.364 1.28 2.644 PCH - Bayside Drive to Jamboree P,H AI 0.018 0.579 0.597 Jamboree - PCH to Bayside P,H WT 0.202 0.12] 0323 Promentory Bay Plaza P,H Al 0.025 0.093 0.118 Promentory Point &Channel Walk P,H Al 0.26 0.211 0.471 Balboa Island Entrance P,H Al 0.028 0.029 0.057 Balboa Island - Grand Canal Bridge P Al 0.012 0.012 • MacArthur Blvd. — PCH to San Miguel Planter Al Turf H Hardscape UD 2.545 Balboa Village Overall Area Measurement Al 2.508 Entrance to Collins Island Al 0.010 Big Canyon Reservios along San Miguel AI 0.514 West Side of Dover — PCH to Cliff Drive WT 0.016 Castaways Blufftop Trail WT 1.60 Bayview Way — Across from Fletcher Jones WT .454 Polaris slope across from Westcliff Park Al .992 Lido/Peninsula Gateway Roadsides at Newport Blvd. x Via Lido /Short Street Al A15 Total Acreage 25.496 3.93 14.314 2.467 55.374 Legend AD - AREA DESCRIPTION P Planter T Turf H Hardscape UD Undeveloped O Overall Area Measurement ERR - IRRIGATION M Manual WT Water Truck NI No Irrigation INO Irrigation Not Operable AI Automated Irrigation 0 EXHIBIT C FREQUENCY FUNCTION FRE UENCY Irrigation Inspect on 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 Chemical Weed Control Twice /year Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre - emergent herbicide Three times per year Shrub, Vine, and Tree Maintenance Trim Six times /year Fertilize Twice /year (once/year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Pre-emergent herbicide Three times per year Hardscape Maintenance Five days/week Seven days/week and 5 days/week per Grounds Policing/Litter Removal .34 0 J Seven days/week and S days /week per -, Site Inspection p.34 Balboa Village Seven days/week McFadden Parking Lot Seven days/week 0 EXHIBIT D STANDARD MATERIALS E 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: Heads Toro 570 Pop Up (small turf areas) Rain Bird 3500 (small / medium turf areas) Rain Bird 5000 (medium turf areas) Toro 2001 (large turf areas) Toro 640 (large turf areas) Toro 570 Pop Up / Shrub Adapter (small slope & groundcover areas) Toro 300 Stream Rotor (medium slope & groundcover areas) Toro XP 300 Stream Rotor (large slopes & groundcover areas) Toro 500 Flood Bubbler (tree wells) Head model to be selected by the city, please contact Randy Kearns Parks Supervisor at (949) 644 -3082 to confirm. Controller Rain Master Evolution DX2 irrigation controller, contact John Torosian at Rain Master 805- 527-4498 Rain Master RME Sentar (contact city before using) Drip and specialized low - volume irrigation Rain Bird Xerigation Miscellaneous Febco 825Y RP Rain Bird #ST -03UL Snap Tite Connectors Rain Bird #PT -55 Snap Tite Sealer Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover Griswold DW Series Valve (Control Valve) , Griswold 2000 Series Valve (Master Valve) Matco 754 Series Full Port Ball Valve (potable) 0 • Mateo 300RWV Series water valve (reclaimed) Schedule 40 PVC Lateral Pipes Class 315 Main Supply Pipe (2" and larger) Schedule 40 PVC Main Supply Pipe (1 -1/2" and smaller) Rectangle Valve Box - Plastic -18 "L x 12 "W x 12 "D Round Valve Box - Plastic -10" Control Wire- U.F. 600 -Volt Direct Burial Copper with PVC Insulation. Rain Master EVFM Flow Sensor TURYTERTILIZERS, 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. 0 0 EXHIBIT E TECHNICAL MAINTENANCE SPECIFICATIONS I. GENERAL LANDSCAPE MAINTENANCE REQUIREMENTS 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 ". 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. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City sites. Contractor will keep all gutters, curbs, and walks adjacent to contract areas free of weeds, trash, and other debris. Contractor will keep sidewalks free of algae where constant runoff occurs. Leaves, paper, weeds, and any other debris will be removed from landscaped areas and disposed of off -site. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 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. Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 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. 30 0 • All insects, plant, turf diseases and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and Trees 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. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. All broken glass and sharp objects shall be removed immediately. All sand and wood chip areas abutting maintained areas shall be cleaned when dirtied by Contractor's operations and at other times as required. Trash cans provided by the City shall be inspected daily and 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. All concrete "AP' drains, to include the portion under the sidewalk, shall be kept free of vegetation, debris and algae to allow unrestricted water flow. 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. 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 Trees Maintenance Superintendent. 3. Failure to properly maintain drainage systems or to notify the Parks and Trees 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 31 0 0 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 rain. 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 Trees 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 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. 32 0 0 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 grass —' /< to 1 '/< inches. Bermuda grass — %s to % . b. Cool season turf grass including bluegrass, perennial rye, fescues — 1 % to 21/2 inches. c. Kikuya and St. Augustine turf grass — 1 '/< to 1 '/< 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. 33 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 sites 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 Trees Maintenance Superintendent. Quantities used must be submitted to the Parks and Trees 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. 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 '' /z" 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. 34 0 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. 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. 35 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 Trees 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 all 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. 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. 36 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. hnmediately notify the Parks and Trees 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 Trees 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. 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. 37 i 0 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: 1. Light standards and fixtures 2. Walls, fences, gates 3. Signage 38 4. Graffiti Hardscape Areas 1. General: (Applies to all hardscape maintenance areas) a. All hard surface areas shall be inspected five 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. 39 i 0 EXHIBIT F REQUIRED REPORTS 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report 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 sire inspection for all sites and a list of any repairs required) 4. 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 18. Monthly pest inspection list for all sites, performed by a Qualified Licensed Applicator 40 0 EXHIBIT G UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope .of work, including additions and deletions for work not performed, the Contract Amount 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 the specifications described in Exhibit E. FUNCTION COST/UNIT OF MEASURE TURF Turf Mow -Reel Blade Turf Mow- Rotary Blade Turf Mow and Clippings Picked Up Turf Edge Turf String Trim Turf Chemical Edge 6" Swath Turf Chemical Edge 12" Swath Turf Aerify Turf Fertilize Turf Dethatch/Renovate Turf Sweeping Flail Mow of Natural Areas HARDSCAPE Cleaning and weed abatement GROUNDCOVERS $2.00/1000 Sq. Ft. $2.00/1000 Sq. Ft. $3.00/1000 Sq. Ft. $1.00 /1000 Linear Ft. $1.00/ 1000 Linear Ft. $5.0011000 Linear Ft. $6.00/1000 Linear Ft. $3.00 /1000Sq.Ft. $2.00/1000 Sq. Ft. $200 /Acre $3.00/1000 Sq. Ft. $300 /Acre $4.00/1000 Sq. Ft. Mow $3.00/1000 Sq. Ft Edge $2.00/1000 Linear Ft. Fertilize $2.00/1000 Sq. Ft. 41 SHRUB PRUNING 1 -4 Feet, Lacing $4.00 /Shrub 1 -4 Feet, Hedging $4.00 /Shrub 4 plus Feet, Lacing $8.00 /Shrub 4 plus Feet, Hedging $6.00 /Shrub TREE PRUNING PEST CONTROL $20.00/Tree Turf disease/insect spray $30.00 /Hour Boom Application $6.00/1000 Sq. Ft. Hand Application $6.00 /1000 Sq. Ft. Turf Broadleaf Spray $65.00 /Each Boom Application $10.00 /1000 Sq. Ft. Hand Application $15.00 /1000 Sq. Ft Groundcover disease /insect spray $10.00 /1000 Sq. Ft. Shrub disease/insect spray $10.00 /1000 Sq. Ft. Soil Sterilant Applicant $15.0011000 Sq. Ft. Turf Pre - Emergent . $15.00 11000 Sq. Ft. Landscape Planter Weed Control $20.00/1000 Sq. Ft. General Weed Control Post Emergent $15.0011000 Sq. Ft. SHRUB PRUNING 1 -4 Feet, Lacing $4.00 /Shrub 1 -4 Feet, Hedging $4.00 /Shrub 4 plus Feet, Lacing $8.00 /Shrub 4 plus Feet, Hedging $6.00 /Shrub TREE PRUNING Up to 8 Feet $20.00/Tree PLANTING $30.00 /Hour 1 Gal. Shrub /Tree $8 /Each 5 Gal. Shrub $25 /Each 15 Gal. Shrub $65.00 /Each 24" Box Tree with root barriers $285 /Each 64 Count Flat Groundcover $20/Flat 16 Count 4" Flat Annual Color $30/Flat Turf -Seed and Top Dress $.60/1000 Sq. Ft. Turf -Sod $1.00 /1000 Sq. Ft. LABOR Landscape Maint. Laborer $25.00 /Hour Landscape Maint. Leadworker $30.00 /Hour Landscape Maint. Supervisor $35.00 /Hour Irrigation Specialist $45.00 /Hour Pest Control Applicator $45.00 /Hour Tree Trimmer $45.00/Hour Equipment Operator Heavy Equip. $45.00/Hour NEW AREAS Yearly Sq. Ft. for new median or Roadside $.12 /Sq. Ft[Year 42 0 • EQUIPMENT Full size 1 -ton Truck $1500.00/Per Month 43 E CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT V7 2005 Agenda Item No. 7 September 27, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, 949 - 644 -3055, mharmon .city.newport- beach.ca.us SUBJECT: Award of Landscape Maintenance Contract for Citywide Medians and Roadsides ISSUE: Should the City approve a five year contract with TruGreen Landcare to provide landscape maintenance services for Citywide medians and roadsides at an annual cost of $414,000? RECOMMENDATION: Approve the attached five year maintenance contract with TruGreen Landcare to provide landscape maintenance services for Citywide medians and roadsides at an annual cost of $414,000. Approve the attached budget amendment in the amount of $78,825 to fund the contract for the remaining nine months of the fiscal year. DISCUSSION: Background: In 1995, following an extensive study, it was determined to be in the City's best economic interest to maintain the landscaping of public medians and roadsides by contract services. In April 1996 the City entered into a five -year contract with California Landscape Maintenance (CLM) to perform contract landscape maintenance of these areas. Subsequently in January 2000, CLM was purchased by TruGreen Landcare (TGL) and TGL assumed the duties and responsibilities of the existing contract. In 2001, the City renewed the contract at the same cost for an additional five years. The contract was Citywide Medians t Roadsides Agreement September 27, 2005 Page 2 • year to year, but automatically renewable on an annual basis if the contractor is performing in a satisfactory manner. TGL could not continue to perform the duties and responsibilities at their current rate, $20,780 per month ($249,360 per year). TGL and the City mutually agreed to cancel the existing contract effective March 31, 2005. Staff completed a Request for Proposal (RFP) and a contract was awarded to Spectrum Care Landscape at an annual cost of $308,900. Shortly after awarding the contract to Spectrum Land Care, it became evident that the company was unable to provide the necessary staffing levels and maintenance detail necessary to complete the contract. On August 15, 2005, Spectrum Land Care delivered a 30 -day notice to the City to terminate landscape maintenance services. The contract allowed the contractor to give the City a 30 -day notice to terminate services. Attached is a follow -up letter, dated August 29, 2005, indicating that Spectrum Land Care will continue to work through September 30, 2005 to ensure a smooth transition with the new contractor. In response to Spectrum Land Care's termination of the contract, staff drafted an RFP for median and roadside landscape maintenance and mailed the RFP to 16 qualified contractors. Four of the 16 contractors attended the mandatory pre -bid meeting and tour on September 7, 2005 and two of those companies submitted proposals. The costs to provide the services are as follows: Monthly Annual TruGreen Landcare $34,500 $414,000 Midod Gardens Landscape $69,475 $833,700 TruGreen Landcare (TGL) submitted the lowest cost proposal that met all of the requirements of the RFP. Staff has reviewed the proposal and verified the submitted references and insurance policies submitted by TGL. TGL performs similar landscape maintenance in the Cities of San Clemente, Cerritos, and La Mirada, as well as the City of Newport Beach. Staff has visited the cities noted to verify the landscape maintenance levels. The attached proposed contract provides for landscape maintenance of City medians and roadsides. The contract with TGL is set to commence on October 1, 2005 and has the option of being extended for up to four (4) additional one (1) year terms. The contract does allow for a CPI increase, not to exceed 2% per year, starting in the second year (January 2007). This clause was included so we do not again experience a contractor being unable to provide sufficient resources to the C ity due to arise in costs for labor, materials, or operational costs such as insurance. Additionally, staff has removed the clause which allows the contractor to give the City a 30 -day notice to terminate services. 0 Citywide Medians nd Roadsides Agreement September 27, 2005 Page 3 Funding Availability: Funds were budgeted in the FY 04 -05 budget for the landscape maintenance of Citywide medians and roadsides in the amount of $308,900. Since funds were budgeted for the previous Spectrum Land Care bid, an additional $78,825 to fund the remainder of the fiscal year is requested to cover the increased contract costs in the attached budget amendment. Environmental Review: This project does not require environmental review. Prepared by: Submitted Mike Pisani, ialH, Deputy Director Director Attachment: (1) Proposed Contractor Agreement (2) Letter from Spectrum Land Care dated August 28, 2005 (3) Budget Amendment 9 0 0 CONTRACTOR SERVICE AGREEMENT WITH TRUGREEN LANDCARE, L.L.C. FOR LANDSCAPE MAINTENANCE OF CITY STREET MEDIANS AND ROADSIDES THIS AGREEMENT, entered into this day of September of 2005, ( "Commencement Date ") by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and Charter City ( "City "), and TRUGREEN LANDCARE, L.L.C., a limited liability California corporation located at 1150 W. Trenton Avenue, Orange, 92867 ( "Contractor" or TruGreen "), is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Prior to 1995, City maintained City street medians and roadsides using its own employees and equipment. Subsequently, City determined that it was in the City's best economic interests that these functions be performed by a private contractor. C. City desires to engage Contractor to provide landscaping and maintenance services to the City. D. In September 2005, City prepared a Request for Proposal (RFP) seeking proposals for landscape maintenance of City medians and roadside areas from qualified landscape maintenance companies. Contractor submitted the lowest bid among the firms that responded to the RFP. E. Contractor possesses the skill, experience, ability, background, certification, and knowledge to provide the services described in this Agreement. F. City has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render landscape and maintenance services under the terms and conditions set forth in this Agreement. G. 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. H. 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. 9 11 NOW, THEREFORE, it is mutually agreed by and between the undersigned as follows: 1. TERM Unless earlier terminated as outlined below, 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 or any extended term, unless the City notifies the Contractor in writing at least thirty (30) days before the end of the initial term or any extended term of its intent to terminate this Agreement at the conclusion of the initial term or any extension. City reserves the right to terminate the Agreement unilaterally at any time upon thirty (30) days written notice to Contractor. Time is of the essence in the performance of services under this Agreement. 2. SCOPE OF SERVICES A. In compliance with all terms and conditions of this Agreement, Contractor shall perform the landscape and maintenance services specifically described in, and in strict compliance with the requirements of Exhibit A ( "Scope of Work"), which services may be referred to herein as the "services" or "work" hereunder, at the median and roadside locations listed in Exhibit B. The services shall be performed at least as frequently as specified in Exhibit C. City shall have the right to alter the frequency of maintenance as necessary to ensure the 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 D. Contractor shall perform the work according to the Technical Maintenance Specifications outlined in Exhibit E. Reports shall be submitted by the Contractor in accordance with Exhibit F. Unit Prices and Costs for extra work are contained in Exhibit G. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement by reference. B. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. a b 0 • WORKMANSHIP. SUPERVISION AND EQUIPMENT 9 A. The Contractor shall provide a work force sufficient to perform the contract services. The Contractor shall comply with all State and Federal legal requirements regulating the right to work in the United States of America to ensure that all members of the work force have the legal right to perform work under this Agreement. Contractor shall make any records related thereto available to City within ten (10) days of receiving a written request for said records by the City. 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 ensuring that all employees adhere to the specifications outlined in this Agreement and the exhibits hereto. 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. Previous successful work force levels included: one (1) supervisor and fourteen (14) full -time positions, including one (1) leadworker, two (2) full -time. irrigation technicians each with a fully stocked vehicle, three (3) full -time positions to perform the mowing /turf maintenance, five (5) positions to perform detailed maintenance, two (2) positions to perform litter pickup and policing Citywide, and one (1) pesticide technician with a Qualified Applicators License. D. All Contractor personnel working under this Agreement shall be neat in appearance and dressed 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 employees working in or adjacent to traffic zones shall wear orange vests. E. All work shall be performed in accordance with the highest landscape and maintenance standards. F. All vehicles and equipment (mowers, etc.) used in conjunction with the work shall be in good working order and have appropriate safety guards. All vehicles 9 shall bear the identification of the Contractor and clearly include the following: "serving for 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. LICENSES FEES PERMITS AND ASSESSMENTS Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. FURTHER RESPONSIBILITIES OF PARTIES Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 6. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of Four Hundred and Fourteen Thousand Dollars ($414,000.00) per year ( "Contract Amount ") to perform all the work and services contemplated by and described in Exhibits A through F. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after receipt by the City, subject to any applicable offsets as outlined herein or in the attached exhibits. 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." On January 1, 2007 and every twelve (12) months thereafter during which the contract remains in effect, the Contract Amount shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 2% maximum adjustment increase set forth below. Such adjustment shall be made by multiplying the original Contract Amount by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made and the denominator of which is the value of the Consumer Z. # 0 Price Index for the same calendar month immediately prior to Commencement Date. 40 For example, if the adjustment is to occur effective June 1, 2007, the index to be used for the numerator is the index for the month of March 2007 and the index to be used for the denominator is the index for the month of March preceding the Commencement Date. The "Consumer Price Index" to be used in such calculation is the Consumer Price Index, All Urban Consumers (All Items), for the Los Angeles, Anaheim, Riverside Metropolitan Area, 2006 base year, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. The maximum increase to the Contract Amount, for any year where an adjustment is made in proportion to changes in the Consumer Price Index, shall not exceed 2% of the Contract Amount in effect immediately preceding such adjustment. This Agreement shall be governed by Section 1770 of the California State Labor Code and in accordance with the terms of the Southern California Master Labor Agreement, which has established a prevailing rate of per diem wages to be paid in the performance of this Agreement. The Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code Relating to prevailing wage rates (Sections 1770 -7981 inclusive). It shall be the sole obligation of the Contractor to comply with all labor laws, rules and regulations including, but not limited to, the requirement to pay prevailing wages and the City shall not be liable for any violation of any labor laws, rules and regulations. 7. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 5 H B. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit D in performing contract services. Any deviation from the materials described in Exhibit D shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 9, City shall reimburse Contractor for the actual cost, plus fifteen percent (15 %), of all irrigation 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 and within thirty (30) days of each anniversary of the Commencement Date. 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. 9. REPAIRIREPLACEMENT A. The Contractor shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the City's property, including plants and irrigation system equipment or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, except such losses or damages as may be caused by City's sole negligence or willful misconduct. B. Contractor shall advise the City Administrator of any damage to City equipment or property immediately upon becoming aware of the damage. C. 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. D. Contractor shall repair damaged irrigation pipes, controllers and valves only after the City Administrator has approved a written estimate of the cost of repair. E. 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 which has been damaged by the acts of Contractor or its employees. Contractor shall 6 I ! 0 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. 10. FAMILIARITY WITH WORK A. By executing this Agreement, Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Contractor warrants that Contractor has investigated the work sites and is fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City. B. City and Contractor agree that City has made no representation regarding the order or condition of any area or location for which Contractor is to provide services or 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. 11. HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work performed or services required by or provided under. this Agreement (including, without limitation, defects in workmanship andlor materials) or Contractor's presence or activities while on City property (including the negligent and/or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. Vi M 0 i 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. i. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California; however, in no event shall the Employer's Liability Insurance be less than one million dollars ($1,000,000) per occurrence. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than two million dollars ($2,000,000) combined single limit for each occurrence. E. - Endorsements. Each general liability, employer's liability and automobile liability insurance policy shall be endorsed with the following specific language: L The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 13. 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 12- • 0 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 orjoint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 14. 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. 01 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. 15. 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 ro 13 i • 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. 16. INCREASE OR DECREASE IN SCOPE OF WORK A. Contractor shall perform additional 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 any additional services provided in accordance with the unit prices specified in Exhibit G. 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 Exhibit A. 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. 17. 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. 18. WORK DEFICIENCES AND CORRECTIONS A. Irrigation - related work deficiencies shall be corrected within twenty -four (24) hours of written notification from the City or prior to the scheduled watering; whichever is earlier. Malfunctions resulting in continuously running water shall be repaired immediately. All other work deficiencies of Contractor shall be corrected in a timeframe per the City's discretion. Written notification may be hand delivered, e- mailed, faxed, or mailed. As soon as the Contractor has corrected the listed deficiencies, the Contractor shall notify the City and request inspection of the corrective work. Deficiencies listed in the Notice of Deficiency shall not be considered as having been corrected until the City has inspected ti 14 ! 0 the site to verify that the listed deficiencies have been corrected and has approved the corrective work in writing. B. Failure to correct the deficiencies listed in the Notice of Deficiency within the timeframe specified by the City (or within 24 hours in the case of irrigation - related deficiencies) may, in the City's sole discretion, result in action being taken by the City, including, but not limited to, (a) correcting the deficiency (using the City's own work force and/or by contracting out) and deducting any associated costs plus overhead incurred thereby from the total monthly compensation due the Contractor, (b) deletion of site(s) from the Contract and reducing the corresponding compensation for that month; (c) contracting with another vendor to perform the maintenance and other services required for the remainder of the term of the Contract with respect to the site where the deficiencies exist and deducting from the Contractor's total compensation under the contract any costs that City pays or becomes obligated to pay the new Contractor, including expenses City incurs over and above the monthly billing rate by the Contractor for that site; (d) terminating the agreement; and /or (e) taking any other action and exercising any other legal remedy available to the City under law. 19. REIMBURSEMENT FOR EXPENSES Contractor shall not be reimbursed for any disposal fees or other expenses. 20. PERFORMANCE BOND A. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement, unless such requirement is waived by the City Administrator. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. B. The performance bond required by this Agreement shall be satisfactory only if issued by a company qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City. 21. LABOR A. Contractor shall conforrn to all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair 10 Labor Standards Act. 12 i5 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. 22. NONDISCRIMINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, contractor, 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. 23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with this project. 24. 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. 25. 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. 13 0 iL 9 ® • 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, L.L.C. 1150 West Trenton Avenue Orange, CA 92867 26. TERMINATIONIDEFAULT 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 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. The Contractor may only terminate the Agreement in the event of nonpayment by the City. In the event of nonpayment by the City, Contractor shall give the City thirty (30) days written notice thereof and the City shall have fifteen (15) working days to cure the alleged breach. 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 retain funds withheld until the City Administrator determines that the contract services are performed as well and as frequently as required by this Agreement. is n • 11 27. COMPLIANCE WITH ALL LAWS All services rendered hereunder by Contractor shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 28. 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 chaeacter. 29. 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. 30. AMENDMENTS 0 This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 31. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 32. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 15 9 H 0 0 0 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By o--• -- _ Aaron C. C. Harp Assistant City Attorney ATTEST: LaVonne Harkless, City Clerk f: userslCAT /shared \Donna Bigi uGreen Contract - Medians.doc 16 M CITY OF NEWPORT BEACH A Municipal Corporation John Heffernan, Mayor City of Newport Beach CONTRACTOR: TRUGREEN LANDCARE, L.L.C. L ° Print Name: Title: (Corporate Officer) on Print Name: Title: (Corporate Financial Officer) M List of Exhibits 0 Exhibit A Scope of Work & Bid Unit Costs Exhibit B Median /Roadside Locations Exhibit C Maintenance Frequency Schedule Exhibit D Standard Materials Exhibit E Technical Maintenance Specifications Exhibit F Required Reports Exhibit G Unit Prices 17 0 0 ld 1l EXHIBIT A SCOPE OF WORK I. INTENT The intent of these specifications is to provide full and complete contract landscape maintenance at designated sites, herein described, and that such site be kept in a healthy, vigorous, and well -kept state at all times. II. DESCRIPTION OF PROJECT (SCOPE OF WORK) Contractor shall 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 programming, monitoring, maintenance, and repair. 6. General rodent, pest and disease control on landscape planting and turf. 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. 13. Drinking fountain maintenance. 14. Reporting for vandalism, graffiti, or any safety concerns. 15. Tree trimming trees under 8 feet. 0 0 It shall NOT be the Contractor's responsibility to maintain or repair: i 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 fi-om 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. 0 11. Hadscape repairs, (curbs, gutters, sidewalks, etc.) III. 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, except with written approval by the City Administrator. No Saturday or Sunday work is to be scheduled other than litter control and refuse, 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. IV. LEVEL OF MAINTENANCE 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. 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 20 21- to notify of a change and/or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date or week. Payment will be retained for work not performed until such time as the work is performed to City standard. 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. V. SUPERVISION OF CONTRACT 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. 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. VI. 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. VII. 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. VIII. STREET CLOSURES, DETOURS, BARRICADES Warning signs, lights, and devices shall be installed and displayed in conformity with "The California Manual on Uniform Traffic Devices" for use in performance of work 21 25 upon highways issued by the State of California, Department of Transportation and as directed by City staff. If the Contractor fails to provide and install any of the signs or traffic control devices required hereby or ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others, charge the costs therefore against the Contractor, and deduct the same from the next progress payment. IX. DISPOSAL At least 50% of all landscape debris will be disposed of through a landscape material recycling center or reused in some mamner. 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 or the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. X. RECORDS Contractor shall keep accurate records concerning all of its employees or agents and provide the City with names and telephone numbers of emergency contact employees. 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 and which has been approved by the City in accordance with the Agreement. Payment for any extra work will not be authorized unless the additional work, and costs thereof are first approved by the City in accordance with the Agreement. 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. 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 landscape 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. The Contractor shall permit the City to inspect and audit its books and records regarding City - provided services at any reasonable time. 22 1q • ! 9 XI. 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 after receiving notification. XII. 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 fungicide, herbicide or any required pesticide applications and plant replacements. XIII. 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. .A licensed Pest Control Operator must be provided to apply all restricted chemical materials. XIV. 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, cell phone, 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. XV. SCHEDULES Annual Schedule The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each site in a manner which shall correspond to the weekly schedules. 23 a5 # • 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. 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 Trees Maintenance Superintendent at least twenty -four (24) hours prior to the scheduled time for the work. I* n 5. Failure to notify of a change and /or failure to perform an item of work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date 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. 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. 24 2� • i 9 XVI. Performance During Inclement Weather 1. 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, 2. 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, 3. The Contractor shall immediately notify the Parks and Trees Maintenance Superintendent when the work force has been removed from the job site due to inclement weather or other reasons. XVII. 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 Trees Maintenance Superintendent and Underground Service Alert (1- 800 - 422 -4133) 48 hours before commencing any excavation, to locate underground service lines. XVIII. Pesticides 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 Contractors Orange County Agricultural Commissioners, "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 that a pesticide was used, within 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 ", 24 hours before application. 5. A list and Environmental Protection Agency numbers and Material Safety Data Sheets of all the pesticides Contractor intends to use for this contract, before any such use. 6. Contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent. 25 ?1 0 0 7. Pest Control Operator will be assigned to contract to apply restricted materials. 26 9 0 0 0 0 BXFiiBiT A - Bid Unit Prices and Costs BID UNIT COSTS Medians Unit Cost/Year FE A Area G St. X Balboa Blvd $240.00 Balboa Blvd. - Medina Way to 21st St. (1) $152.00 Balboa Blvd. - Medina Way to 21st St. (2) $994.00 McFadden Interchange Medians $1306.00 Villa Way X 29th St. $152.00 M St. Median $415.00 Via Lido - Newport Blvd. to Via Operto $281.00 Newport Blvd. X Via Lido $713.00 Clubhouse X Finley 169.00 Balboa Blvd. - PCH to 32nd St. $1717.00 Superior Ave. north of PCH $1824.00 Newport Blvd. -.PCH to Industrial Way $4516.00 PCH - Santa Ana River to Newport Blvd. $8369.00 PCH - E. of Riverside Avenue $446.00 St. James Road X Kings PIace $147.00 Margaret Dr. between Tustin .& Irvine $31.00 Westcliff Dr. - Irvine Ave to Dover $1266.00 Triangular median - Westcliff XDover $615.00 Dover Dr. - Westcliff to PCH $ 3665.00 Irvine Ave. - Westcliff to Dover 2381.00 Irvine Ave. - Dover to Holiday Road $2336.00 Irvine Ave. - Santiago to University $6282.00 Jamboree Road - Bristol to PCH $22,930.00 University Dr - Jamboree to MacArthur $360.00 Vista Del Sol $1948.00 Ford Road - Jamboree to San Miguel $5044.00 San Miguel - Ford Road to Avocado $11,485.00 San Joaquin - Spyglass to Backbay Rd. $21,428.00 PCH - Dover to Newport Coast Dr. $20,737.00 MacArthur at PCH $165.00 FE A 0 El Paseo Dr 450.00 Avocado - Waterfront to PCH $4459.00 Corinthian Way— West of MacArthur Blvd. $143.00 Newport Place Drive —West of MacArthur Blvd. $584.00 MacArthur Blvd. —North of Jamboree 1182.00 Jamboree Road — Bristol to Campus Drive 3772.00 Balboa Blvd. at A Street $22.00 MacArthur Blvd. — PCH to Bison $ 24531.00 Bonita Canyon Rd — MacArthur Blvd to Hwy 73 $ 7629.00 Park Avenue $3081.00 Total Cost / Year Total $167,967.00 50 E 11 I 0 0 0 Roadsides Unit Cost/Year 0 0 r 51 3t Area Cannery Village Parking Lot 1725 28th & 30th St, Parking Lots $3701.00 McFadden Parking Lot $3932.00 19th St. Street end - bayside $111.00 Marina Park Parking Lot $1231.00 13th St. Street end - bayside $263.00 12th St. Street end - bayside $263.00 I 1st St. Street end - bayside $263.00 t "F" St. Street end - bayside $183.00 Palm Street Parking Lot $1507.00 Miramar Dr. and Balboa Blvd. $477.00 "I" St. Street end - bayside $250.00 "L" St. Street end - oceanside $281.00 "M" St. St. Street end - oceanside $218.00 Via Oporto X Central Parking Lot $1797.00 Short St. XNewport Blvd. Roadside $1177.00 OCTA Bus Stop - Balboa Blvd. X 46th $201.00 OCTA Bus Stop - Balboa Blvd. X River 254.00 Newport Island entrance planters $334.00 37th - Olive St. Street ends off Seashore 321.00 Prospect Street ends off Seashore $18.00 Orange Street ends off Seashore $9.00 Summit St. planter $143.00 Cappy's traibbench area $767.00 W. PCH Roadsides $12,693.00 Superior X PCH Parking Lot $8186.00 N.W. Quadrant - Newport Blvd. X PCH $5234.00 S.W. Quadrant - Newport Blvd. X PCH $1690.00 S.W. Quadrant - Newport Blvd. X PCH $4093.00 S.E. Quadrant - Newport Blvd. X PCH 3625.00 Newport Blvd. Roadsides $46 462.00 51 3t F, Ap Mariners Mile Parking Lot $5658.00 RockyPoint/Pelican Wall $401.00 Dover Westcliff $3656.00 PCH Bayshore Soundwall 1462.00 OCTA Bus Stop - Bayshore Dr. X PCH $1177.00 Dover Dr. Arterials - Westcliff to Mariners $5832.00 Dover Dr. Arterials -(N) Irvine Ave. to Mariners 451.00 Dover Dr. Arterials -(S) Irvine Ave. to Mariners $1864.00 Westcliff Dr. Arterial (Groves) 3005.00 Westcliff Dr. X Santiago 321.00 Groves Bike Trail 7143.00 Irvine Ave. Arterial N of Private Road $1275.00 Tustin Avenue Streetend $210.00 Anniversary Lane Roadside $664.00 Jamboree Big Canyon Roadside $1922.00 Port Dunbar Drive Roadside 5649.00 Spyglass Hill Road Roadsides $14,686.00 San Joaquin Hills Road Roadsides $20.065.00 PCH - Seaward to Cameo Highlands 2211.00 Larkspur Street End Jasmine Street End 437.00 Femleaf Ramp 1025.00 Bayside Drive - Jamboree to Marguerite $6095.00 PCH - Jamboree to Avocado $11,788.00 PCH - Bayside Drive to Jamboree 2662.00 Jamboree - PCH to Bayside $1440.00 Promentory Bay Plaza 526.00 Promentory Point & Channel Walk $2100.00 Balboa Island Entrance 254.00 Balboa Island - Grand Canal Bridge $54.00 MacArthur Blvd. — PCH to San Miguel $11,347.00 Balboa Village $11,182.00 Entrance to Collins Island 45.00 Big Canyon Reservios along San Miguel 2292.00 West Side of Dover — PCH to Cliff Drive 71.00 Castaways Blufftop Trail 7134.00 52 E 0 11 32 0 \J Bayview Way — Across from Fletcher Jones 0 Polaris slope across from WestcfiffPark 4423.00 Lido/Peninsula Gateway Roadsides at Newport Blvd. x Via Lido/Short Street $ 1850.00 Total Cost /Year Total $246,033.00 53 33 I EXHIBIT B MEDIAN LOCATIONS 0 ;u Area Acres Area Description Irrigation P T H U/D O G St. X Balboa Blvd. P,H AT 0.032 0.022 0.054 Balboa Blvd. - Medina Way to 21st St. (1) P WT 0.034 0.034 Balboa Blvd. - Medina Way to 21 st St. (2) P NI,WT 0.223 0.223 McFadden Interchange Medians P,T,H AI 0.032 0.241 0.02 0.293 Villa Way X 29th St. P,H AT 0.02 0.014 0.034 M St. Median P,T,H AT 0.003 0.051 0.039 0.093 Via Lido - Newport Blvd. to Via Operto P,H AI 0.025 0.038 0.063 Newport Blvd. X Via Lido P,H AT 0.019 0.141 0.16 Clubhouse X Finley P,H AT 0.02 0.018 0.038 Balboa Blvd. - PCH to 32nd St. P,H AT 0.068 0.317 0.385 Superior Ave. north of PCH P,H AI 0.020 0.389 0.409 Newport Blvd. - PCH to Industrial Way P,H INO,WT 0.461 0.552 1.013 PCH - Santa Ana River to Newport Blvd. P,H AI 0.607 1.27 1.877 PCH - Mariners Mile P,H AI 0.016 0.077 0.100 St. James Road X Kings Place P,T AI 0.005 0.028 0.033 Margaret Dr. between Tustin & Irvine P NI,WT 0.007 0.007 Westcliff Dr. - Irvine Ave to Dover P,H INO,WT 0.132 0.152 0.284 Triangular median - Westcliff X Dover P,T,H AI 0.005 0.108 0.025 0.138 Dover Dr. - Westcliff to PCH P,H INO,WT 0.327 0.495 0.822 Irvine Ave. - Westcliff to Dover P,H AT 0.534 Irvine Ave. - Dover to Holiday Road P,H AI 0.524 Irvine Ave. - Santiago to University P,T,H AI 0.057 0.966 0.386 1.409 Jamboree Road - Bristol to PCH P,T,H AT 0.068 3.363 1.712 5.143 University Dr - Jamboree to MacArthur T,H AT 0.112 0.172 0.284 Vista Del Sol P,T AI 0.121 0.316 0.437 Ford Road - Jamboree to San Miguel P,T,H AI 0.012 0.679 0.53 1.221 San Miguel- Ford Road to Avocado P,T,H AI 0.081 1.643 0.852 2.576 San Joaquin - Spyglass to Backbay Rd. P,T,H AI 0.735 2.697 1.374 4.806 0 ;u 0 9 r PCH — Dover to Newport Coast Drive P,H AI Turf H Hardscape UD 4.651 MacArthur at PCH H AI 0.037 0.037 ElPaseo Dr P Al 0.101 0.101 Avocado - Waterfront to PCH P,T WT,AI 0.286 0.23 0.516 Corinthian Way — West of MacArthur Blvd. AI .032 Newport Place Drive — West of MacArthur Blvd. AI 0.131 MacArthur Blvd. — North of Jamboree Al 0.265 Jamboree Road — Bristol to Campus Drive Al 0.846 Balboa Blvd. at A Street Al .005 MacArthur Blvd. — PCH to Bison Al 5.502 Bonita Canyon Rd — MacArthur Blvd to Hwy 73 Al 1.711 Park Avenue P,H Al 0.587 0.104 0.691 Total Acreage 4.003 10.535 8.766 0 37.482 Legend 0 AD - AREA DESCRIPTION P Planter T Turf H Hardscape UD Undeveloped O Overall Area Measurement IiC7�1.�CictiAll Ll M Manual WT. Water Truck NI No Irrigation INO Irrigation Not Operable AI Automated Irrigation E 3S • • ROADSIDE LOCATIONS r 0 0 2 (� Area Acres Area Desc. Irr P T H U/D O Cannery Village Parking Lot P,H Al 0.074 0.313 0.387 281h & 30th St. Parking Lots P,H WT,AI 0.115 0.715 0.83 McFadden Parking Lot P,H WT,AI 0.116 0.112 0.654 0.882 19th St. Street end - bayside P,H WT 0.013 0.012 0.025 Marina Park Parking Lot P,H M 0.037 0.239 0.276 13th St. Street end - bayside P BCH WT 0.059 0.059 12th St. Street end - bayside P BCH WT 0.059 0.059 I 1st St. Street end - bayside P BCH WT 0.059 0.059 "F" St. Street end - bayside P BCH NI,WT 0.041 0.041 Palm Street Parking Lot P,H Al 0.033 0.305 0.338 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,WT 0.043 0.013 0.056 "L" St. Street end - oceanside P,H NI,WT 0.048 0.015 0.063 "M" St. St. Street end - oceanside P,H NI,WT 0.031 0.018 0.049 Via Oporto X Central Parking Lot P,H Al 0.036 0.367 0.403 Short St. X Newport Blvd. Roadside P,H Al 0.146 0.118 0.264 OCTA Bus Stop - Balboa Blvd. X 46th T,H Al 0.027 0.018 0.045 OCTA Bus Stop - Balboa Blvd. X River P,H Al 0.033 0.024 0.057 Newport Island entrance P,T,H Al 0.014 0.009 0.075 37th -Olive St. Street ends off Seashore P Al 0.011 0.072 Prospect Street ends off Seashore P M 0.004 0.004 Orange Street ends off Seashore P AI 0.002 0.002 Summit St. planter P,H Al 0.011 0.021 1 0.032 Cappy's trail bench area P NI,WT 0.172 0.172 W. PCH Roadsides PH AI 1 0.849 1.998 2.847 Superior X PCH Parking Lot P,T,H Al 0.486 0.205 1.145 Ell 1.836 N.W. Quadrant - Newport Blvd, X PCH P,H Al 0.071 3 1.174 0 0 2 (� 1 `n`,, � . 9 • • S.W. Quadrant - Newport Blvd. X PCH P,H AI 0.379 0.379 S.W. Quadrant - Newport Blvd. X PCH P,H Al 0.650 0.268 0.918 S.E. Quadrant - Newport Blvd. X PCH P,H Al 0.575 0.238 0.813 Newport Blvd. Roadsides P,H IN,O, WT 10.447 0.076 10.523 Mariners Mile Parking Lot P,H Al 0.079 1.19 1.269 Rocky Point/Pelican Wall P,H Al 0.054 0.036 0.090 Dover X Westcliff P,T,H Al 0.066 0.636 0.118 0.820 PCH Bayshore Soundwall P,H AI 0.035 0.293 0.328 OCTA Bus Stop - Bayshore Dr. X PCH P,H AI 0.135 0.129 0.264 Dover Dr. Arterials - Westcliff to Mariners P Al 1.308 1.308 Dover Dr. Arterials -(N) Irvine Ave. to Mariners P M 0.101 0.101 Dover Dr. Arterials -(S) Irvine Ave. to Mariners P NI,WT 0.418 0.418 Westcliff Dr. Arterial (Groves) P,H Al 0.612 0.062 0.674 Westcliff Dr. X Santiago P,T,H AI 0.006 0.049 0.017 0.072 Groves Bike Trail P,H Al 0.056 0.354 1.192 1.602 Irvine Ave. Arterial N of Private Road P,T,H Al 0.018 0.223 0.045 0.286 Tustin Avenue Streetend P,H Al 0.038 0.009 0.047 Anniversary Lane Roadside P WT 0.149 0.149 Jamboree Big Canyon Roadside P,H NI,WT 0.227 0.204 0.431 Port Dunbar Drive Roadside T,H Al 0.741 0.526 1.267 Spyglass Hill Road Roadsides P,T,H Al 1.607 0.499 1.188 3.294 San Joaquin Hills Road Roadsides P,T,H Al 2.245 1.323 1.022 4.590 PCH - Seaward to Cameo Highlands P NI,WT 0.496 0.496 Larkspur Street End P,H NI,WT 0.037 0.013 0.050 Jasmine Street End P,T,H NI,WT 0.014 0.059 0.025 0.098 Femleaf Ramp P,H Al 0.184 0.046 0.230 Bayside Drive - Jamboree to Marguerite P,H NI,WT 1.316 0.051 1.367 PCH - Jamboree to Avocado P,H AI 1.364 1.28 2.644 PCH - Bayside Drive to Jamboree P,H Al 0.018 0.579 0.597 Jamboree - PCH to Bayside P,H WT 0.202 0.121 0.323 Promentory Bay Plaza P,H Al 0.025 0.093 0.118 Promentory Point & Channel Walk P,H AI 0.26 0.211 0.471 Balboa Island Entrance P,H AI 0.028 0.029 0.057 Balboa Island - Grand Canal Bridge P AI 0.012 0.012 5-) 0 } MacArthur Blvd. — PCH to San Miguel Planter Al Turf H Hardscape UD 2.545 Balboa Village Overall Area Measurement AI 2.508 Entrance to Collins Island Al 0.010 Big Canyon Reservios along San Miguel Al 0.514 West Side of Dover— PCH to Cliff Drive WT 6.016 Castaways Blufftop Trail WT 1.60 Bayview Way — Across from Fletcher Jones WT .454 Polaris slope across from Westcliff Park Al .992 Lido/Peninsula Gateway Roadsides at Newport Blvd. x Via Lido /Short Street Al .415 Total Acreage 25.496 3.93 14.314 2.467 55.374 Legend AD - AREA DESCRIPTION P Planter T Turf H Hardscape UD Undeveloped O Overall Area Measurement IRR - IRRIGATION M Manual WT Water Truck NI No Irrigation INO Irrigation Not Operable Al Automated Irrigation 1] 36 0 E • EXHIBIT C FREQUENCY FUNCTION 11FREOUENCY Inspection Weekl .Irrigation 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 Chemical Weed Control Twice/year Ground Cover Maintenance Trim Monthly Fertilize Twice/year Pest and Weed control As needed Visual Inspection Weekly Pre - emergent herbicide Three times per year Shrub, Vine, and Tree Maintenance Trim Six times/year Fertilize Twice/year (once/year for trees) Restake /Check Each site visittevery two weeks min. Visual Inspection Weekly Pre-emergent herbicide Three times per year Hardscape Maintenance Five days /week Seven days /week and 5 days/week per Grounds PolicingfLitter Removal p.34 >5. t Seven days/week and 5 days /week per Site Inspection p.34 Balboa Village Seven days /week McFadden Parking Lot Seven days/week I* • EXHIBIT D 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: Heads Toro 570 Pop Up (small turf areas) Rain Bird 3500 (small / medium turf areas) Rain Bird 5000 (medium turf areas) Toro 2001 (large turf areas) Toro 640 (large turf areas) Toro 570 Pop Up / Shrub Adapter (small slope & groundcover areas) Toro 300 Stream Rotor (medium slope & groundcover areas) Toro XP 300 Stream Rotor (large slopes & groundcover areas) Toro 500 Flood Bubbler (tree wells) Head model to be selected by the city, please contact Randy Kearns Parks Supervisor at (949) 644 -3082 to confirm. Controller Rain Master Evolution DX2 irrigation controller, contact John Torosian at Rain Master 805- 527 -4498 Rain Master RME Sentar (contact city before using) Drip and specialized low - volume irrigation Rain Bird Xerigation Miscellaneous Febco 825Y RP Rain Bird #ST -03UL Snap Tire Connectors Rain Bird #PT -55 Snap Tite Sealer Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover Griswold DW Series Valve (Control Valve) Griswold 2000 Series Valve (Master Valve) Mateo 754 Series Full Port Ball Valve (potable) q ( 0 Matco 300RWV Series water valve (reclaimed) Schedule 40 PVC Lateral Pipes Class 315 Main Supply Pipe (2" and larger) Schedule 40 PVC Main Supply Pipe (1 -1/2" and smaller) Rectangle Valve Box - Plastic -18 "L x ITV x 12 "D Round Valve Box - Plastic -10" 0 Control Wire- U.F. 600 -Volt Direct Burial Copper with PVC Insulation. Rain Master EVFM Flow Sensor 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. UV 0 0 EXHIBIT E TECHNICAL MAINTENANCE SPECIFICATIONS I. GENERAL LANDSCAPE MAINTENANCE REQUIREMENTS 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'. 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. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City sites. Contractor will keep all gutters, curbs, and walks adjacent to contract areas free of weeds, trash, and other debris. Contractor will keep sidewalks free of algae where constant runoff occurs. Leaves, paper, weeds, and any other debris will be removed from landscaped areas and disposed of off -site. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 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. Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 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. 30 45 0 All insects, plant, turf diseases and other like pests shall be controlled by the Contractor. Any control measures should be approved first by the Parks and Trees 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. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. All broken glass and sharp objects shall be removed immediately. All sand and wood chip areas abutting maintained areas shall be cleaned when dirtied by Contractor's operations and at other times as required. Trash cans provided by the City shall be inspected daily and 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. 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. 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. 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 Trees Maintenance Superintendent. 3. Failure to properly maintain drainage systems or to notify the Parks and Trees 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 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 31 yk{ • • 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 rain. 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 Trees 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 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. 32 ({J • 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. Pickup all litter prior to mowing. 2. Mow turf to the following heights: a. Wann season turf grass — % to 1 '/, inches. Bermuda grass —!/2 to % . b. Cool season turf grass including bluegrass, perennial rye, fescues — 1 '/2 to 2 '/x inches. c. Kikuya and St. Augustine turf grass —1 '/. to I % 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. 33 uG 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 sites 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 Trees Maintenance Superintendent. Quantities used must be submitted to the Parks and Trees 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. 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 '' /z" 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. 34 Un • 0 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. 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. 35 A u6 0 9 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 Trees 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 all 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. 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. 36 �t • • k. Bark mulch should be replaced as necessary. 9 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 Trees Superintendent if any of the above conditions exists. f. Except for emergency removal, no treelshrub 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 Trees 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. 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. 37 0 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 corder 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: 1. Light standards and fixtures 2. Walls, fences, gates 3. Signage 38 6� • w 4. Graffiti Hardscape Areas 1. General: (Applies to all hardscape maintenance areas) a. All hard surface areas shall be inspected five 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. 39 0 5-V EXHIBIT F REQUIRED REPORTS 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report 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 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 0 sire inspection for all sites and a list of any repairs required) Monthly irrigation controller programming charts Extra work approval list Weekly maintenance inspection list for all sites Manual irrigation schedule Annual pesticide safety training records Required tailgate safety meeting records Monthly maintenance report Monthly greenwaste recycling report Water truck Schedule Monthly pest inspection list for all sites, performed by a Qualified Licensed Applicator 40 51) EXHIBIT G UNIT PRICES A. The Contractor agrees that for requested and /or required changes in the scope of work, including additions and deletions for work not performed, the Contract Amount 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 the specifications described in Exhibit E. FUNCTION COST /UNIT OF MEASURE TURF Turf Mow -Reel Blade $2.00/1000 Sq. Ft. Turf Mow -Rotary Blade $2.00/1000 Sq. Ft. Turf Mow and Clippings Picked Up $3.00 /1000 Sq. Ft. Turf Edge $1.00 /1000 Linear Ft. Turf String Trim $1.00 /1000 Linear Ft. Turf Chemical Edge 6" Swath $5.0011000 Linear Ft. Turf Chemical Edge 12" Swath $6.00/1000 Linear Ft. Turf Aerify $3.00 /1000Sq.Ft. Turf Fertilize $2.00 /1000 Sq. Ft. Turf Dethatch/Renovate $200 /Acre Turf Sweeping $3.00/1000 Sq. Ft. Flail Mow of Natural Areas $300 /Acre HARDSCAPE Cleaning and weed abatement $4.00/1000 Sq. Ft. GROUNDCOVERS Mow $3.00/1000 Sq. Ft Edge $2.00/1000 Linear Ft. Fertilize $2.00/1000 Sq. Ft. • 41 5't • • PEST CONTROL Turf disease /insect spray Boom Application $6.00 /1000 Sq. Ft. Band Application $6.00/1000 Sq. Ft. Turf Broadleaf Spray Boom Application $10.00 /1000 Sq. Ft. Hand Application $15.00 /1000 Sq. Ft Groundcover diseaselinsect spray $10.00 /1000 Sq. Ft. Shrub disease /insect spray $10.00 /1000 Sq. Ft. Soil Sterilant Applicant $15.00/1000 Sq. Ft. Turf Pre-Emergent $15.00 /1000 Sq. Ft. Landscape Planter Weed Control $20.00/1000 Sq. Ft. General Weed Control Post Emergent $15.0011000 Sq. Ft. SHRUB PRUNING 1 -4 Feet, Lacing $4.00 /Shrub 1 -4 Feet, Hedging $4.00 /Shrub 4 plus Feet, Lacing $8.00 /Shrub 4 plus Feet, Hedging $6.00 /Shrub TREE PRUNING Up to 8 Feet $20.00/Tree PLANTING I Gal. Shrub/Tree $8 /Each 5 Gal. Shrub $25 /Each 15 Gal. Shrub $65.00 /Each 24" Box Tree with root barriers $285 /Each 64 Count Flat Groundcover $20/Flat 16 Count 4" Flat Annual Color $30 /Flat Turf -Seed and Top Dress $.60 11000 Sq. Ft. Turf -Sod $1.00 /1000 Sq. Ft. LABOR Landscape Maint. Laborer $25.00 /Hour Landscape Maint. Leadworker $30.00 /Hour Landscape Maint. Supervisor $35.00 /Hour Irrigation Specialist $45.00 /Hour Pest Control Applicator $45.00 /Hour Tree Trimmer $45.00 /Hour Equipment Operator Heavy Equip. $45.00 /Hour NEW AREAS Yearly Sq. Ft. for new median or Roadside $.12/Sq. Ft/Year 42 �'4 0 0 EQUIPMENT Full size 1 -ton Truck $1500.00/Per Month 43 P 54 0 .0812912005 11:14 9496910 SPECTRUM CA* August 29, 2005 city of Newport Bead, 3300 Newport Blvd. P.O. Box 1768 i Newport @oath, CA 92658-8915 Attn: Mr. Dan P. Sereno Dear Mr. 5ereno, j Spectrum Care has appreciated the opportunity to work with and for the City of New Beach since April 1, 2005. Although Spectrum Care had some staffing issues at the beginnin of the contract, I feel we have invested in numerous resources i.e. tabor, supervision, equipment, vehicles, etc.... to make this a successful business venture for both the City of Newpol Beach and Spectrum Care. It has become dear that no matter how many resources we put on the job, it doesn't i t conthe job done in the "time frames" that the city desires. we feel we have gimn 100% and will tinue to do so. Having said this, I would like you to accept this wri teo correspondence as 30 day termination of landscape maintenance services, effective August 15, 2005 between to city of Newport Beach and Spectrum Care. As we discussed during our phone conversation on August 26, 2005. Spectrum Csre f ,n stay on Me job until September 30, 2005. This extended time hopefully will assist the City oNewport Beach with the transitioning of a new contractor into the medians and streetscapes tract. It was also agreed upon between you and myself, that there would be no fee deducti" in our monthly contract. Spectrum Care wig continue to dedicate our site :Ralf to the job until Septlernber 30, 2005. We will do everything °reasonable" to make the transition from Spectrum Care to the "incoming contracboe a "professional- transition. Should you have any questions, please contact me at my office (949) 454 -6900. Y Sincerely, SPECTRUM CARE t all 1M/sv /ufer /spea'are I/Mtn/d!y newpon bead, 062905 I:T�'�'.'- '•x-71 Dan P. Serano Parfet and Trees Malr�enmwe superintendent 27181 Burbank, Foothill Ranch, CA 92610 • (949.1454-6900 FAX (949) 454 -6910 - www.speetrumcarelandscape.com 511 ! • CITY OF NEWPORT BEACH REQUEST FOR FUNDS Date September 27, 2005 TO: Administrative Services Director FROM: General Services Director SUBJECT: Request for Funds Request for additional funds S78,825 Funds are not available in the current budget. Additional appropriation to the account number noted below is requested: Parks (Division 3170) 3170 -8080 Services — Prof & Tech NOC $78,825 The funds are needed for to cover the increased costs of landscape maintenance services of roadsides and medians through oy the 7� /� City. // Services Director Approved: City Manager Administrative Services Director E. 0 0 5`6 Wity of Newport BeaC* NO. BA- 06BA -018 BUDGET AMENDMENT 2005 -06 AMOUNT: $7s,azs.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations for median and roadside landscape maintenance. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 General Fund - Fund Balance IDREVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Description Description 3170 General Services - Parks 8080 Services Professional & Technical Signed: Financial Approval: Administrativ ervices Director 40 Signed: Administrative Appr al: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $78,825.00 " Aufo fic $78,825.00 Date ,s•G Q d S DatLe Date