Loading...
HomeMy WebLinkAboutC-3880 - Contractor Agreement to Provide Landscape Maintenance for City Parks and FacilitiesAMENDMENT NO. FOUR TO CONTRACTOR AGREEMENT WITH TRUGREEN LANDSCAPE TO PROVIDE LANDSCAPE MAINTENANCE FOR M CITY PARKS AND FACILITIES THIS AMENDMENT NO. FOUR TO CONTRACTO�r REEMENT ( "Amendment No. Four"), is entered into as of this day of 0T2, by and between the CITY OF NEWPORT BEACH, a California Municipal corporation ( "City "), and TRUGREEN LANDCARE, a Delaware Limited Liability Company whose address is 1323 West 130th Street, Gardena, California, 90247 ( "Contractor "), and is made with reference to the following: RECITALS: A. On August 12, 2008, City and Contractor entered into an Agreement for landscaping and maintenance services for the City's parks and facilities ( "Agreement "). B. On July 14, 2009, City and Contractor entered into an amendment to the Agreement to increase the scope of work and compensation to include landscaping and maintenance services for Coastal Peak Park ( "Amendment No. One "). C. On September 14, 2010, City and Contractor entered into an amendment to the Agreement to reflect reduced costs and decreased frequency of certain services ( "Amendment No. Two "). D. On August 1, 2011, City and Contractor entered into an amendment to the Agreement to reflect an increase in the scope of work and compensation to include landscape maintenance for Balboa Yacht Basin ( "Amendment No. Three "). F. By way of a competitive bidding process, Contractor has been selected to provide landscape maintenance services to Buck Gully at a fixed monthly cost. G. City desires to enter into this Amendment No. Four to reflect the addition of landscape maintenance services at Buck Gully to the Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK Section 2, subpart A of the Agreement shall be supplemented to include the addition of services at the frequency as described in the Maintenance and Fequency Schedule attached hereto as Exhibit A and incorporated herein by reference. The services shall be conducted at the locations depicted in the Map of Lower Buck Gully attached hereto as Exhibit B and incorporated herein by reference. TrueGreen Landcare, LLC Page 1 2. COMPENSATION Section 6, paragraph 1 of the Agreement shall be amended hereby and the following is substituted in its entirety: City shall pay to Contractor an amount not to exceed Eight Hundred Forty Five Thousand Two Hundred Dollars and no /100 ($845,200.00) per Agreement year without prior written authorization from City ( "Total Amended Annual Compensation "). Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specificed in Section entitiled "Notices" in the Agreement. 2.1 The Total Amended Annual Compensation reflects the addition of Eighteen Thousand Dollars and no /100 ($18,000.00) per Agreement year. 3. INSURANCE Section 12 of the Agreement shall be amended hereby and the following is substituted in its entirety: 12.1 Provision of Insurance. Without limiting Contractors indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 12.2 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 12.3 Coverage Requirements. 12.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, officials, employees and agents. 12.3.2 General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at TrueGreen Landcare, LLC Page 2 least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 12.3.3 Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 12.4 Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 12.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 12.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability (if required), shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 12.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. 12.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 12.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 12.5.1 Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this TrueGreen Landcare, LLC Page 3 contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 12.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 12.5.3 Right to Review Subagreements. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. 12.5.4 Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 12.5.5 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 12.5.6 Self- insured Retentions. Any self- insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. 12.5.7 City Remedies for Non Compliance If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this agreement, or to suspend Contractors right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. 12.5.8 Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. 12.5.9 Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. TrueGreen Landcare, LLC Page 4 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES NEXT PAGE] TrueGreen Landcare, LLC Page 5 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. Four on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: U3/11 By: 1:—v , Aaron C. Harp City Attorney CITY OF NEWPORT BEACH, A California municipal corporation Date: T2T1� By: Dave i I�pCity Manager ATTEST: ''`�� CONTRACTOR: TRUGREEN Date: �v' p—LANDSCAPE SERVICES, a Delaware Limited Liability Company Date: By: ,! <. Leilani I. BrownRory Malone City Clerk r Branch Manager ( �r Date: `irk/iZ By: l Timothy Martinez Southwest Regional Manager Attachments: Exhibit A — Maintenance Frequency Schedule Exhibit B — Map of Lower Buck Gully Exhibit C — Monthly Cost of maintenance A 11-00756/f.-1 appsl caticycoml wpdocsld0251 p005100013529. doc TrueGreen Landcare, LLC Page 6 EXHIBIT A Maintenance Frequency Schedule FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times /year Vertical Mow Once /year Aerate Twice /year, Four times for Sports Fields Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Perennial Rye Seed Twice /year Gypsum Application Once /year, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre- emergent Application Twice /year Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (once /year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Oak Trees - Liquid Iniect/Drench Once /year Hardscape Maintenance Six days /week, Seven days /week Memorial Dav thru Labor Day Grounds Policing /litter Removal, Including Six days /week, Seven days /week Specialty /Sports Areas and Park Amenities Memorial Day thru Labor Da Site Inspection Six days /week, Seven days /week Memorial Day thru Labor Da TrueGreen Landcare, LLC Page A -1 EXHIBIT A (Continued) FUNCTION FREQUENCY Sandalwood chip areas Cleaned and raked Six days /week, Seven days /week Memorial Day thru Labor Da Rototilled Four times /year Drinking Fountains Six days /week, Seven days /week Memorial Day thru Labor Da Native Area Maintenance Weed Control As needed Tree Handwatering Weekly The City Administrator and Contractor may agree to a modification of this Schedule. TrueGreen Landcare, LLC Page A -2 EXHIBIT Bo Map of Lower Buck Gully EXHIBIT C Monthly Cost of Maintenance Name Location Monthly Cost Annual Cost Lower Buck Gully $1,260.00 $15,120.00 Additional funds for unforeseen repairs $2,880.00 Total Annual Increase $18,000.00 TrueGreen Landcare, LLC Page C -1 AMENDMENT NO. THREE TO CONTRACTOR AGREEMENT WITH TRUGREEN LANDSCAPE TO PROVIDE LANDSCAPE MAINTENANCE FOR CITY PARIS AND FACILITIES THIS AMENDMENT NO. THREE TO CONTRACTOR AGREEMENT ( "Amendment No. Three ") is entered into as of this 1 day of August, 2011, by and between the CITY OF NEWPORT BEACH, a California Municipal corporation ( "City "), and TRUGREEN LANDCARE, LLC, a Delaware limited liability company corporation whose address is 1323 West 1301h Street, Gardena, California, 90247 ( "Contractor "), and is made with reference to the following: RECITALS: A. On August 12, 2008, City and Contractor entered into an Agreement for landscaping and maintenance services for the City's parks and facilities ( "Agreement "). B. On July 14, 2009, City and Contractor entered into an amendment to the Agreement to increase the scope of work and compensation to include landscaping and maintenance services for Coastal Peak Park ( "Amendment No. One "). C. On September 14, 2010, City and Contractor entered into an amendment to the Agreement to reflect reducedcosts and decreased frequency of certain services ( "Amendment No. Two "). D. Contractor provides landscape and maintenance services for City parks and facilities ( "Project "). E. By way of a competitive bidding process, Contractor has been selected to provide landscape maintenance services to the Balboa Yacht Basin. F. City desires to enter into this Amendment No. Three to reflect the addition of landscape maintenance services at the Balboa Yacht Basin. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK Section 2, subpart A of the Agreement shall be supplemented to include the addition of services at the frequency as described in Exhibit A and at the locations described in Exhibit B. All exhibits are attached hereto and incorporated herein by reference. Page 11 2. COMPENSATION Section 6, paragraph 1 of the Agreement shall be amended hereby and the following is substituted in its entirety: City shall pay to Contractor an amount not to exceed Eight Hundred Twenty Seven Thousand Two Hundred Dollars and no /100 ($827,200.00) per Agreement year without prior written authorization from City ( "Total Amended Annual Compensation "). Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specificed in Section entitiled "Notices" in the Agreement. 2.1 The Total Amended Annual Compensation reflects the addition of Seven Thousand Two Hundred and no /100 ($7,200.00) per Agreement year. 4. INSURANCE A. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. The cost of such insurance shall be included in Contractor's bid. B. Coverage and Limit Requirements. i. Workers' Compensation. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and employer's liability insurance with limits of at least one million dollars ($1,000,000) each type for Contractor's employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the required certificate of insurance, a copy of such waiver of subrogation endorsement. ii. General Liability. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) General Aggregate and two million dollars ($2,000,000) Products and Completed Operations Aggregate for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. Coverage shall be at least as broad as that provided by Insurance Services Office form CG 00 01. None of the policies required herein Page 12 shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing. iii. Automobile Liability. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non - owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. iv. Builders Risk. For Agreements or Contracts with Construction /Builders Risk property exposures, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special form causes of loss with limits equal to one hundred percent (100 %) of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and /or Flood. City shall be included as an insured on such policy, and Contractor shall provide the City with a copy of the policy. C. Other Insurance Provisions or Requirements i. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and an additional insured endorsement for general liability. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current evidence of insurance shall be kept on file with City at all times during the term of this Agreement. All of the executed documents referenced in this Agreement must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bond documentation. City reserves the right to require complete, certified copies of all required insurance policies, at any time. ii. General liability insurance provisions Primary and excess or umbrella liability policies are to contain, or be endorsed to contain, the following provisions: a. City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor. The coverage shall contain no special limitations on the scope Page 13 of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. Contractor shall submit to City a copy of the additional insured endorsement along with the required certificates of insurance. b. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. c. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. D. 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. E. Notice of Cancellation. Contractor agrees to oblige its insurance broker and insurers to provide to City with 30 days notice of cancellation (except for nonpayment for which 10 days notice is required) or nonrenewal of coverage for each required coverage except for builder's risk insurance. The builder's risk policy will contain or be endorsed to contain a provision providing for 30 days written notice to City of cancellation or nonrenewal, except for nonpayment for which 10 days notice is required. F. Self- Insured Retentions. Contractor agrees not to self- insure or to use any self- insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self- insure its obligations to City. If contractor's existing coverage includes a self- insured retention, the self- insured retention must be declared to City. City may review options with the contractor, which may include reduction or elimination of the self- insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. Timely Notice of Claims. Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. Page 14 H. Waiver. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. I. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. J. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. K. City's Remedies. City shall have the right to order the Contractor to stop Work under this Agreement and /or withhold any payment(s) that become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. In the alternative, City may purchase the required coverage and charge Contractor the cost of the premiums or deduct the cost from Contractor's payments. L. Coverage not Limited. All insurance coverage and limits provided by contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this agreement or any other agreement relating to the city or its operations limits the application of such insurance coverage. M. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Services under this or any other contract or agreement with the City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and /or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. Page 15 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES NEXT PAGE] Page 16 APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By. 41 a // Leonie Mulvihill Assistant City Attorney ATTEST: By: /A —' Leilani I. Brown City Clerk o�a� Rree �crcpnN`� CITY OF NEWPORT BEACH, A California Municipal Corporation imlagnrl _ \ City Manager CONTRACTOR: Trugreen Landcare LLC, Delaware limited liability company By: N e: Kenn tites Title: Bra ch ana er Name: [END OF SIGNATURES] Attachments: Exhibit A — Maintenance Frequency Schedule Exhibit B — Site Location Page 17 EXHIBIT A Maintenance Frequency Schedule FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times /year Vertical Mow Once /year Aerate Twice /year, Four times for Sports Fields Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Perennial Rye Seed Twice /year Gypsum Application Once /year, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre - emergent Application Twice /year Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (once /year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Oak Trees - Liquid Iniect/Drench Once /year Hardscape Maintenance Six days /week, Seven days /week Memorial Dav thru Labor Da Grounds Policing /litter Removal, Including Six days /week, Seven days /week -Specialty/Sports Areas and Park Amenities Memorial Dav thru Labor Da Site Inspection Six days /week, Seven days /week Memorial Dav thru Labor Da Exhibit B Page 11 EXHIBIT A (Continued) FUNCTION FREQUENCY Sandiwood chip areas Cleaned and raked Six days /week, Seven days /week Memorial Dav thru Labor Da Rototilled Four times /year Drinking Fountains Six days /week, Seven days /week Memorial Dav thru Labor Da Native Area Maintenance Weed Control As needed Tree Handwatering Weekly The City Administrator and Contractor may agree to a modification of this Schedule. Exhibit B Page 12 m x s Q r: W w m CD OD N tD 2 01 Q O N N C Q Co N 10 Q <0 X P 2 Z a) W m o W co N W 7 CD 01 n S J O N O O O AMENDMENT NO. TWO TO CONTRACTOR AGREEMENT WITH TRUGREEN LANDCARE FOR LANDSCAPE MAINTENANCE FOR CITY'S PARKS AND FACILITIES THIS AMENDMENT NO. TWO TO CONTRACTOR AGREEMENT ( "Amendment No. One "), is entered into as of this 14th day of September, 2010, by and between the CITY OF NEWPORT BEACH, a California Municipal corporation ( "City "), and TRUGREEN LANDCARE, a California General Partnership, whose address is 1323 West 130th Street, Gardena, California, 90247 ( "Contractor "), and is made with reference to the following: RECITALS: A. On August 30, 2006, City and Contractor entered into a Contract Service Agreement for landscaping and maintenance services for the City's parks and facilities ( "Agreement "). B. On July 14, 2009, City and Contractor entered into an amendment to the Agreement ( "Amendment No. One ") to increase the scope of work and compensation to include landscaping and maintenance services for Coast Peak Park. C. Contractor provides landscaping and maintenance services for City parks and facilities ( "Project "). D. In an effort to reduce City expenditures, Contractors were asked to reduce costs and decrease the frequency of certain services. E. City desires to enter into this Amendment No. Two to reflect the negotiated reduced costs agreed upon between the parties, as provided herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement and Section 1 of Amendment No. One shall be amended hereby and the following is substituted in its entirety: The term of the Agreement shall terminate on August 31, 2013, unless terminated earlier as provided for in the Agreement. 2. SCOPE OF WORK Section 2 of the Agreement and Section 2 of Amendment No. One shall be amended hereby by replacing Exhibit C with the Exhibit C attached hereto and incorporated herein. Exhibit A Page 11 3. COMPENSATION Section 6 of the Agreement and Section 3 of Amendment No. One shall be amended hereby and the following is substituted in its entirety: City shall pay to Contractor an amount not to exceed Eight Hundred Twenty Thousand Dollars and no /100 ($820,000.00) per Agreement year without prior written authorization from City ( "Total Amended Annual Compensation "). Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specificed in Section entitiled "Notices" in the Agreement. 3.1 The Total Amended Annual Compensation reflects Contractors reduction in rates for a total of One Hundred Ninety Three Thousand Three Hundred Ninety Seven Dollars and 50/100 ($193,397.50) per Agreement year. 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES NEXT PAGE] Exhibit A Page 12 ATTEST: By: Leilani I. Brown r"' 'Zly ® City Clerk H CITY OF NEWPORT BEACH, A California Municipal C rporation By: U Keith Curry Mayor APPROVED AS TO FORM: CONTRACTOR: pp �� CONTRACTOR: TRUGREEN OFFICE OF THE CITY ATTORNEY fteumopp, LANDCARE, a California General Partnership By:r,A..By: Leonie Mulvilhill Name: ke.;, tAx�f f Assistant City Attorney Title , g«,( Mon By: V* -N 1,a Name Notvor c4 ze i � Title p��.q�,,�,u� $4m j ar [END OF SIGNATURES] Attachments: Exhibit C - Maintenance Frequency Schedule Exhibit A Page 13 EXHIBIT C Maintenance Frequency Schedule FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times /year Vertical Mow Once /year Aerate Twice /year, Four times for Sports Fields Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Perennial Rye Seed Twice /year Gypsum Application Once /year, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre - emergent Application Twice /year Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (once /year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Oak Trees - Liquid Iniect/Drench Once /year Hardscape Maintenance Six days /week, Seven days /week Memorial Dav thru Labor Da Grounds Policing /litter Removal, Including Six days /week, Seven days /week Specialty /Sports Areas and Park Amenities Memorial Dav thru Labor Da Site Inspection Six days /week, Seven days /week Memorial Dav thru Labor Da Exhibit A Page 14 EXHIBIT C (Continued) FUNCTION FREQUENCY Sandlwood chip areas Cleaned and raked Six days /week, Seven days /week Memorial Dav thru Labor Da Rototilled Four times /year Drinking Fountains Six days /week, Seven days /week Memorial Dav thru Labor Da Native Area Maintenance Weed Control As needed Tree Handwatering Weekly The City Administrator and Contractor may agree to a modification of this Schedule. Exhibit A Page 15 U a- 21�OL CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT SEP 14 iP'fl Agenda Item No. 14 September 14, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, (949) 644 -3055 mharmon @newportbeachca.gov SUBJECT: Approval of Four (4) Landscape Contract Amendments ISSUE: Staff has renegotiated contracts with the following four (4) firms that provide landscape maintenance services to the City: West Coast Arborists, Inc., TruGreen Landcare, Inc., Park West Landscape Maintenance, Inc., and Merchants Landscape Services, Inc. The amendments to these contracts are attached to this report for City Council consideration. RECOMMENDATION: Staff recommends that the City Council approve the following contract amendments: Annual Not To Exceed Amount 1) West Coast Arborists, Inc. $710,000 2) TruGreen Landcare, Inc. $820,000 3) Park West Landscape, Inc. $455,000 4) Merchants Landscape Services, Inc. $710,000 Reducing the funding levels to the contracts listed above will reduce overall landscape maintenance cost by approximately $600,000 per year. DISCUSSION: Background The General Services Department currently contracts with the following firms for landscape maintenance: Approval of Four (4) Landscape Contract Amendments September 14, 2010 Page 2 1) West Coast Arborists, Inc.- WCA is responsible for maintaining the urban forest through scheduled grid trimming of neighborhood trees, responding to tree related emergencies due to storms, vehicle accidents, etc., and the removal and replacement of city trees as necessary. 2) TruGreen Landcare, Inc.- TruGreen is responsible for turf maintenance in all City parks, sports fields and facilities. This work includes irrigation, hardscape maintenance, and litter removal. 3) Park West Landscape Maintenance, Inc.- Park West is responsible for landscape maintenance services in the Newport Coast area, including roadside slopes, medians and parkways, 14 acres of nature parks, and landscaped areas surrounding the Newport Coast Community Center and Newport Ridge Fire Station. 4) Merchants Landscape Services, Inc.- With the exception of the Park West work listed above, Merchants maintains all of the City's medians and roadway areas, including turf, ground- cover, shrub, and hardscape maintenance. The landscape maintenance contracts listed above represent the largest contracted service managed by the General Services Department, with a combined cost of approximately $3.5M in FY 2009 -2010. During the development of the FY2010 -2011 budget, staff was tasked with looking at ways to reduce operational costs in areas that would have the least impact on our residents and visitors. General Services staff met several times with our landscape contractors to thoroughly review the existing services provided, and to work together to identify areas where service levels could be reduced to provide cost reductions for the City. This renegotiation of the service agreements with our landscape contractors has resulted in a projected cost savings of $600,000 for FY 2010 -2011, while continuing to provide quality services for our customers. Service Level Changes and Potential Impacts Staff is working closely with our landscape contractors to minimize the impact to our community due to the contract changes. We will reduce the frequency of such activities as aerating select turf areas, trimming, fertilizer applications, and replacing damaged or dead vegetation. Given the limited funds, staff will closely manage the contracts so that service levels are maintained in high profile parks and facilities, i.e. sports parks, recreation centers, etc., while reducing maintenance frequency in other areas. The greatest impact may be in the reduction of funding for the West Coast Arborists contract. This amendment will directly result in changing the trimming cycle in most Approval of Four (4) Landscape Contract Amendments September 14, 2010 Page 3 neighborhoods from the current practice of trimming every three years, to a trim cycle of every four years. In areas where ocean views are highly regarded and protected, this change may result in concerns from residents. In addition to the trimming cycle, staff has deferred all new tree planting until funding becomes available. Staff will continue to monitor any issues or concerns and report back to City Council with a recommendation to adjust the funding level for tree maintenance if necessary. FINANCIAL REVIEW: Renegotiating the contracts reduced the Parks and Trees Operating budgets by approximately $600,000 in FY 2010 -2011 ( #3170 -8080 and #3180 - 8080). The current budget that was approved by City Council in June 2010 included this reduced amount of funding based on the revised landscape agreements, and therefore, a budget amendment is not needed for this action. ENVIRONMENTAL REVIEW: This project does not require environmental review. PUBLIC NOTICE: This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item). LEGAL REVIEW: The City Attorney's Office has reviewed this report and signed the attached Amendments. Submitted /Prepared by: /PA4�� Mark Harmon General Services Director Attachments 1) Contract Amendment for West Coast Arborists, Inc. 2) Contract Amendment for TruGreen Landcare, Inc. 3) Contract Amendment for Park West Landscape Maintenance, Inc. 4) Contract Amendment for Merchants Landscape Services, Inc. Attachment 1 AMENDMENT NO. THREE TO CONTRACTOR AGREEMENT WITH WEST COAST ARBORISTS, INC. FOR CITY TREE TRIMMING SERVICE THIS AMENDMENT NO. THREE TO CONTRACTOR AGREEMENT ( "Amendment No. Three "), is entered into as of this 14th day of September, 2010, by and between the CITY OF NEWPORT BEACH, a California Municipal corporation ( "City "), and WEST COAST ARBORISTS, INC., a California corporation whose address is 7072 Thomas Street, Buena Park, California, 90621 ( "Contractor'), and is made with reference to the following: RECITALS: A. On December 3, 1993, City and Contractor entered into a Contractor Agreement for general City tree maintenance services ( "Agreement'). B. On June 12, 1995, City and Contractor amended the Agreement extending the term of the Agreement to December 4, 2004 ( "Amendment No. One "). C. On February 17, 2004, City and Contractor entered into a Second Amendment to the Agreement for general City tree maintenance services extending the term of the Agreement to December 4, 2013 ( "Amendment No. Two "). D. Contractor provides general tree maintenance services including trimming, pruning, planting and removing of City trees ( "Project'). E. In an effort to reduce City expenditures, Contractors were asked to reduce costs and decrease the frequency of certain services. F. City desires to enter into this Amendment No. Three to reflect the negotiated reduced costs agreed upon between the parties, as provided herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. COMPENSATION TO CONTRACTOR Paragraph 4 of the Agreement shall be amended hereby and the following is substituted in its entirety: City shall pay to Contractor an amount not to exceed Nine Hundred Fifty Thousand Dollars and 00/100 ($950,000.00) per Agreement year without prior written authorization from City (`Total Amended Annual Compensation "). Contractor shall submit invoices to City on a monthly basis describing the Work performed the preceeding month. Contractors bills shall include a brief description of the Services performed and /or the specific task to which the charges relate and the date and location of the Services performed. City shall Page I1 pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices" in the Agreement. 1.1 The Total Amended Annual Compensation reflects Contractors reduction in rates and /or Services for a total of Two Hundred Two Thousand Seven Hundred Twenty Five Dollars and 78/100 ($202,725.78) per Agreement year. 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES NEXT PAGE] SME APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: Leonie Mulvihill Assistant City Attorney ATTEST: UM Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, A California Municipal Corporation IN Keith Curry, Mayor CONTRACTOR: West Coast Arborists 0 M [insert name] [insert corporate officer title] [insert name] [insert financial officer title] Page 13 Attachment 2 AMENDMENT NO. TWO TO CONTRACTOR AGREEMENT WITH TRUGREEN LANDCARE FOR LANDSCAPE MAINTENANCE FOR CITY'S PARKS AND FACILITIES THIS AMENDMENT NO. TWO TO CONTRACTOR AGREEMENT ( "Amendment No. One "), is entered into as of this 14th day of September, 2010, by and between the CITY OF NEWPORT BEACH, a California Municipal corporation ( "City "), and TRUGREEN LANDCARE, a California General Partnership, whose address is 1323 West 130th Street, Gardena, California, 90247 ( "Contractor"), and is made with reference to the following: RECITALS: A. On August 30, 2006, City and Agreement for landscaping and facilities ( "Agreement "). Contractor entered into a Contract Service maintenance services for the City's parks and B. On July 14, 2009, City and Contractor entered into an amendment to the Agreement ( "Amendment No. One ") to increase the scope of work and compensation to include landscaping and maintenance services for Coast Peak Park. C. Contractor provides landscaping and maintenance services for City parks and facilities ( "Project "). D. In an effort to reduce City expenditures, Contractors were asked to reduce costs and decrease the frequency of certain services. E. City desires to enter into this Amendment No. Two to reflect the negotiated reduced costs agreed upon between the parties, as provided herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: im f� TERM Section 1 of the Agreement and Section 1 of Amendment No. One shall be amended hereby and the following is substituted in its entirety: The term of the Agreement shall terminate on August 31, 2013, unless terminated earlier as provided for in the Agreement. SCOPE OF WORK Section 2 of the Agreement and Section 2 of Amendment No. One shall be amended hereby by replacing Exhibit C with the Exhibit C attached hereto and incorporated herein. Exhibit A Page 11 3. COMPENSATION Section 6 of the Agreement and Section 3 of Amendment No. One shall be amended hereby and the following is substituted in its entirety: City shall pay to Contractor an amount not to exceed Eight Hundred Twenty Thousand Dollars and no /100 ($820,000.00) per Agreement year without prior written authorization from City ( "Total Amended Annual Compensation "). Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specificed in Section entitiled "Notices" in the Agreement. 3.1 The Total Amended Annual Compensation reflects Contractors reduction in rates for a total of One Hundred Ninety Three Thousand Three Hundred Ninety Seven Dollars and 50/100 ($193,397.50) per Agreement year. 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES NEXT PAGE] Exhibit A Page 12 APPROVED AS TO FORM: CITY OF NEWPORT BEACH, OFFICE OF THE CITY ATTORNEY A California Municipal Corporation By: Leonie Mulvihill Assistant City Attorney ATTEST: By: Leilani I. Brown City Clerk By: Keith Curry Mayor CONTRACTOR: TRUGREEN LANDCARE, a California General Partnership By: [insert name] [insert corporate officer title] By: [insert name] [insert financial officer title] [END OF SIGNATURES] Attachments: Exhibit C — Maintenance Frequency Schedule Exhibit A Page 13 EXHIBIT C Maintenance Frequency Schedule FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times /year Vertical Mow Once /year Aerate Twice /year, Four times for Sports Fields Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Perennial Rye Seed Twice /year Gypsum Application Once /year, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre - emergent Application Twice /year Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (once /year for trees) Restake /Check Each site visittevery two weeks min. Visual Inspection Weekly Oak Trees - Liquid Iniect/Drench Once /year Hardscape Maintenance Six days /week, Seven days /week Memorial Dav thru Labor Da Grounds Policing /litter Removal, Including Six days /week, Seven days /week Specialty/Sports Areas and Park Amenities Memorial Dav thru Labor Da Site Inspection Six days /week, Seven days /week Memorial Dav thru Labor Da Exhibit A Page 14 EXHIBIT C (Continued) FUNCTION FREQUENCY Sandlwood chip areas Cleaned and raked Six days /week, Seven days /week Memorial Dav thru Labor Da Rototilled Four times /year Drinking Fountains Six days /week, Seven days /week Memorial Dav thru Labor Da Native Area Maintenance Weed Control As needed Tree Handwatering Weekly The City Administrator and Contractor may agree to a modification of this Schedule. Exhibit A Page 15 Attachment 3 AMENDMENT NO. ONE TO CONTRACTOR AGREEMENT WITH PARK WEST LANDSCAPE MAINTENANCE SERVICES FOR NEWPORT COAST THIS AMENDMENT NO. ONE TO CONTRACTOR AGREEMENT ( "Amendment No. One "), is entered into as of this 14 day of September, 2010, by and between the CITY OF NEWPORT BEACH, a California Municipal corporation ( "City "), and PARK WEST LANDSCAPE MAINTENANCE, INC., a California corporation whose address is 22421 Gilberto Suite A, Rancho Santa Margarita, CA 92688 ( "Contractor "), and is made with reference to the following: RECITALS: A. On September 25, 2007 City and Contractor entered into an Agreement for landscaping and maintenance services to the Newport Coast Area ( "Agreement'). B. Contractor provides landscaping and maintenance services to the Newport Coast area, including approximately 65 acres of evergreen slopes; 13 acres of roadway medians and parkways; 14 acres of nature parks; and the landscaped areas surrounding the Newport Coast Community Center and Newport Ridge Fire Station ('Project'). C. In an effort to reduce City expenditures, Contractors were asked to reduce costs and decrease the frequency of certain services. D. City desires to enter into this Amendment No. One to reflect the negotiated reduced costs agreed upon between the parties, as provided herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK Section 2 of the Agreement be amended hereby by replacing Exhibit C with the Exhibit C attached hereto and incorporated herein. 2. COMPENSATION Section 6 of the Agreement shall be amended hereby and the following is substituted in its entirety: City shall pay to Contractor an amount not to exceed Four Hundred Fifty Five Thousand Dollars and no /100 ($455,000.00) per Agreement year without prior written authorization from City ( "Total Amended Annual Compensation "). Contractor shall submit invoices to City on a monthly Exhibit A Page 11 basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specificed in Section entitiled "Notices" in the Agreement. 2.1 The Total Amended Annual Compensation reflects Contractors reduction in rates for a total of One Hundred Eleven Thousand Nine Hundred and Eighty Dollars and 70/100 ($111,980.70) per Agreement year. 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES NEXT PAGE] Exhibit A Page 12 APPROVED AS TO FORM: CITY OF NEWPORT BEACH, OFFICE OF THE CITY ATTORNEY A California Municipal Corporation By: By: Leonie Mulvihill Keith Curry Assistant City Attorney Mayor ATTEST: CONTRACTOR: PARK WEST LANDSCAPE MAINTENANCE, INC., a California Corporation By: By: Leilani I. Brown [insert name] City Clerk [insert corporate officer title] By: [insert name] [insert financial officer title] [END OF SIGNATURES] Attachments: Exhibit C — Maintenance Frequency Schedule Exhibit A Page 13 EXHIBIT C Maintenance Frequency Schedule ' FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Three times /year Vertical Mow Once /year— including seeding and topdress Aerate Twice /year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Three times /year Pest and Weed control As needed Visual Inspection Weekly Pre - emergent herbicide Three times /year Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (once /year for trees) Restake /Check Each site visit /every two weeks min. Visual Inspection Weekly Pre - emergent herbicide Three times /year Hardscape Maintenance Each site visit/weekly min. Grounds Policing /Litter Removal Six days /week Site Inspection Six days /week The City Administrator and Contractor may agree to a modification of this Schedule. Exhibit A Page 14 Attachment 4 AMENDMENT NO. ONE TO CONTRACTOR AGREEMENT WITH MERCHANTS LANDSCAPE SERVICES, INC. TO PROVIDE LANDSCAPE MAINTENANCE FOR CITY MEDIANS AND ROADWAYS THIS AMENDMENT NO. ONE TO CONTRACTOR AGREEMENT ( "Amendment No. One "), is entered into as of this 14TH day of September, 2010, by and between the CITY OF NEWPORT BEACH, a California Municipal corporation ( "City "), and MERCHANTS LANDSCAPE SERVICES, INC., a California corporation whose address is 1639 East Edinger Avenue, Suite C, Santa Ana, CA 92705 ( "Contractor "), and is made with reference to the following: RECITALS: A. On November 13, 2007 City and Contractor entered into an Agreement for landscaping and maintenance services fir the City's Medians and Roadways ( "Agreement "). B. Contractor provides landscape and maintenance services for approximately 96 acres of the City's median and roadway areas, including turf, ground cover, tree and hardscape maintenance ( "Project "). C. In an effort to reduce City expenditures, Contractors were asked to reduce costs and decrease the frequency of certain services. D. City desires to enter into this Amendment No. One to reflect the negotiated reduced costs agreed upon between the parties, as provided herein. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK Section 2 of the Agreement be amended hereby by replacing Exhibit C with the Exhibit C attached hereto and incorporated herein. 2. COMPENSATION Section 6 of the Agreement shall be amended hereby and the following is substituted in its entirety: City shall pay to Contractor an amount not to exceed Seven Hundred Ten Thousand and no /100 ($710,000.00) per Agreement year without prior written authorization from City ( "Total Amended Annual Compensation "). Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Exhibit A Page 11 Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specificed in Section entitiled "Notices" in the Agreement. 2.1 The Total Amended Annual Compensation reflects Contractors reduction in rates for a total of One Hundred One Thousand Eight Hundred and Forty Dollars and 80/100 ($101,840.80) per Agreement year. 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES NEXT PAGE] Exhibit A Page 12 APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: Leonie Mulvihill Assistant City Attorney ATTEST: M Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, A California Municipal Corporation M Keith Curry Mayor CONTRACTOR: MERCHANTS LANDSCAPE SERVICES, INC., a California Corporation 22 [insert name] [insert corporate officer title] [insert name] [insert financial officer title] [END OF SIGNATURES] Exhibit C — Maintenance Frequency Schedule Exhibit A Page 13 AMENDMENT NO. 1 TO CONTRACT SERVICE AGREEMENT WITH TRUGREEN LANDCARE, LLC FOR LANDCAPE MAINTENANCE FOR CITY'S PARKS AND FACILITIES M THIS AMENDMENT NO. 1 TO CONTRACT SERVICE AGREEMENT, is entered into as of this 14-it day of July 2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and TRUGREEN LANDCARE, LLC, a California Limited Liability Company, whose address is 1323 West 130th Street, Gardena, California, 90247 ( "CONTRACTOR "), and is made with reference to the following: RECITALS: A. On August 12, 2008, CITY and CONTRACTOR entered into a Contract Service Agreement, hereinafter referred to as "AGREEMENT," for landscape maintenance services for the City's Parks and Facilities "PROJECT." B. CITY desires to enter into this AMENDMENT NO. 1 to reflect the addition of Coastal Peak Park, a park located in Newport Coast with baseball /soccer fields, a tot lot, restrooms and Pacific Ridge trailhead requiring landscape maintenance services not included in the AGREEMENT. C. CITY assumes maintenance responsibilities for Coastal Peak Park from The Irvine Company on or around September 2009. D. City solicited and reviewed bid proposals for Services at Coastal Peak Park and determined Contractor was the lowest responsible bidder. E. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1," as provided here below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Unless terminated early in accordance with Section 26 of the Agreement, the term for Amendment No. 1 shall be good a period of two (2) years. The Term shall commence on August 31, 2009, upon completion of the first contract year for Agreement, and whereby the City grants a one year automatic extension for the original scope of services. The term of this Amendment No. 1 shall automatically be extended for two (2) additional one (1) year tems ( "automatic extensions ") with the extensions to automatically commence upon the expiration of the intial term or any extended term, unless the City notifies Contractor in writing at least thirty (30) days before the end of the intial term or any extension. Time is of the essence in the preformace of services under this agreement. The commencement of actual maintenance services shall not coincide with the contract term inception date. The current installation contractor is obligated to successfully complete a 60 -day Establishment period followed by a 60 -day maintenance period. The City may elect to extend either or both periods at is soel discretion. Therefore, the Contractor will be notified in writing at least fifteen(15) days prior to the commencement of actual maintenance services. The Contractor shall receive prorated compensation based on the actual work performed for the partial month. In addition to the services to be provided pursuant to the AGREEMENT, CONSULTANT shall diligently perform all the services described in AMENDMENT NO. 1 including, but not limited to, all work set forth in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 2. SCOPE OF SERVICES In compliance with all terms and conditions of the Agreement and this Amendment, Contractor shall perform the additional 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 Coastal Peak Park Maintenance Location /Acreage noted by Exhibits B. The services shall be performed at least as frequently as specified in Exhibit C. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit D. Reports shall be submitted by the Contractor in accordance with Exhibit E. Unit Prices and Costs are contained in Exhibits F and G. Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines are contained in Exhibit H. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement by reference. 3. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of One - hundred Six thousand Twenty Dollars ($106,020.00) per year ( "Contract Amount ") to perform all the work and services contemplated by and described in Exhibits A through H. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". Upon the second anniversary of the Commencement Date, August 31, 2011, and upon each anniversary of the Commencement Date thereafter, the Contract Amount shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 2.5% maximum adjustment increase set forth below. Such adjustment shall be made by multiplying the original Contract Amount for Amendment No. 1 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 2 Consumer Price Index for the same calendar month immediately prior to Commencement Date. For example, if the adjustment is to occur effective July 1, 2010, the index to be used for the numerator is the index for the month of April 2010 and the index to be used for the denominator is the index for the month of April 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, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Contract Amount in effect immediately preceding such adjustment. No adjustment shall be made on the first anniversary of the Commencement Date. 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 2.5% of the Contract Amount in effect immediately preceding such adjustment. 4. PERFORMANCE BOND A. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of 100% of the contract price for one year, in the form provided by the City Clerk, which secures the faithful performance of this Agreement. 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. 5. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. 57 IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 1 on the date first above written. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY: By: yn a eyaa a pE Assistant Cit A rney ATTEST: By: V� �- Leilani Brown, City Clerk Exhibits: Exhibit A: Exhibit B: Exhibit C: Exhibit D: Exhibit E: Exhibit F: Exhibit G: Exhibit H: CITY A Mu By: " / X Edward Mayor CONSULTANT: By:_ / JQaFl9erate E*ffieer-7' Title: Print Name: Br, Title: D;y:s)v Yic.*- Prns.4t./ Print Name: f2n Rerek,lp Scope of Work Coastal Peak Park Maintenance Location /Acreage Maintenance Frequency Schedule Standard Materials Required Reports Unit Prices Total Cost Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines 0 I EXHIBIT A Scope of Work 1. INTENT The intent of these specifications is to provide full and complete contract landscape maintenance at Coastal Peak Park, herein described, and that such site be kept in a healthy, weed free, vigorous, and well -kept state at all times. II. DESCRIPTION OF PROJECT (SCOPE OF WORK) 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. Turfgrass weed eradication and control, both mechanically and with chemicals. 3. Turf, shrub, and tree fertilization. 4. Shrub and groundcover trimming, pruning, and training. 5. Minor tree pruning and staking. Pruning trees under 8 feet in height. 6. Irrigation programming, monitoring, maintenance, and repair. 7. Water meter reading and water conservation. 8. General rodent, pest, and disease control on landscape planting and turf. 9. Mowing, verticutting, and aerifying. 10. General litter control, refuse removal, and grounds policing. 11. Plant replacement. 12. Hardscape cleaning. 13. Maintenance of sand and wood chip areas. 14.Access roadway clearance and visibility maintenance. 15. General drainage structure and system maintenance. 16. Drinking fountain maintenance. 17. Reporting vandalism, graffiti, or any safety concerns. 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; or 10. Trees over 8 feet in height. 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. No Saturday or Sunday work is to be scheduled other than lifter control and refuse, without permission from the City, unless it is an emergency situation. No motorized equipment shall be operated before 8:00 AM or after 5:00 PM. IV. LEVEL OF MAINTENANCE All work shall be performed in accordance with the HIGHEST INDUSTRY STANDARDS, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the site. If, in the judgment of the City, the level of maintenance is less than that specked herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and/or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or 6 month. 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. 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 day of said month. The supervisor of this contract shall be available to meet with the City's representative daily during working hours, as necessary and have the ability to communicate by email. 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. CORRESPONDENCE All correspondence shall be addressed to Dan Sereno, Parks and Trees Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California 92663 -3884. VIII. PROVISIONS FOR EXTRAS No new work of any kind shall be considered extra work 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 any safety items or emergency repairs which are made without prior City approval. Documentation of contract compliance may be required on some occasions. IX. STREET CLOSURES, DETOURS, BARRICADES 7 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 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. Beacon lighting visible from behind the vehicle will be installed on vehicles working along City streets. X. 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 nor the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. XI. RECORDS The contractor shall keep accurate records concerning all of his /her employees or agents. The contractor shall provide this information in an organizational chart as changes in staffing occur. Additionally, the contractor shall provide the City with names and telephone numbers of emergency contact employees. The contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Trees 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. 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 Trees Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the park 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 Trees Maintenance Superintendent for approval prior to the date the changes are to take effect. 8 The Contractor shall permit the City to inspect and audit its books and records regarding City - provided services only at any reasonable time. XII. 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 of receiving notification. XIII. 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, addition of playground wood chips /sand, mulching, reel mow operator and plant replacements. Positions used for specialty operations shall be in addition to those outlined on page 10, section K -1, of the RFP. XIV. 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. XV. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a 30 minutes response time of the job site and provide the office with phone service during normal working hours. During all other times, a telephone answering service shall be utilized and the answering service shall be capable of contacting the Contractor by cell phone 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. XVI. SCHEDULES Annual Schedule 0 1 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 Coastal Peak Park in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the Agreement. 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 Agreement. 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, week or month. 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. XVII. PERFORMANCE DURING INCLEMENT WEATHER 10 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. If the Parks and Trees Maintenance Superintendent can not be reached, the contractor shall notify the Parks Maintenance Supervisor. XVIII. 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. XIX. PESTICIDES The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Trees Maintenance Superintendent with all of the following: 1. A copy of Contractor's Orange County Agricultural Commissioners Restricted Materials Permit/Operator I.D. numbers and a copy of the Contractor's Pest Control Business License. 2. A written "Pest Control Recommendation" for each chemical and site before Contractor uses any pesticide. The Contractor shall provide (in a three ring binder) with each Pest Control Recommendation the material safety data sheets and manufacturers label for each chemical. 3. A "Pesticide Use Daily Record" for any site that a pesticide was used, within 24 hours of application including: chemical name, quantity applied, applicator's name, and date 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. A Notice of Intent will also be issued whenever chemicals are applied to turfgrass, regardless if it is "Restricted." 5. The contractor shall provide a "Proposed Pesticide List" of all the pesticides they intend to use for this contract, including toxicity category and 11 Environmental Protection Agency number for each chemical, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent. 7. A Pest Control Operator with a Qualified Applicator License will be assigned to this contract to apply restricted materials. 8. Provide annual pest control training records for all employees who will be applying such pesticide specified on those records. 12 TECHNICAL MAINTENANCE SPECIFICATIONS 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 Schedule," Exhibit C. 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 Coastal Peak Park. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of Coastal Peak Park. 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. 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 /her 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 /her construction and installation equipment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor for his /her debris. Plant materials adjacent to roadway intersections shall be pruned to provide adequate sight distance for vehicles entering the intersection and so that all traffic control signs are clearly visible to approaching drivers. Contractor must notify the City immediately of any unusual and hazardous conditions at 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 Coastal Peak Park. All insects, other pests, and diseases 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. 13 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 areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. All sand and wood chip areas abutting maintained areas shall be cleaned daily when soiled by Contractor's operations and at other times as required. Trash cans provided by the City shall be emptied daily 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 W" 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. All barbecue grills shall be emptied of all ashes once per week. II. SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS Drainage Facilities 1. All drainage structures shall be checked and cleaned weekly 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. This includes but is not limited to controllers, backflow devices, moisture sensors, manual and remote control valves, wiring, pipes, vaults, heads, and anti -drain valves. The Contractor shall not be responsible for the water meter assembly as he /she may cause damage to these items. 14 a. Repair and adjust all sprinkler heads to maintain proper and uniform water application. The Contractor will adhere to all State, County, and local regulations accordingly. b. Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under - watering or over - watering. c. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and 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 monthly reports in January, April, July and October. L Areas that require irrigation will have such accomplished no earlier than 11:00 p.m. nor later than 6:00 a.m. j. Contractor will maintain moisture sensors at all sites at which such a unit is installed. k. Contractor will maintain master valve and flow sensors at each site they are installed. Master valves will be tested weekly and repaired as required. 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. 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. Contractor shall be readily visible when performing these irrigation checks. 15 4. Contractor will not charge labor for any irrigation repairs, unless it is pre - approved by the City for emergency repairs on overtime. Water Conservation Contractor shall appoint a staff member to act as the Water Manager. Contract personnel performing water management duties shall have the following abilities and must meet the following requirements. Abilities 1. Meet Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines and monthly water allocations (Exhibit H). 2. Maintain a healthy landscape. 3. Calculate evapotranspiration (ET) rates to GPM. 4. Maintain the park and landscape in a usable condition (no flooding due to over - irrigation). 5. Troubleshoot and diagnose irrigation systems issues and take corrective action. Requirements 1. The Water Manager shall program all controllers a minimum of weekly according to the IRWD allocation. 2. The Water Manager shall notify the Contractor or City Representative of all required repairs. 3. The Contractor shall meet the IRWD monthly water allocations for each meter on all park applications. The Contractor shall maintain healthy plant material, and avoid monthly IRWD penalties. Damages for Water Management 1. Should the Contractor exceed the IRWD allocation, all penalty charges for water used above the allocation will be deducted from the contractor's monthly billing. 2. Deduction shall exclude all approved appeals such as mainline and control valve failures. 3. The City's Representative shall meet monthly with the Contractor's Representative and the Contractor's Water Manager to review over - allocation water billing to determine which water billing appeals are to be approved and which are to be waived. 16 4. The Contractor shall copy City Representative on all such appeals, include all meter readings and allocation calculations. 5. Over - allocations that do not qualify for appeal or have not been waived will be deducted from the Contractor's monthly payment. Turf Maintenance 1. All turf is to be mowed once per week, 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 with a gas - powered walk- behind edger. c. Clippings shall be collected and removed unless otherwise directed by the City. d. Turf shall be mechanically trimmed 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 12 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 (approved by City) shall be maintained in this area at all times. 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, properly adjusted to avoid damage to the turf plant, and cutting blades/deck thoroughly cleaned from previous mowing. h. Pick up all litter prior to mowing. I. Edging using a string line along the base paths as a guide, shall be performed weekly at the baseball infields. 2. Mow turf to the following heights: a. Warm season turf including Bermuda grass- 1/2 to 1 1/4 inches. b. Cool season turf including Bluegrass, Perennial Rye, Fescues - 1 1/2 to 3 inches. 17 c. Kikuya and St. Augustine turf - 1 1/4 to 1 3/4 inches. d. A reel -type mower shall be used to mow all athletic fields, unless otherwise directed by the City. Scheduling will not conflict with public use /sport group activities and will occur on Wednesday or Thursday or as directed by City staff. e. Infields shall be reel mowed with walk- behind type mower. 3. Vertical mowing of athletic fields shall be done once per year in August, permitting sufficient time for turf regeneration. Non - athletic field areas shall be done once per year in March. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized four times per year, in January, April, July and October using a homogenous, pellet or granular slow - release material. City must approve the material used which may change due to the season. Fertilizer will be applied at one pound actual nitrogen per 1,000 square feet or as determined by City. a. 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. b. The Contractor shall perform a soil fertility analysis at Coastal Peak Park in the month of December and review the analysis with the City representative in the month of January. c. Quantities of materials used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broadleaf weeds using post and pre- emergent herbicides 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 August 1 and September 1). Aerate all athletic fields an additional two times in January and July. M a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. d. For Sports Field, apply Perennial Rye seed and topdress two times per year with approved topdress material, immediately following September and April aerations. Topdress material to be applied at a minimum of 1/4 ". e. Apply gypsum at 25 pounds /1,000 square feet to turf areas one time per year. 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 entire irrigation system weekly, 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 turf and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs. Correct as necessary. 10. Scheduling of mowing and turf care maintenance times will be approved by the City. Use by the public will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed -free condition. a. Weeds shall be removed as they appear. A pre- emergent herbicide shall be applied in all shrub and ground cover beds twice per year, once in April and once in September. b. Morning glory and grass infestations shall be treated immediately when observed. c. Groundcover areas shall be fertilized twice per year, once in April with 22- 3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual 19 r fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. d. Trim and edge as necessary to restrict growth from encroaching on sidewalks, curbs, turf areas, roadways, or other adjacent areas and plants. Growth retardants may be used as approved by the City. e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f. Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed to ensure a layer of mulch at least 2" thick all times. 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 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. Areas shall be fertilized twice per year, once in April with 22 -3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. f. 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. g. Irrigate as required to maintain adequate growth and appearance. Manually water where necessary. h. 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 20 agapanthus, day lilies, morea, fountain grasses and other similar plants shall be removed immediately after blooming or as directed by City. L All bare shrub bed areas shall be raked weekly to remove all litter and other debris. j. 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. k. Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. I. Bark mulch should be replaced as necessary to ensure a 2" layer of mulch at all times. m. All plant material will be trimmed to protect property owners' ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. The Contractor is responsible for trimming all trees up to eight (8) feet in height. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. e. Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Parks and Trees Superintendent if any of the conditions noted above exist. 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. 21 h. Tree wells shall be maintained with 2" thick layer of bark mulch unless ground cover is present. Weeds shall be removed, including their roots, before they reach 3" in height. Mulch shall not touch the crown of tree. i. All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. 3. Complete pruning, heading back, lacing out, or removal will only be done at the direction of the City and at the prescribed unit price. All such pruning shall be made in accordance with current International Society of Arboricultural techniques and practices that promote the natural character of the tree. 4. All pruning shall be done with clean, sharp tools appropriate for the intended work. Cuts shall be made sufficiently close to the parent limb, without cutting into the branch collar or leaving a stub, so that closure can readily start under normal conditions. Hardscape Maintenance 1. During each site visit, concrete (including stamped concrete) and asphalt areas, including turn pocket fingers, driveways, parking areas, sidewalks, patios, shall be checked and cleaned. a. All expansion joints and cracks are to be maintained free of weeds. b. Dirt, litter, and other debris must be removed on a daily 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 Policina 1. The Contractor shall provide general grounds policing and inspection six (6) days per week, except general grounds policing and inspection will be seven (7) days per week from Memorial Day through Labor Day. a. Remove all litter and other debris from site six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. b. If refuse or litter is not removed during site visit, said litter or debris will be considered an emergency and removed immediately upon 22 notification by the City. Failure of said removal may result in deduction of payment for that date, week, or month. c. Provide safety and facility inspections and immediately report any deficiencies to the Parks and Trees 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, park benches, gazebos 3. Signage 4. Graffiti d. All areas, benches, picnic tables, and associated park amenities shall be inspected and cleaned six (6) days per week and seven (7) days per week Memorial Day through Labor Day. Contractor shall use a wet rag to wipe these down as needed. Sand/Wood Chia Areas 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed -free. b. During the first week in February, April, June, August, October and December, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). All additional sand or wood chips that are added shall be at the contractor's expense. d. All sand and wood chip areas shall be cleaned and raked level, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. Saecialty /Sports Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, baseball dugouts and bleacher areas, bicycle trails, all asphalt, and concrete and decomposed granite walkways. 23 b. All areas shall be swept and debris disposed of offsite, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day, if necessary, to remove all deposits of silt and /or sand and glass and other debris. c. On Monday and Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six (6) days per week and seven (7) days from Memorial Day through Labor Day 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 (6) days per week and seven (7) days per week from Memorial Day through Labor Day and maintained in a neat clean, and safe condition at all times. h. All areas shall be raked to remove leaves and debris six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. 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 and adjust six (6) days per week. 2. Report any deficiencies to the City immediately in writing. Native and Drought Tolerant Plant Maintenance These requirements are in addition to the above written Technical Maintenance Specifications: 1. All native and drought tolerant plant material at these sites will be maintained in their natural shape. Dead wood from natives will remain on the plant or where it has fallen, unless otherwise directed to remove by City staff. 24 2. The areas shall be maintained weed -free. Only manual pulling or mechanical cultivation of non - native weed species will be allowed. 3. The contractor's maintenance personnel will be trained to distinguish weedy plant species from native or drought tolerant vegetation to ensure that only weedy species are removed. 4. All weeds will be removed manually before they can attain a height of six inches (6") or produce seeds, whichever comes first. 5. Pulled weeds will be placed in a "mantilla" to prevent the seeds from coming in contact with the ground and removed from the project site during the same day's maintenance. 6. For California Meadow Sedge areas follow the Turf Maintenance Specifications (pages 32 -35), unless otherwise directed differently by City. Wash mower thoroughly prior to each mow. Hand pull all weeds in California Meadow Sedge areas prior to each mow, no chemical eradication will be permitted. 7. At several times during the year, especially during the rainy season (November — May), the contractor will have to make sure there is sufficient staff to accommodate manual removal of all weeds throughout the site. If the Contractor fails to increase staff to accommodate timely weed removal, per specifications, the City may hire an outside Contractor to assist in weed removal and deduct these fees from the Contractor's monthly maintenance invoice. 8. Inspect Oak trees watering tubes weekly for proper irrigation. 9. Soil inject or drench all Oak trees one time per year, with fertilizer and Mycorrhizae product approved by City staff. 49 EXHIBIT B Maintenance Location /Acreage Coastal Peak Park Park Address Acreage Coastal Peak Park 20403 East Coastal Peak 11.52 Total Acreage 1 11.52 RE EXHIBIT C Maintenance Frequency Schedule 27 FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times /year Vertical Mow Once /year Aerate Twice /year, Four times for Sports Fields Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Perennial Rye Seed Twice/year Gypsum Application Once/ ear, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre-emergent Application Twice/ ear Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (once/year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Oak Trees — Liquid In'ect/Drench Once! ear Hardscape Maintenance Six days/ week, Seven days/ week Memorial Day thru Labor Da Grounds Policing /Litter Removal, Including Six days/ week, Seven days/ week Specialty /Sports Areas and Park Amenities Memorial Day thru Labor Da Site Inspection Six days/ week, Seven days/ week Memorial Day thru Labor Da 27 EXHIBIT C (Continued) FUNCTION FREQUENCY Sand /wood chip areas Cleaned and raked Six days /week, Seven days/ week Memorial Day thru Labor Da Rototilled Four times /year Drinking Fountains Six days /week, Seven days/ week Memorial Day thru Labor Da Native Area Maintenance Weed Control As needed Tree Handwaterinq Weekly 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 570Z -COM 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 570Z -COM 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 of Newport Beach. Please contact Parks Supervisor Randy Kearns 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 • Jardinier Surface Flow Irrigation • MP Rotator Nozzles BATTERY POWERED IRRIGATION ■ Toro DDCWP Battery Powered Controller MISCELLANEOUS • Febco 825Y RP • Spears # DS -100 Dri- Splice Connectors with crimp sleeves • Spears # DS -300 Dri- Splice Sealant • Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover 29 • Griswold DW Series Valve (Control Valve) • Griswold 2160 Solenoid Valve (Normally Open Master Valve) • Griswold 2000 Solenoid Valve (Normally Closed Master Valve) • Matco 754 Series Full Port Ball Valve • 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 • Rockwell Metal Repair Clamp for all Main Line repairs • PVC Slip Fix for Lateral line repairs only TURF FERTILIZERS, ETC., A. All commercial fertilizers must be homogenous. B. All organic fertilizers must have lowest salinity rate possible. C. No steer or chicken manure is allowed. D. 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 Parks and Trees 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. 30 EXHIBIT E REQUIRED REPORTS 1. Annual Maintenance Schedule which includes: Organization chart, mow and trash schedules, once per year submittal. 2. Weekly Maintenance Schedule, including approved extra work. 3. Weekly Performance Report, including approved extra work completed. 4. Monthly Chemical Use Report (As sent to County Agriculture Commission), daily as needed for certain applications. 5. Monthly Fertilizer Use Report. 6. Proposed Pesticide List with EPA numbers, Pesticide Recommendations, Labels and Material Safety Data Sheets. 7. Weekly irrigation inspection check list (to include controller and site inspection for all sites and a list of any repairs required). 8. Irrigation controller programming charts, submitted quarterly (January, April, July, October). 9. Bi- weekly maintenance inspection list for all sites. 10. Annual pesticide safety training records. 11. Required tailgate safety meeting records, include with Monthly Maintenance Report. 12. Monthly maintenance report which includes Monthly Greenwaste Report. 13. Weekly Master Valve /Flow Sensor inspection checklist. 14. Monthly pest and disease inspection for all sites conducted by a qualified applicator certificate or license holder. 31 EXHIBIT F UNIT PRICES 1. The Contractor agrees that for requested and /or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. 2. 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. 3. 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. 4. All work shall be performed in accordance with specifications described in the RFP. TURF FUNCTION COST /UNIT OF MEASURE Turf Mow -Real Blade Turf Mow -Rotary Blade Turf Edge Turf Aerify Turf Fertilize Turf Dethatch /Renovate Turf Topdress only Turf Gypsum Application at 25lbs HARDSCAPE Cleaning Powerwashing GROUNDCOVERS Fertilize PEST CONTROL Tree disease /insect foliar spray 32 $ 5 1000 Sq. Ft. 55 1000 Sq. Ft. 1.50 / 1000 Linear Ft. / 1000 Sq. Ft. $4 1000 Sq. Ft. 300 / Acre / 1000 Sq. Ft. $3 / 1000 Sq. Ft. $5 1000 Sq. Ft. 10 / 1000 Sq. Ft. $4 1000 Sq. Ft. 85 / Tree (using Talstar or Equal) Tree disease /insect root injections (using Merit or Equal) Pre- Emergent/turf or planter (using Snapshot or Equal) General Weed Control Post Emergent (using Roundup or Equal) SHRUB PRUNING /REMOVALS Pruning Removals FULL TREE PRUNING /REMOVALS Pruning Removals 85 / Tree 50 / 1000 Sq. Ft. 25 / 1000 Sq. Ft. 10 / 10 Linear feet 85 / 10 Linear feet 195 / Tree 995 / Tree PLANTING (All shrubs and trees will be planted with approved soil amendment) 1 Gal. Shrub 10 / Each 5 Gal. Shrub 25 / Each 15 Gal. Shrub 85 / Each 15 Gal. Tree (with root barriers, 105 / Each tree stakes and ties) 65 / Hour 24" Box Tree (with root barriers, 325 / Each tree stakes and ties) 65 / Hour 36" Box Tree (with root barriers, 895 / Each tree stakes and ties) 64 Count Flat Groundcover 30 / Flat 16 Count 4" Flat Annual Color 35 / Flat Turf - Seed and Top Dress 120 / 1000 Sq. Ft. Turf - Sod $1,200 / 1000 Sq. Ft. Hand spread and rake in City Supplied seed 12 / 1000 Sq. Ft. (in California Native areas) LABOR Landscape Maint. Supervisor 25 / Hour Pest Control Applicator 45 / Hour Irrigation Specialist 25 / Hour Landscape Maint. Leadworker 25 / Hour Equipment Operator 65 / Hour Landscape Maint. Laborer 20 / Hour Tree Trimmer 65 / Hour EQUIPMENT 33 1 -Ton Truck MULCHING 0 -2" Mulch at 2" layer GREENWASTE Disposal Park and Facility Maintenance 0 360 / Day 70 / 1000 Sq. Ft. 70 / Ton $9,350 Acre/Year ATTACIRVIENT e TOTAL COST PER YEAR OF LANDSCAPE MAINTENANCE COASTAL PEAK PARK S 106,020 NOTE: Bid Price shall include all sales, use or other taxes applicable to the above item. If awarded the Contract, the undersigned hereby agrees to sign said Contract and furnish the necessary Faithful Performance Warranty Bond within ten (10) days after the award of said Contract. The undersigned has examined the location of the proposed work and is familiar with the Specifications and other Contract Documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all the above figures and understands that the City of Newport Beach will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. Proposals are to remain valid for six (6) months. (Signature) David Evans, Branch Manager (Printed or Typed Name) (Title) 35 TruGreen LandCare (Company) 1323 W. 130th St. Gardena, CA 90247 (Business Address) (310) 354 -1520 (Telephone Number) 04/30/2009 (Date) EXHIBIT H Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines Irvine Ranch water District's ascending block rate structure offers very low rates for use at, or below, allocation and higher rates for use above allocation. The allocation for a particular landscape is determined by four factors: 1. ET (evapotranspiration) from IRWD weather stations located in coastal, central or foothill zones. 2. Kc (crop coefficient), which is the relative amount of water cool- season turn needs at various times of the year. 3. 1_25 (for 80 percent irrigation system efficiency), which is the extra water allocated b make up for inefficiencies in the irrigation system. 4. LA (landscape acreage). This assumes that 100 percent of the landscape is cool- season turfgrass. Allocation formula: ET x Kc x 1.25 x LA= landscape allocation in acre - inches. To convert to CCF, multiply by 36.3. CCF stands for "hundred cubic feet." One CCF equals appro)dmately 748 gallons. Landscape Irrigation Water Rates Effective July 1, 2007 Notes Same, areas inclurie a pumping surcharge. per CCF of mtee used. potable venter . account numlxg start whir 60; reclaimed voter - .account numbers start with 62:- To access this information from IRWD website, irwd.com, click on the ET Hotline icon located on the home page. If you have any questions, or need to discuss your landscape irrigation account, please contact IRWD's Landscape Water Conservation Specialist, Nick Mrvos, at (949) 453 -5324 or email mrvosairwd.com. 36 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 12 July 14, 2009 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: Amendment to the Agreement with TruGreen Landcare, LLC for the Landscape Maintenance of City Parks and Facilities. ISSUE: Should the City Council consider an amendment to the existing Parks and Facilities Landscape Maintenance agreement with TruGreen Landcare, LLC to provide landscape maintenance services at Coastal Peak Park? RECOMMENDATION: Staff recommends that the City Council approve the amendment to the existing agreement with TruGreen Landcare, LLC for the landscape maintenance at Coastal Peak Park at a cost of $106,020 per year. DISCUSSION: Coastal Peak Park, built by the Irvine Company, is located in Newport Coast The facility includes 2 baseball/soccer fields, a tot lot, restrooms, and the popular Pacific Ridge trailhead. The Park is currently in its 60 -day maintenance period, and upon completion of this period, the Park will become City property and the City shall assume maintenance, including the utilization of a computerized central irrigation controller system to reduce water consumption. This is scheduled for August 4 and the park is expected to open to the public on September 1. On April 30, three vendors submitted bids in response to the RFP for the Landscape Maintenance of Coastal Peak Park. TruGreen Landcare and Park West Landscape Maintenance submitted bids of $106,020 and $122,400 Amendment to the Agreement with TruGreen Landcare, LLC for the Landscape Maintenance of City Parks and Facilities July 14, 2009 Page 2 respectively. In addition, Merchants Landscape Services submitted an incomplete bid that was deemed non - responsive. The lowest bid was submitted by the current Parks and Facilities Landscape Maintenance contractor TruGreen Landcare. It is the goal of staff to add the Coastal Peak Park location to the existing Parks and Facilities Landscape Maintenance contract as an amendment in order to streamline the contract administration process and to align the maintenance of the individual park with the remainder of the City's parks and facilities. The Office of the City Attorney has approved as to form the attached Amendment for council consideration. Environmental Review: This action requires no environmental review, as it is not a project pursuant to CEQA. Funding Availability: Funding is included in the FY 2009 -10 Budget. Prepared by: X_� - Maurce Tume Administrative Analyst Attachments: (1) Bid Summary Submitted by: iviarK narmon General Services Director (2) Contract Amendment N Amendment to the Agreement with TruGreen Landcare, LLC for the Landscape Maintenance of City Parks and Facilities July 14, 2009 Page 3 ATTACHMENT I Summary of Coastal Peak Park Landscape Maintenance Bids TruGreen NEW& $106,0201 I - Park West $122,400 $16,380 Merchants I Non-responsive I Amendment to the Agreement with TruGreen Landcare, LLC for the Landscape Maintenance of City Parks and Facilities July 14, 2009 Page 4 ATTACHMENT 2 Contract Amendment i 0 C -3�oo CONTRACT SERVICE AGREEMENT WITH TRUGREEN LANDCARE, L.L.C. TO PROVIDE LANDSCAPE MAINTENANCE FOR CITY PARKS AND FACILITIES THIS AGREEMENT, entered into this 12th day of August 2008. ( "Commencement Date') by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City"), and TRUGREEN LANDCARE, L.L.C., a Delaware Limited Liability Company, whose office is located at 1323 West 130th Street, Gardena, California, 90247, ( "Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Prior to August 1997, City maintained turfgrass in City parks and facilities using its own employees and equipment. C. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private contractor. 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 solicited and received a proposal from Contractor, has negotiated with Contractor, 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, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the price specified in this Agreement. 1 0 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Unless earlier terminated in accordance with Section 26 of this Agreement, the Term of this Agreement shall be for a period of two (2) years. The term shall commence on August 30, 2008, after City Council approval of this contract, and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for three (3) additional one (1) year terms ( "automatic extensions ") with the extensions to automatically commence upon the expiration of the initial term or any extended term, unless the City notifies 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. 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 park and facility locations noted by Exhibits B and C. The services shall be performed at least as frequently as specified in Exhibit D and in compliance with the time schedule set forth in Exhibit E. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit F. Reports shall be submitted by the Contractor in accordance with Exhibit G. Bid Unit Prices and Costs are contained in Exhibits H through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement 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 INDUSTRY 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 INDUSTRY STANDARDS" shall mean those standards of practice recognized by one or more first - class firms performing similar work under similar circumstances. 2 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 the 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 adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. At a minimum, Contractor shall provide, in addition to one (1) supervisor, seventeen (17) full -time positions, as depicted in the below table: # Positions Work Required Vehicle Location Performed (1) Supervisor (1) Leadworker (1) Crew cab truck (2) Irrigation Include (2) Fully stocked trucks All Contract Sites Technicians Irrigation with irrigation controller Except Bonita Maintenance remotes for Rainmaster Canyon Sports Park (1) Irrigation Include (1) Fully stocked truck Bonita Canyon Techician Irrigation with irrigation controller Sports Park Maintenance remotes for Rainmaster (1) Mow Crew Mowing / Turf (1) Crew cab truck All Contract Sites Driver Maintenance (4) Mow Crew Laborers 3 0 0 (2) Detailed Detailed (1) Truck or Bonita Canyon Maintenance Maintenance utility vehicle Sports Park Laborers (2) Detailed Detailed (1) Truck or Back Bay View Maintenance Maintenance utility vehicle Park/ Castaways Laborers Park/ Morning Canyon/ Mesa Birch Park (3) Detailed Detailed All Other Contract Maintenance Maintenance Sites (1) Laborer General litter (1) 1 -Ton stakebed truck All Contract Sites control, refuse removal, and grounds policing The City reserves the right to increase minimum staffing based upon additional acres being added to this contract. D. Work shall be performed by competent and experienced workers. All irrigation maintenance and repairs shall be performed by a California Landscape Contractors Association, Certified Landscape Technician -I (Irrigation). E. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors and lead workers must communicate effectively, both in written and oral English, and shall be present at all times during contract operations. Any order given to these supervisors or lead workers shall be deemed as delivered to the Contractor. F. 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. The Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. G. Persons employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor on fifteen (15) days written notice from the City. H. All Contractor personnel working under this Agreement shall be neat in appearance and in uniforms as approved by the Parks and Trees Maintenance Superintendent when performing contract services. All Contractor personnel shall wear 0 0 identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. I. All work shall be performed in accordance with the highest landscape and maintenance standards. J. 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 shall bear the identification of the Contractor. K. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of contract services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. 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 Eight Hundred Fifty -Two Thousand Dollars ($852,000.00) per year ( "Contract Amount") to perform all the work and services contemplated by and described in Exhibits A through G. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices'. Upon the second anniversary of the Commencement Date and upon each anniversary of the Commencement Date thereafter, the Contract Amount shall be 5 0 0 adjusted in proportion to changes in the Consumer Price Index, subject to the 2.5% 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 Price Index for the same calendar month immediately prior to Commencement Date. For example, if the adjustment is to occur effective June 1, 2008, the index to be used for the numerator is the index for the month of March 2008 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, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Contract Amount in effect immediately preceding such adjustment. No adjustment shall be made on the first anniversary of the Commencement Date. 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 2.5% of the Contract Amount in effect immediately preceding such adjustment. 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. 8. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit F in performing contract services. Any deviation from the materials described in Exhibit F shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 9, City shall reimburse Contractor for the actual cost plus 15% of all irrigation materials installed by Contractor in the M 9 0 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 the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, except such losses or damages as may be caused by 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 its agents, employees, representatives 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 has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 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 Id 0 0 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 site 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 this 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 provided under this Agreement (including, without limitation, defects in workmanship and /or materials) or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. 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. E 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 two million dollars ($2,000,000) 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: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured's 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 9 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 assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 10 • 0 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 quarterly (January, April, July, October) or when changes are made to a controller on the City's Central Irrigation System. Additionally, tailgate safety meeting records and green waste recycling reports will be submitted monthly. 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 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 11 additional services, prior to performance of the work, up to One Thousand Dollars ($1,000.00). Contractor must obtain written authorization from the City Administrator prior to the performance of any additional services that exceed $1,000.00. Contractor shall be compensated for additional services in accordance with the unit prices specified in Exhibit H through J. B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified in Exhibits I and J. In the event the location is withdrawn for a period of less than a full 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 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 12 • 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 not expressly set forth in this Agreement. 20. 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 conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. C. This agreement shall be paid in accordance 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- 13 • • 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). 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 because of race, religion, color, sex, handicap, national origin, or other basis that is in violation 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 Contractors violation of this Section. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: 14 0 0 City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: TruGreen Landcare 1323 West 130`h Street Gardena, CA 90247 Attention: Sergio Hernandez, Branch Manager 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 reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement by giving written notice of termination. B. This agreement may be terminated 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 of undisputed sums 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 contract services are performed as well and as frequently as required by this Agreement. 15 0 0 27. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that attorneys' fees shall not be recoverable by the prevailing party. 28. COMPLIANCE WITH LAW 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. 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. 111151 • 0 34. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 17 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: Y Aaron C. Harp Assistant City Attorney ATTEST: DR-fj CITY CLERK P0Rr 0 CITY OF NEWPORT BEACH A Municip Corporati By: d014 rd i c hNoa City of Newport Beach CONTRACTOR: By: Titl By: Titl • List of Exhibits Exhibit A: Scope of Work Exhibit B: Parks and Facilities Maintenance Locations Exhibit C: Parks and Facilities Turfgrass Maintenance Locations Exhibit D: Maintenance Frequency Schedule Exhibit E: Parks and Facilities Mandatory Schedules Exhibit F: Standard Materials Exhibit G: Required Reports Exhibit H: Unit Prices Exhibit I: Bid Unit Costs (Parks /Facilities Maintenance Locations) Exhibit J: Bid Unit Costs (Parks/Facilities Turfgrass Maintenance Locations) 19 • • 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, weed free, vigorous, and well -kept state at all times. II. DESCRIPTION OF PROJECT (SCOPE OF WORK) 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. Turfgrass weed eradication and control, both mechanically and with chemicals. 3. Turf, shrub, and tree fertilization. 4. Shrub and groundcover trimming, pruning, and training. 5. Minor tree pruning and staking. Pruning trees under 8 feet in height. 6. Irrigation programming, monitoring, maintenance, and repair. 7. Water meter reading and water conservation. 8. General rodent, pest, and disease control on landscape planting and turf. 9. Mowing, verticutting, and aerifying. 10. General litter control, refuse removal, and grounds policing. 11. Plant replacement. 12. Hardscape cleaning. 13. Maintenance of sand and wood chip areas. 14.Access roadway clearance and visibility maintenance. 15. General drainage structure and system maintenance. 20 • • 16. Drinking fountain maintenance. 17. Reporting vandalism, graffiti, or any safety concerns. 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. 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. 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 or after 5:00 PM. IV. TERM OF CONTRACT The term of this agreement shall be for a period of two (2) years, with up to three (3), one (1) year extensions, renewable on an annual basis as City's sole discretion. The City reserves the right to terminate the agreement unilaterally at any time upon thirty (30) days written notice to the Contractor. This Agreement can be renewed in one year increments in the Citys sole discretion, based upon an evaluation of performance of the maintenance contractor with a determination of satisfactory performance by the City. 21 • r V. LEVEL OF MAINTENANCE All work shall be performed in accordance with the HIGHEST INDUSTRY STANDARDS, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and /or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or month. Payment will be retained for work not performed until such time as the work is performed to City standard. 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. VI. 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 day of said month. The supervisor of this contract shall be available to meet with the City's representative daily during working hours, as necessary. 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. VII. 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 22 0 completion of this work, shall be performed by the Contractor as if described in the specifications. VIII. ADDITIONAL TERMS IX. Contractor and City have agreed to the following additional terms: A. Mulching of landscaped areas will be included as "specialty operations" and will be performed under the conditions noted in Section XV. B. An additional reel mower operator and truck will be allocated to the City up to two days per week to mow larger parks. This is an addition to the minimum manpower required by the agreement. C. The Area Supervisor will meet daily with City staff to discuss immediate work requirements. D. The City and Contractor agree to negotiate the price of the landscape maintenance for any new parks or facilities developed during the term of this agreement. The City retains the right to negotiate with other contractors for the work. E. Contractor and City staff will conduct training of Contractor's employees as necessary to provide instruction on landscape and irrigation maintenance, and safety issues. F. Contractor will apply gypsum at up to seven selected turf areas per year. All correspondence shall be addressed to Dan Sereno, Parks and Trees Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California 92663 -3884. X. PROVISIONS FOR EXTRAS No new work of any kind shall be considered extra work 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 any safety items or emergency repairs which are made without prior City approval. Documentation of contract compliance may be required on some occasions. 23 XI. 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 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. Beacon lighting visible from behind the vehicle will be installed on vehicles working along City streets. XII. 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 nor the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. XIII. RECORDS The contractor shall keep accurate records concerning all of his /her employees or agents. The contractor shall provide this information in an organizational chart as changes in staffing occur. Additionally, the contractor shall provide the City with names and telephone numbers of emergency contact employees. The contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Trees 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. The Contractor shall, within fifteen (15) days of the effective date of an executed agreement, prepare and submit a written annual maintenance 24 0 0 calendar to the Parks and Trees Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the park 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 Trees 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 only at any reasonable time. XIV. 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 of receiving notification. XV. 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 aerifrcation, turf dethatching, seeding, preventive and curative application of fungicide, herbicide or any required pesticide applications, water truck operations, and plant replacements. Positions used for specialty operations shall be in addition to those outlined on page 10, section K -1, of the RFP. XVI. 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. XVII. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a 30 minutes 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 25 0 0 utilized and the answering service shall be capable of contacting the Contractor by 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. XVIII. SCHEDULES Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the Agreement. 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 Agreement. 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, week or month. 26 0 0 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. XIX. 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. If the Parks and Trees Maintenance Superintendent can not be reached, the contractor shall notify the Parks Maintenance Supervisor. XX. UNDERGROUND EXCAVATIONS XXI. 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. The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Trees Maintenance Superintendent with all of the following: 27 0 0 1. A copy of Contractors Orange County Agricultural Commissioners Restricted Materials Permit/Operator I.D. numbers and a copy of the Contractors Pest Control Business License. 2. A written "Pest Control Recommendation" for each chemical and site before Contractor uses any pesticide. The Contractor shall provide (in a three ring binder) with each Pest Control Recommendation the material safety data sheets and manufacturers label for each chemical. 3. A `Pesticide Use Daily Record" for any site that a pesticide was used, within 24 hours of application including: chemical name, quantity applied, applicators name, and date 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. A Notice of Intent will also be issued whenever chemicals are applied to turfgrass, regardless if it is "Restricted." 5. The contractor shall provide a "Proposed Pesticide List" of all the pesticides they intend to use for this contract, including toxicity category and Environmental Protection Agency number for each chemical, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent. 7. A Pest Control Operator with a Qualified Applicator License will be assigned to this contract to apply restricted materials. 8. Provide annual pest control training records for all employees who will be applying such pesticide specified on those records. ►W 9 0 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," Attachment A. 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 facilities. 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/her 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 /her construction and installation equipment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor for his /her 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 at 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. ►W • • All insects, other like pests, and diseases 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 areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. All sand and wood chip areas abutting maintained areas shall be cleaned daily when dirtied by Contractor's operations and at other times as required. Trash cans provided by the City shall be emptied daily 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. All barbecue grills shall be emptied of all ashes once per week. II. SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS Drainage Facilities 1. All drainage structures shall be checked and cleaned weekly 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. 30 0 0 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 Contractor shall not be responsible for the water meter assembly as he /she may cause damage to these items. a. Repair and adjust all sprinkler heads to maintain proper and uniform water application. The Contractor will adhere to all State, County, and local regulations accordingly. b. Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under - watering or over - watering. c. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and 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 monthly reports in January, April, July and October. L Areas that require irrigation will have such accomplished no earlier than 11:00 p.m. nor later than 6:00 a.m. j. Contractor will maintain moisture sensors at all sites at which such a unit is installed. 31 • i k. Contractor will maintain master valve and flow sensors at each site they are installed. Master valves will be tested weekly and repaired as required. 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 at each site. However, the contractor shall be responsible for the proper operation of the system at all times and shall perform obvious repairs as they occur or are needed. 4. Contractor will not charge labor for any irrigation repairs, unless it is pre - approved by the City for emergency repairs on overtime. Water Conservation Contractor shall appoint a staff member to act as the Water Manager. Contract personnel performing water management duties shall have the following abilities and must meet the following requirements. Abilities 1. Meet Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines and monthly water allocations (Exhibit K). 2. Maintain a healthy landscape. 3. Calculate evapotranspiration (ET) rates to GPM. 4. Maintain all parks and landscape in a usable condition (no flooding due to over - irrigation). 5. Troubleshoot and diagnose irrigation systems issues and take corrective action. Requirements 1. The Water Manager shall program all controllers weekly according to the IRWD allocation. 2. The Water Manager shall read all IRWD meters on a weekly basis, and provide this data to City Representatives if requested. 32 • • 2. The Water Manager shall notify the Contractor or City Representative of all required repairs. 3. The Contractor shall meet the IRWD monthly water allocations for each meter on all streetscape and park applications. The Contractor shall maintain healthy plant material, and avoid monthly IRWD penalties. Damages for Water Management 1. Should the Contractor exceed the IRWD allocation, all penalty charges for water used above the allocation will be deducted from the contractors monthly billing. 2. Deduction shall exclude all approved appeals such as mainline and control valve failures. 3. The City's Representative shall meet monthly with the Contractor's Representative and the Contractors Water Manager to review over - allocation water billing to determine which water billing appeals are to be approved and which are to be waived. 4. The Contractor shall copy City Representative on all such appeals, include all meter readings and allocation calculations. 5. Over - allocations that do not qualify for appeal or have not been waived will be deducted from the Contractor's monthly payment. 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 with a gas - powered walk - behind edger. 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. 33 • • 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 (approved by City) shall be maintained in this area at all times. 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. L Edging using a string line along the base paths as a guide to be performed weekly at Bonita Canyon Sports Park and other baseball infields as needed. 2. Mow turf to the following heights: a. Warm season turf including Bermuda grass- 1/2 to 1 1/4 inches. b. Cool season turf including Bluegrass, Perennial Rye, Fescues - 1 1/2 to 3 inches. c. Kikuya and St. Augustine turf - 1 1/4 to 1 3/4 inches. d. A reel -type mower shall be used to mow all athletic fields, unless otherwise directed by the City. Scheduling will not conflict with public use /sport group activities and will occur on Wednesday or Thursday. 3. Vertical mowing of warm season grasses shall be done once per year in September, permitting sufficient time for turf regeneration. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized four times per year using a homogenous, pellet or granular slow - release material. City must approve the material used. Apply at the following rates and time: a. January: 16 -6 -8 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. 0 • • b. April 22 -3 -9 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. c. July: 21 -3 -5 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. d. October: 16 -6 -8 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. e. 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. f. The Contractor shall perform a soil fertility analysis at individual parks (up to 13) as directed by the City in the month of December and review the analysis with the City representative in the month of January. g. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broadleaf weeds shall be initiated as needed on all turf. 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). Aerate all athletic fields an additional two times in January and July. a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. d. Topdress two times per year with approved topdress material at a depth of one - quarter (1/4) inch (for sports fields only, immediately following October and April aerations). 35 i • e. Apply Gypsum at 25 pounds /1,000 square feet to select turf areas one time per year as conditions dictate. 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 entire irrigation system at each site weekly, or more often when conditions warrant, too ensure proper operation of irrigation system. 8. Control all rodent pests as necessary to provide a healthy and safe environment for turf and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs. Correct as necessary. 10.Scheduling of mowing and turf care maintenance times will be approved by the City. Use by the public will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed -free condition. a. Weeds shall be removed as they appear. A pre - emergent herbicide shall be applied in all shrub and ground cover beds twice per year, once in April and once in September. b. Morning glory and grass infestations shall be treated immediately when observed. c. Groundcover areas shall be fertilized twice per year, once in April with 22 -3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. 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. 01 e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f. Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed to ensure a layer of mulch at least 2" of mulch at all times. 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 specked by the Parks and Tree Maintenance Superintendent. b. Pruning shall be accomplished to maintain a "natural" appearance; decorative, poodle cuts, or other unnatural pruning will not be permitted. c. Control pests as required, including snails and insects. d. Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. e. Areas shall be fertilized twice per year, once in April with 22 -3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. f. 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. g. Irrigate as required to maintain adequate growth and appearance. Manually water where necessary. h. 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, fountain grasses and other similar 37 0 0 plants shall be removed immediately after blooming or as directed by City. i. All bare shrub bed areas shall be raked weekly to remove all litter and other debris. j. 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. k. Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. I. Bark mulch should be replaced as necessary to ensure 2" of mulch at all times. m. All plant material will be trimmed to protect property owners' ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. The Contractor is responsibility for trimming all trees up to eight (8) feet in height. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. e. Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Parks and 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. M • • 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" thick layer of bark mulch unless ground cover is present. Weeds shall be removed, including their roots, before they reach 3" in height. i. All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. 3. Complete pruning, heading back, lacing out, or removal will only be done at the direction of the City and at the prescribed unit price. All such pruning shall be made in accordance with current International Society of Arboricultural techniques and practices that promote the natural character of the tree. 4. All pruning shall be done with clean, sharp tools appropriate for the intended work. Cuts shall be made sufficiently close to the parent limb, without cutting into the branch collar or leaving a stub, so that closure can readily start under normal conditions. Hardscape Maintenance 1. During each site visit, concrete (including stamped concrete) and asphalt areas, including turn pocket fingers, driveways, parking areas, sidewalks, patios, shall be checked and cleaned. a. All expansion joints and cracks are to be maintained free of weeds. b. Dirt, litter, and other debris must be removed on a weekly basis. c. Inspect for safety hazards, including tripping hazards, holes, or other conditions. Immediately report such to the Parks and Tree Maintenance Superintendent. 2. Vacuums, blowers, sweepers or other approved means may be used to clean hardscape areas. However, debris shall not under any circumstance be blown or otherwise swept onto adjacent streets or property. All debris must be picked up by the Contractor and removed from the site. Any equipment that is used for cleaning hardscape must be approved by the City. 39 • 0 General Grounds Policing 1. The Contractor shall provide general grounds policing and inspection six (6) days per week, except general grounds policing and inspection will be seven (7) days per week from Memorial Day through Labor Day. a. Remove all litter and other debris from site six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. 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, week, or month. c. Provide safety and facility inspection and immediately report any deficiencies to the Parks and Trees 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, park benches, gazebos 3. Signage 4. Graffiti d. All areas, benches, picnic tables, and associated park amenities shall be inspected and cleaned six (6) days per week and seven (7) days per week, Memorial Day through Labor Day. Contractor shall use a welted rag to wipe these down as needed. Sand/Wood Chip Areas 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed -free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). 40 • • All additional sand or wood chips that are added shall be at the contractor's expense. d. All sand and wood chip areas shall be cleaned and raked level, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. Specialty /Sports Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, baseball dugouts and bleacher areas, bicycle trails, all asphalt, and concrete and decomposed granite walkways. b. All areas shall be swept and refuse disposed of off site, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day, if necessary, to remove all deposits of silt and /or sand and glass and other debris. c. On Monday and Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six (6) days per week and seven (7) days from Memorial Day through Labor Day 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 (6) days per week and seven (7) days per week from Memorial Day through Labor Day and maintained in a neat, clean, and safe condition at all times. h. All areas shall be raked to remove leaves and debris six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. 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 41 0 0 j. All leaves, paper and debris shall be removed from hardscape areas and disposed of off -site. Drinking Fountains 1. Inspect, clean, and adjust six days per week. 2. Report any deficiencies to the City immediately in writing. Native and Drought Tolerant Park Maintenance — Back Bay View Park, Castaways Park, Morning Canyon Park, Bonita Canyon Sports Park, and Mesa Birch Park These requirements are in addition to the above written Technical Maintenance Specifications: 1. All native and drought tolerant plant material at these sites will be maintained in their natural shape. All dead wood for natives will remain on the plant or where it has fallen. 2. The areas shall be maintained weed -free. Only manual pulling or mechanical cultivation of non - native weed species will be allowed. 3. The contractor's maintenance personnel will be trained to distinguish weedy plant species from native or drought tolerant vegetation to ensure that only weedy species are removed. 4. All weeds will be removed manually before they can attain a height of six inches (6 ") or produce seeds, whichever comes first. 5. Pulled weeds will be placed in a "mantilla" to prevent the seeds from coming in contact with the ground and removed from the project site during the same day's maintenance. 6. For Morning Canyon Park, leaf and branch drop and organic debris from native species shall be left in place. 7. For California Meadow Sedge areas at Castaways Park follow Turf Maintenance Specifications (pages 30 -33), unless otherwise directed differently by City. Wash mower thoroughly prior to each mow at Castaways Park. Apply two (2) inch layer of mulch to walkways at Castaways Park and Back Bay View Park once per year. Hand pull all weeds in California Meadow Sedge areas prior to each mow, no chemical eradication will be permitted. 42 0 8. Hand water trees without bubblers as needed at Castaways Park and Morning Canyon Park. Monitor excessive summer irrigation to Oak trees at Castaways Park, especially those situated in California Meadow Sedge areas. 9. Inspect rabbit fencing at Back Bay View Park once per week. 10.At several times during the year, especially during the rainy season (November — May), the contractor shall ensure there is sufficient staff to accommodate manual removal of all weeds throughout the sites. If the Contractor fails to increase staff to accommodate timely weed removal, per specifications, the City may hire an outside Contractor to assist in weed removal and deduct these fees from the Contractor's monthly maintenance invoice. 43 • 0 EXHIBIT B Parks /Facilities Maintenance Locations Parks Address Acreage Arroyo Park 1411 Bayswater, Bison Ave. at Bayswater 8.0 Back Bay View Park Jamboree Road @ East Coast Hwy 8.13 Balboa Island Park 115 Agate Ave 0.18 Ba side Drive Bayside Dr. between Carnation and Larkspur 4.4 Bayview Mesa Dr. Bayview Ave. 3.0 Begonia Be onia Ave. at First Ave. 2.1 Bob Henry 16 Street @ Dover Drive 4.8 Bonita Canyon Sports Park 1990, 1880, 1641 Ford Road 38.0 Bonita Creek University Dr. @ La Vida 10.0 Buffalo Hills Newport Hills Dr. East/West @ Ford Rd. 15.0 Castaways Park 16 Street Dover Drive 18.83 Eastbluff Vista Del Oro Vista Del Sol 13.9 Irvine Terrace Seadrift Dr. Evita Dr. 6.8 Jasmine View Harbor View Dr. @ Marguerite Ave. 1.0 Manning Tract Newport Hills Dr. W. and Port Wheeler PI. 2.7 Upper Bay View Park 2081 Mesa Drive 0.71 Morning Canyon Corner of Surrey Drive @ Rockford Road 1.0 Old School Carnation Ave. @ 4th Ave. 0.8 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. 4.1 San Miguel San Miguel Dr. @ Spyglass Hill Rd. 7.3 Spyglass Hill Spyglass Hill Rd @ El Ca itan Dr. 1.4 Spyglass Hill Reservoir Muir Beach Circle 1.0 Sunset View North of West Coast Hwy off of Superior Ave 0.7 Total Acreage 153.85 m i • EXHIBIT B (Continued) Facilities Address Acreage Central Library 1000 Avocado Ave. 3.3 Police Department 870 Santa Barbara Dr. 0.4 Fire Station #7 — Santa Ana Heights 20401 Acacia St. 1.3 Fire Station #4 — Balboa Island 124 Marine Ave. .03 Fire Station #3 — Fashion Island 868 Santa Barbara Dr. 0.1 Total Facilities Acreage 5.13 Grand Total 158.98 acres M • i EXHIBIT C Parks /Facilities Turfgrass Maintenance Locations Parks Address Acreage Bolsa Bolsa Ave. Old Newport Blvd. 0.1 Channel Place Channel Place @ 44 St. 1 Cliff Drive Cliff Dr. Q Riverside Dr. 1.5 Ensign View 2501 Cliff Dr. @ El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. 1 Grant Howald Iris Ave. @ 5 Ave. 2.5 Harbor View Nature San Miguel Dr. Pacific View Dr. 1 Kings Road Kings Road west of St. Andrews Road 0.1 "L" Street "L" St. Piazza del Sur 0.5 Las Arenas Balboa Blvd. @ 16 St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Mariners Dover Dr. a Irvine Ave. 5 Newport Island Marcus 39 St. 0.1 Newport Shores 615 St. Coast Blvd. 0.1 Oasis Passive Marguerite Ave. @ 5 Ave. 3.4 Ocean Blvd. Bluffs Ocean Blvd. from Femleaf Ave. to Poppy Ave. 1 Peninsula Main St. @ East Ocean Front, Balboa 3.5 Veteran's Memorial 15 St. @ Bay Ave. 0.4 Westcliff Polaris Dr. @ Westwind Way 1 West Jetty View Ocean Blvd. @ Channel Rd., Balboa 0.2 West Newport Seashore Dr. between 57 St. & Santa Ana I River Jetty 4 38 Street Balboa Blvd. @ 38 St. 0.3 Total Acreage 27.9 M, 4 r EXHIBIT C (Continued) Facility Address Acreage CdM State Beach Ocean Blvd. a Jasmine Ave. 1 Fire Stations: 3300 Newport Blvd.0 32nd St. 1 1 Balboa Blvd. Q Island Ave. 0.1 2 32nd St. @ Villa Way 0.1 5 Marigold Ave. between Coast H /2nd Ave. 0.1 6 Irvine Ave. Dover Dr. 0.1 Libraries: A St. and Balboa Blvd. 0.1 Balboa Balboa Blvd. @ Island Ave. 1 0.2 Corona del Mar Marigold Ave. between Coast Hwy/2nd Ave. 1 0.1 Miscellaneous: CdM State Beach Ocean Blvd. a Jasmine Ave. 1 City Hall 3300 Newport Blvd.0 32nd St. 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd. McFadden PI. 0.2 Oasis Senior Citizens Ctr. 800 Marguerite Ave. @ 5th Ave. 1 W. Nwpt Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 "A" Street Pump Station A St. and Balboa Blvd. 0.1 Total Acreage 12.1 Grand Total 40.0 47 9 0 EXHIBIT D Maintenance Frequency Schedule FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times /year Vertical Mow Once /year Aerate Twice /year, Four times for Sports Fields Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Gypsum Application Once/ ear, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre-emergent Application Twice/ ear Shrub, Vine, and Tree Maintenance Trim Four times/year Fertilize Twice /year (once /year for trees) Restake /Check Each site visittevery two weeks min. Visual Inspection Weekly Hardscape Maintenance Six days/ week, Seven days/ week Memorial Day thru Labor Da Grounds Policing /Litter Removal, Including Specialty /Sports Areas Six days/ week, Seven days/ week and Park Amenities Memorial Day thru Labor Da Site Inspection Six days/ week, Seven days/ week Memorial Day thru Labor Da D3 9 EXHIBIT D (Continued) FUNCTION FREQUENCY Sand /wood chip areas Cleaned and raked Six days/week, Seven days/ week Memorial Day thru Labor Day Rototilled Four times/ ear Drinking Fountains Six days /week, Seven days/ week Memorial Day thru Labor Da Native Area Maintenance Weed Control As needed Tree Handwaterin Weekly m 0 0 EXHIBIT E PARKS AND FACILITY AREAS Sites Requiring Mandatory Mowing Schedules Before 7:00 a.m. Before 9:00 a.m. Before 10:00 a.m. After 1:30 p.m. Cibf Hall 38th St. Park Las Arenas Park Lincoln Athletic Ctr. Newport Pier Plaza Peninsula Park Buffalo Hills Park Sports Fields after 1:00 p.m. Oasis Senior Citizens Ctr. Wed West Jetty View State Beach W. Newport Park Ocean Blvd. Bluffs Ensign View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas San Joaquin Hills Park San Miguel Park Begonia Park Will • EXHIBIT F STANDARD MATERIALS All material used in maintenance must conform to the products listed below. Any deviation from the approved list must be approved by the City of Newport Beach before installation. Any item not mentioned in the Standard Materials list must be approved by Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: HEADS • Toro 570Z -COM 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 570Z -COM 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 of Newport Beach. Please contact Parks Supervisor Randy Kearns 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 BATTERY POWERED IRRIGATION • Rain Bird TBOS Battery Operated Controller • Rain Bird GB Series Remote Control Valve • Rain Bird Potted Latching Solenoid 51 EXHIBIT F (Continued) MISCELLANEOUS • Febco 825Y RP • Spears # DS -100 Dri- Splice Connectors with crimp sleeves • Spears # DS -300 Dri- Splice Sealant • Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover • Griswold DW Series Valve (Control Valve) • Griswold 2160 Solenoid Valve (Normally Open Master Valve) • Griswold 2000 Solenoid Valve (Normally Closed Master Valve) • Matco 754 Series Full Port Ball Valve • 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 • Rockwell Metal Repair Clamp for all Main Line repairs • PVC Slip Fix for Lateral line repairs only TURF FERTILIZERS, ETC., A. All commercial fertilizers must be homogenous. B. All organic fertilizers must have lowest salinity rate possible. C. No steer or chicken manure is allowed. D. All fertilizers, planting medium, humus material, etc. must be City approved. PLANT STOCK All selection and condition of the plant material of trees, shrubs, annuals and perennials, flowers, and approved by the Parks and Trees Maintenance planting. plant stock, seed, sod, ground covers must be Superintendent before 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. 52 0 EXHIBIT G REQUIRED REPORTS 1. Annual Maintenance Schedule which includes: Organization chart, mow and trash schedules, once per year submittal. 2. Weekly Maintenance Schedule, including approved extra work. 3. Weekly Performance Report, including approved extra work completed. 4. Monthly Chemical Use Report (As sent to County Agriculture Commission), daily as needed for certain applications. 5. Monthly Fertilizer Use Report. 6. Proposed Pesticide List with EPA numbers, Pesticide Recommendations, Labels and Material Safety Data Sheets. 7. Weekly irrigation inspection check list (to include controller and site inspection for all sites and a list of any repairs required). 8. Irrigation controller programming charts, submitted quarterly (January, April, July, October). 9. Bi- weekly maintenance inspection list for all sites. 10.Annual pesticide safety training records. 11. Required tailgate safety meeting records, include with Monthly Maintenance Report. 12. Monthly maintenance report which includes Monthly Greenwaste Report. 13. Weekly Master Valve /Flow Sensor inspection checklist. 14. Monthly pest and disease inspection for all sites conducted by a qualified applicator certificate or license holder. 53 0 0 EXHIBIT H UNIT PRICES 1. The Contractor agrees that for requested and /or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. 2. 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. 3. 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. 4. All work shall be performed in accordance with specifications described in the RFP. 54 TURF 0 0 FUNCTION COST /UNIT OF MEASURE Turf Mow -Real Blade 5.00/ 1000 Sq. Ft. Turf Mow -Rotary Blade 5.00/ 1000 Sq. Ft. Turf Edge 1.50/ 1000 Linear Ft. Turf Aerify 5.00/ 1000 Sq. Ft. Turf Fertilize 4.00/ 1000 Sq. Ft. Turf Dethatch /Renovate $260.00 1 Acre Turf Topdress only 7.00/ 1000 Sq. Ft. Turf Gypsum Application at 25lbs 3.00/ 1000 Sq. Ft. HARDSCAPE Cleaning $5.00 / 1000 Sq. Ft. Powerwashing $10.00 / 1000 Sq. Ft. GROUNDCOVERS Fertilize $4.00 / 1000 Sq. Ft. PEST CONTROL Tree disease /insect foliar spray $85.00 / Tree (using Talstar or Equal) Tree disease /insect root injections (using Merit or Equal) Pre - Emergent/turf or planter (using Snapshot or Equal) General Weed Control Post Emergent (using Roundup or Equal) SHRUB PRUNING /REMOVALS Pruning Removals FULL TREE PRUNING /REMOVALS Pruning Removals 55 85.00/ Tree 50.00/ 1000 Sq. Ft. 25.00/ 1000 Sq. Ft. 10.001 10' Linear feet 85.00/ 10' Linear feet 195.00/ Tree 995.001 Tree • • PLANTING (All shrubs and trees will be planted with approved soil amendment) 1 Gal. Shrub 5 Gal. Shrub 15 Gal. Shrub 15 Gal. Tree (with root barriers, tree stakes and ties) 24" Box Tree (with root barriers, tree stakes and ties) 36" Box Tree (with root barriers, tree stakes and ties) 64 Count Flat Groundcover 16 Count 4" Flat Annual Color Turf - Seed and Top Dress Turf - Sod 10.001 Each 25.001 Each 85.00/ Each 105.00/ Each 325.00/ Each $895.00 Each 30.00/ Flat 35.001 Flat 120.00/ 1000 Sq. Ft. $1,200.00 1000 Sq. Ft. Hand spread and rake in City supplied seed (in California Native areas) $12.00 / 1000 Sq. Ft. LABOR Landscape Maint. Supervisor $25.00 1 Hour Pest Control Applicator $45.00 1 Hour Irrigation Specialist $25.00 1 Hour Landscape Maint. Leadworker $25.0 0/ Hour Equipment Operator $65.0 0/ Hour Landscape Maint. Laborer $20.0 0/ Hour Tree Trimmer $65.0 01 Hour EQUIPMENT 1 Ton -Truck $360.00 / Day MULCHING 0 -2" Mulch at 2" layer $45.00 1 1000 Sq. Ft. GREENWASTE Disposal $70.00 1 Ton 01 0 Park and Facility Maintenance Park and Facility Turgrass Maintenance $2,500.00 AcreNear $4,500.00 AcreNear Park and Facility Native Park Maintenance $2,500.00 / AcreNear 57 0 0 EXHIBIT I BID UNIT COSTS Parks /Facilities Maintenance Locations Parks Address Yearly Cost Arroyo Park 1411 Bayswater; Bison Ave at Bayswater $ 41,216.00 Back Bay View Park Jamboree Rd @ East Coast H $ 34 863.00 Balboa Island Park 115 Agate Avenue $ 2,083.00 Bayside Drive Bayside Dr. between Carnation and Larkspur $ 17,327.00 Bayview Mesa Dr. Bayview Avenue $ 12,496.00 Begonia Begonia Ave. at First Ave. $ 8,746.00 Bob Henry W Street @ Dover Drive $ 17,993.00 Bonita Canyon Sports Park 1990, 1880, 1641 Ford Rd $164,928.00 Bonita Creek University Dr. @ La Vida $ 52,629.00 Buffalo Hills Newport Hills Dr. East/West @ Ford Rd. $ 62,480.00 Castaways Park 16m St. @ Dover Drive $ 54,000.00 Eastbluff Vista del Oro Vista del Sol $ 58,897.00 Irvine Terrace Seadrift Dr. Evita Dr. $ 28,323.00 Jasmine View Harbor View Dr. @ Marguerite Ave. $ 4,165.00 Manning Tract Newport Hills Dr. W. and Port Wheeler PI. $ 12,246.00 Upper Bay View Park 2081 Mesa Drive $ 1,670.00 Morning Canyon Corner of Surrey Dr. @ Rockford Rd. $ 4,165.00 Old School Carnation Ave @.0 Ave. $ 4,331.00 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. $ 17,077.00 San Miguel San Miguel Dr. @ Spyglass Hill Rd. $ 41,382.00 Spyglass Hill Spyglass Hill Rd. Q El Ca itan Dr. $ 5,831.00 Spyglass Hill Reservoir Muir Beach Circle $ 4,165.00 Sunset View North of West Coast Hwy off of Superior Ave $ 2,915.00 Facilities Address Yearly Cost Central Library 1000 Avocado Ave. $ 13,745.00 Police Department 870 Santa Barbara Dr. $ 1,666.00 Fire Station #7 — Santa Ana Heights 20401 Acacia St. $ 12,000.00 Fire Station #4 — Balboa Island 124 Marine Ave. $ 500.00 Fire Station #3 — Fashion Island 868 Santa Barbara Dr. $ 416.00 40 0 • EXHIBIT J BID UNIT COSTS Parks /Facilities Turfgrass Maintenance Locations Parks Address Yearly Cost Bolsa Bolsa Ave. @ Old New ort Blvd $ 416.00 Channel Place Channel Place @ 44 St. $ 4,165.00 Cliff Drive Cliff Dr. Riverside Dr. $ 6,248.00 Ensign View 2501 Cliff Dr. El Modena Ave. $ 2,083.00 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. $ 4,165.00 Grant Howald Iris Ave. 5,n Ave. $10,413.00 Harbor View Nature San Miguel Dr. @ Pacific View Dr. $ 4,165.00 Kings Road Kings Road west of St. Andrew's Road $ 416.00 "L" Street "L" St. @ Piazza del Sur $ 2,083.00 Las Arenas Balboa Blvd. 16 St. $ 832.00 Lido Via Lido entrance to Lido Island $ 2,083.00 Mariners Dover Dr. in Irvine Ave. $20,000.00 Newport Island Marcus @ 39 St. $ 416.00 Newport Shores 615 St. @ Coast Blvd. $ 416.00 Oasis Passive Marguerite Ave. 5m Ave. $13,162.00 Ocean Blvd. Bluffs Ocean Blvd. from Femleaf Ave. to Poppy Ave. $ 4,165.00 Peninsula Main St. East Ocean Front, Balboa $ 14,579.00 Veteran's Memorial 15 St. Bay Ave. $ 1,640.00 Westcliff Polaris Dr. @ Westwind Way $ 4,165.00 West Jetty View Ocean Blvd. Channel Rd., Balboa $ 832.00 West Newport Seashore Dr. btwn 57 St. & Santa Ana River Jetty $16,662.00 38 Street Balboa Blvd. @ 38 St. $ 1,249.00 Facility Address Yearly Cost Fire Stations: 1 Balboa Blvd. @ Island Ave. $ 416.00 2 32" St. @ Villa Way $ 416.00 5 Marigold Ave. between Coast Hwy/2 n Ave. $ 416.00 6 Irvine Ave. Q Dover Dr. $ 416.00 Libraries: Balboa Balboa Blvd. a Island Ave. $ 832.00 Corona del Mar Marigold Ave. between Coast Hwy/2 n Ave. $ 416.00 59 r i Miscellaneous: "A" Street Pump Station A St. and Balboa Blvd. $ 500.00 CdM State Beach Ocean Blvd. Jasmine Ave. $ 4,165.00 City Hall 3300 New ort Blvd. @ 32" St. $ 4,165.00 Lincoln Athletic Center 3101 Pacific View Dr. $38,235.00 Newport Pier Plaza Balboa Blvd. McFadden Pl. $ 832.00 Oasis Senior Citizens Center 800 Marguerite Ave. @ 5 Ave. $ 4,165.00 W. Nwpt Community Ctr. 883 W. 15 St. off Placentia Ave. $ 416.00 .E 611111co-doog) CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 5 August 12, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, 949 -644 -3055 mharmon(cDcitv.newaort- beach.ca. us SUBJECT, Agreement with TruGreen Landcare, LLC for the Landscape Maintenance of City Parks and Facilities ISSUES: Should the City Council enter into a two -year agreement with TruGreen Landcare, LLC to provide landscape maintenance services in City parks and facilities and fund the increase over the previous contract for the remainder of the fiscal year? RECOMMENDATION: Staff recommends that the City Council: (1) Approve a two -year agreement with TruGreen Landcare, LLC of Gardena for the landscape maintenance of City parks and facilities at a cost of $852,000 per year; and (2) Approve a budget amendment in the amount of $145,443, from General Fund Unappropriated Reserves, to fund the increase in cost over the expiring contract for the remainder of the fiscal year. DISCUSSION: At its July 8 meeting, the City Council authorized General Services Department staff to negotiate with TruGreen Landcare, LLC for the landscape maintenance of City parks and facilities. TruGreen had the lowest cost of the seven proposals received in an RFP process, and is currently the contractor performing the work at these locations. The RFP represented staff's intent to combine two existing contracts Agreement with TruGreen Landcare, LLC for the Landscape Maintenance of City Parks and Facilities August 12, 2008 Page 2 (Maintenance of Parks and Facilities and the Maintenance of Bonita Canyon Sports Park) into a single agreement, since the scope of work is similar for each. Following Council authorization, staff met with TruGreen staff to negotiate and refine the company's proposal. The following items were agreed upon: • Mulching of landscaped areas will be included as "specialty operations" and will be performed by additional staff outside of the minimum required manpower. • An additional mower operator and truck will be allocated to the City up to two days per week to mow larger parks, in addition to the minimum manpower required by the agreement. • The TruGreen Area Supervisor will meet daily with a City staff member to discuss immediate work requirements. • The City and TruGreen agree to negotiate the price of landscape maintenance services for any new parks or facilities developed during the term of this agreement. • TruGreen and City staff will conduct training of TruGreen's employees as necessary to provide instruction on landscape and irrigation maintenance, and safety or other issues. These changes have been included in the attached agreement. FUNDING: The proposed contract is $13,222 more per month than the current agreements the City has with TruGreen Landcare, due to the substantial increases in fuel, personnel, and equipment since the Parks /Facilities contract was approved in 2006 and the BCSP contract was approved in 2003. Additionally, the Parks Division budgets an extra 10% of contract costs to fund extra work outside the scope of work, such as irrigation repairs, replanting of dead or declining vegetation, and miscellaneous repairs due to damage and wear and tear. Consequently, staff is requesting a budget amendment in the amount of $145,443 from General Fund Unappropriated Reserves into Account 3170 -8088 (Parks Maintenance Division — Services - Contract) to fund the difference of the monthly maintenance cost and extra work over the ten months of the fiscal year for which this contract will be in force (August 30, 2008 through June 30, 2009). • Agreement with TruGreendcare, LLC for the Landscape Maintenance of City Parks and Facilities August 12, 2008 Page 3 ENVIRONMENTAL REVIEW: This action requires no environmental review, as it is not a project pursuant to CEQA. Prepared by: r We Pisani Deputy General Services Director Attachment: (1) Proposed Agreement (2) BudgetAmendment Submitted Mark Harmon General Services Director • CONTRACT SERVICE AGREEMENT WITH TRUGREEN LANDCARE, L.L.C. TO PROVIDE LANDSCAPE MAINTENANCE FOR CITY PARKS AND FACILITIES THIS AGREEMENT, entered into this 12th day of August 2008. ( "Commencement Date ") by and between the City of Newport Beach, a Municipal Corporation and Charter City ( "City"), and TRUGREEN LANDCARE, L.L.C., a Delaware Limited Liability Company, whose office is located at 1323 West 130th Street, Gardena, California, 90247, ( "Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Prior to August 1997, City maintained turfgrass in City parks and facilities using its own employees and equipment. C. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private contractor. 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 solicited and received a proposal from Contractor, has negotiated with Contractor, 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, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the price specified in this Agreement. 1 0 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Unless earlier terminated in accordance with Section 26 of this Agreement, the Term of this Agreement shall be for a period of two (2) years. The term shall commence on August 30, 2008, after City Council approval of this contract, and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for three (3) additional one (1) year terms ( "automatic extensions ") with the extensions to automatically commence upon the expiration of the initial term or any extended term, unless the City notifies 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. 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 "worts" hereunder, at the park and facility locations noted by Exhibits B and C. The services shall be performed at least as frequently as specified in Exhibit D and in compliance with the time schedule set forth in Exhibit E. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit F. Reports shall be submitted by the Contractor in accordance with Exhibit G. Bid Unit Prices and Costs are contained in Exhibits H through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement 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 INDUSTRY 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 INDUSTRY STANDARDS" shall mean those standards of practice recognized by one or more first - class firms performing similar work under similar circumstances. 2 0 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 the 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 adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. At a minimum, Contractor shall provide, in addition to one (1) supervisor, seventeen (17) full -time positions, as depicted in the below table: # Positions Work Required Vehicle Location Performed (1) Supervisor (1) Leadworker (1) Crew cab truck (2) Irrigation Include (2) Fully stocked trucks All Contract Sites Technicians Irrigation with irrigation controller Except Bonita Maintenance remotes for Rainmaster Canyon Sports Park (1) Irrigation Include (1) Fully stocked truck Bonita Canyon Techician Irrigation with irrigation controller Sports Park Maintenance remotes for Rainmaster (1) Mow Crew Mowing / Turf (1) Crew cab truck Alt Contract Sites Driver Maintenance (4) Mow Crew Laborers 3 0 0 (2) Detailed Detailed (1) Truck or Bonita Canyon Maintenance Maintenance utility vehicle Sports Park Laborers (2) Detailed Detailed (1) Truck or Back Bay View Maintenance Maintenance utility vehicle Park/ Castaways Laborers Park/ Morning Canyon/ Mesa Birch Park (3) Detailed Detailed All Other Contract Maintenance Maintenance Sites (1) Laborer General litter (1) 1 -Ton stakebed truck All Contract Sites control, refuse removal, and grounds policing The City reserves the right to increase minimum staffing based upon additional acres being added to this contract. D. Work shall be performed by competent and experienced workers. All irrigation maintenance and repairs shall be performed by a California Landscape Contractors Association, Certified Landscape Technician-[ (Irrigation). E. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors and lead workers must communicate effectively, both in written and oral English, and shall be present at all times during contract operations. Any order given to these supervisors or lead workers shall be deemed as delivered to the Contractor. F. 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. The Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. G. Persons employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor on fifteen (15) days written notice from the City. H. All Contractor personnel working under this Agreement shall be neat in appearance and in uniforms as approved by the Parks and Trees Maintenance Superintendent when performing contract services. All Contractor personnel shall wear F1 0 0 identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. I. All work shall be performed in accordance with the highest landscape and maintenance standards. J. 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 shall bear the identification of the Contractor. K. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of contract services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. 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 Contractors 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 Eight Hundred Fifty -Two Thousand Dollars ($852,000.00) per year ( "Contract Amount") to perform all the work and services contemplated by and described in Exhibits A through G. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". Upon the second anniversary of the Commencement Date and upon each anniversary of the Commencement Date thereafter, the Contract Amount shall be 5 0 0 adjusted in proportion to changes in the Consumer Price Index, subject to the 2.5% 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 Price Index for the same calendar month immediately prior to Commencement Date. For example, if the adjustment is to occur effective June 1, 2008, the index to be used for the numerator is the index for the month of March 2008 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, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Contract Amount in effect immediately preceding such adjustment. No adjustment shall be made on the first anniversary of the Commencement Date. 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 2.5% of the Contract Amount in effect immediately preceding such adjustment. 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. 8. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit F in performing contract services. Any deviation from the materials described in Exhibit F shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 9, City shall reimburse Contractor for the actual cost plus 15% of all irrigation materials installed by Contractor in the 0 0 0 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 the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and /or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, except such losses or damages as may be caused by 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 its agents, employees, representatives 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 has been damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 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 VA 0 0 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 site 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 this 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, attorneys fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims'), which may arise from or in any manner relate (directly or indirectly) to any work performed or services provided under this Agreement (including, without limitation, defects in workmanship and /or materials) or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. 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. B3 0 0 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 Coveraae. 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 Employers 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 one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability, employers liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured's 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 0 0 0 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 assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 10 0 0 14. RECORDS /REPORTS A. All Contractor's books and other business records, or such part as may be used in the performance of this Agreement, shall be subject to inspection and audit by any authorized City representative during regular business hours. B. No report, information, or other data given to or prepared or assembled by Contractor pursuant to this Agreement may be made available to any individual or organization without prior approval by City. C. Contractor shall, at such time and in such form as City may require, provide reports concerning the status or cost of services required by this Agreement. D. Contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the City Administrator within ten (10) days after the end of each month. Irrigation programming schedules will be submitted quarterly (January, April, July, October) or when changes are made to a controller on the City's Central Irrigation System. Additionally, tailgate safety meeting records and green waste recycling reports will be submitted monthly. 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 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 11 0 0 additional services, prior to performance of the work, up to One Thousand Dollars ($1,000.00). Contractor must obtain written authorization from the City Administrator prior to the performance of any additional services that exceed $1,000.00. Contractor shall be compensated for additional services in accordance with the unit prices specified in Exhibit H through J. B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified in Exhibits I and J. In the event the location is withdrawn for a period of less than a full 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 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 12 0 0 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 not expressly set forth in this Agreement. 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 Calffomia, 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 conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. C. This agreement shall be paid in accordance 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- 13 0 0 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). 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 because of race, religion, color, sex, handicap, national origin, or other basis that is in violation 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 notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: 14 • • City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: TruGreen Landcare 1323 West 130th Street Gardena, CA 90247 Attention: Sergio Hernandez, Branch Manager 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 reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this Agreement or authorized by law, terminate this Agreement by giving written notice of termination. B. This agreement may be terminated 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 of undisputed sums 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 contract services are performed as well and as frequently as required by this Agreement. 15 • i 27. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that attorneys' fees shall not be recoverable by the prevailing party. 28. COMPLIANCE WITH LAW 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. 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. 16 0 0 34. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either parry by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 17 E IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: In Aaron C. Harp Assistant City Attorney ATTEST: CITY CLERK m CITY OF NEWPORT BEACH A Municipal Corporation Edward D. Selich, Mayor City of Newport Beach CONTRACTOR: By:_ Title: Title: 0 0 List of Exhibits Exhibit A: Scope of Work Exhibit B: Parks and Facilities Maintenance Locations Exhibit C: Parks and Facilities Turlgrass Maintenance Locations Exhibit D: Maintenance Frequency Schedule Exhibit E: Parks and Facilities Mandatory Schedules Exhibit F: Standard Materials Exhibit G: Required Reports Exhibit H: Unit Prices Exhibit 1: Bid Unit Costs (Parks /Facilities Maintenance Locations) Exhibit J: Bid Unit Costs (Parks/Facilities Turfgrass Maintenance Locations) 19 EXHIBIT A Scope of Work 1. 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, weed free, vigorous, and well -kept state at all times. II. DESCRIPTION OF PROJECT (SCOPE OF WORK) 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. Turfgrass weed eradication and control, both mechanically and with chemicals. 3. Turf, shrub, and tree fertilization. 4. Shrub and groundcover trimming, pruning, and training. 5. Minor tree pruning and staking. Pruning trees under 8 feet in height. 6. Irrigation programming, monitoring, maintenance, and repair. 7. Water meter reading and water conservation. 8. General rodent, pest, and disease control on landscape planting and turf. 9. Mowing, verticutting, and aerifying. 10. General litter control, refuse removal, and grounds policing. 11. Plant replacement. 12. Hardscape cleaning. 13. Maintenance of sand and wood chip areas. 14. Access roadway clearance and visibility maintenance. 15. General drainage structure and system maintenance. 20 0 0 16. Drinking fountain maintenance. 17. Reporting vandalism, graffiti, or any safety concerns. 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. 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. 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 or after 5:00 PM. IV. TERM OF CONTRACT The term of this agreement shall be for a period of two (2) years, with up to three (3), one (1) year extensions, renewable on an annual basis as City's sole discretion. The City reserves the right to terminate the agreement unilaterally at any time upon thirty (30) days written notice to the Contractor. This Agreement can be renewed in one year increments in the City's sole discretion, based upon an evaluation of performance of the maintenance contractor with a determination of satisfactory performance by the City. 21 0 0 V. LEVEL OF MAINTENANCE All work shall be performed in accordance with the HIGHEST INDUSTRY STANDARDS, as stated in the enclosed maintenance specification description. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the sites. If, in the judgment of the City, the level of maintenance is less than that specified herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold appropriate payment from the Contractor until services are rendered in accordance with specifications set forth within this document and providing no other arrangements have been made between the Contractor and the City. Failure to notify of a change and /or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or month. Payment will be retained for work not performed until such time as the work is performed to City standard. 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. VI. 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 day of said month. The supervisor of this contract shall be available to meet with the City's representative daily during working hours, as necessary. 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. VII. 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 22 0 0 completion of this work, shall be performed by the Contractor as if described in the specifications. Vlll. ADDITIONAL TERMS IX. Contractor and City have agreed to the following additional terms: A. Mulching of landscaped areas will be included as "specialty operations" and will be performed under the conditions noted in Section XV. B. An additional reel mower operator and truck will be allocated to the City up to two days per week to mow larger parks. This is an addition to the minimum manpower required by the agreement. C. The Area Supervisor will meet daily with City staff to discuss immediate work requirements. D. The City and Contractor agree to negotiate the price of the landscape maintenance for any new parks or facilities developed during the term of this agreement. The City retains the right to negotiate with other contractors for the work. E. Contractor and City staff will conduct training of Contractor's employees as necessary to provide instruction on landscape and irrigation maintenance, and safety issues. F. Contractor will apply gypsum at up to seven selected turf areas per year. All correspondence shall be addressed to Dan Sereno, Parks and Trees Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California 82663 -3884. X. PROVISIONS FOR EXTRAS No new work of any kind shall be considered extra work 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 any safety items or emergency repairs which are made without prior City approval. Documentation of contract compliance may be required on some occasions. 23 0 0 XI. 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 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. Beacon lighting visible from behind the vehicle will be installed on vehicles working along City streets. XII. 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 nor the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. XIII. RECORDS The contractor shall keep accurate records concerning all of his /her employees or agents. The contractor shall provide this information in an organizational chart as changes in staffing occur. Additionally, the contractor shall provide the City with names and telephone numbers of emergency contact employees. The contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Trees 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. The Contractor shall, within fifteen (15) days of the effective date of an executed agreement, prepare and submit a written annual maintenance 24 0 0 calendar to the Parks and Trees Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the park 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 Trees 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 only at any reasonable time. XIV. 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 of receiving notification. XV. 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, water truck operations, and plant replacements. Positions used for specialty operations shall be in addition to those outlined on page 10, section K -1, of the RFP. XVI. 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. XVII. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a 30 minutes 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 25 0 0 utilized and the answering service shall be capable of contacting the Contractor by 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. XVIII. SCHEDULES Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the Agreement. 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 Agreement. 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, week or month. 26 0 0 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. XIX. 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. If the Parks and Trees Maintenance Superintendent can not be reached, the contractor shall notify the Parks Maintenance Supervisor. XX. 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. XXI. PESTICIDES The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Trees Maintenance Superintendent with all of the following: 27 0 0 1. A copy of Contractor's Orange County Agricultural Commissioners Restricted Materials Permit/Operator I.D. numbers and a copy of the Contractor's Pest Control Business License. 2. A written "Pest Control Recommendation" for each chemical and site before Contractor uses any pesticide. The Contractor shall provide (in a three ring binder) with each Pest Control Recommendation the material safety data sheets and manufacturers label for each chemical. 3. A "Pesticide Use Daily Record" for any site that a pesticide was used, within 24 hours of application including: chemical name, quantity applied, applicator's name, and date 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. A Notice of Intent will also be issued whenever chemicals are applied to turfgrass, regardless if it is "Restricted." 5. The contractor shall provide a 'Proposed Pesticide List" of all the pesticides they intend to use for this contract, including toxicity category and Environmental Protection Agency number for each chemical, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent. 7. A Pest Control Operator with a Qualified Applicator License will be assigned to this contract to apply restricted materials. B. Provide annual pest control training records for all employees who will be applying such pesticide specified on those records. FW 0 0 TECHNICAL MAINTENANCE SPECIFICATIONS 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," Attachment A. 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 facilities. 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/her 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/her construction and installation equipment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor for his/her 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 at 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. PI • i All insects, other like pests, and diseases 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 .Contractors 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 areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. All sand and wood chip areas abutting maintained areas shall be cleaned daily when dirtied by Contractor's operations and at other times as required. Trash cans provided by the City shall be emptied daily 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. All barbecue grills shall be emptied of all ashes once per week. II. SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS Drainage Facilities 1. All drainage structures shall be checked and cleaned weekly 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. [till 0 • 3. Failure to property 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 Contractor shall not be responsible for the water meter assembly as he /she may cause damage to these items. a.. Repair and adjust all sprinkler heads to maintain proper and uniform water application. The Contractor will adhere to all State, County, and local regulations accordingly. b. Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under - watering or over - watering. c. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and 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 monthly reports in January, April, July and October. L Areas that require irrigation will have such accomplished no earlier than 11:00 p.m. nor later than 6:00 a.m. j. Contractor will maintain moisture sensors at all sites at which such a unit is installed. 31 • • k. Contractor will maintain master valve and flow sensors at each site they are installed. Master valves will be tested weekly and repaired as required. 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 at each site. However, the contractor shall be responsible for the proper operation of the system at all times and shall perform obvious repairs as they occur or are needed. 4. Contractor will not charge labor for any inrigation repairs, unless it is pre - approved by the City for emergency repairs on overtime. Water Conservation Contractor shall appoint a staff member to act as the Water Manager. Contract personnel performing water management duties shall have the following abilities and must meet the following requirements. Abilities 1. Meet Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines and monthly water allocations (Exhibit K). 2. Maintain a healthy landscape. 3. Calculate evapotranspiration (ET) rates to GPM. 4. Maintain all parks and landscape in a usable condition (no flooding due to over - irrigation). 5. Troubleshoot and diagnose irrigation systems issues and take corrective action. Requirements 1. The Water Manager shall program all controllers weekly according to the IRWD allocation. 2. The Water Manager shall read all IRWD meters on a weekly basis, and provide this data to City Representatives if requested. 32 • • 2. The Water Manager shall notify the Contractor or City Representative of all required repairs. 3. The Contractor shall meet the IRWD monthly water allocations for each meter on all streetscape and park applications. The Contractor shall maintain healthy plant material, and avoid monthly IRWD penalties. Damages for Water Management 1. Should the Contractor exceed the IRWD allocation, all penalty charges for water used above the allocation will be deducted from the contractor's monthly billing. 2. Deduction shall exclude all approved appeals such as mainline and control valve failures. - 3. The City's Representative shall meet monthly with the Contractors Representative and the Contractor's Water Manager to. review over - allocation water billing to determine which water billing appeals are to be approved and which are to be waived. 4. The Contractor shall copy City Representative on all such appeals, include all meter readings and allocation calculations. 5. Over - allocations that do not qualify for appeal or have not been waived will be deducted from the Contractor's monthly payment. 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 with a gas - powered walk - behind edger. 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. 33 0 0 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 (approved by City) shall be maintained in this area at all times. 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. L Edging using a string line along the base paths as a guide to be performed weekly at Bonita Canyon Sports Park and other baseball infields as needed. 2. Mow turf to the following heights: a. Warm season turf including Bermuda grass- 112 to 1 1/4 inches. b. Cool season turf including Bluegrass, Perennial Rye, Fescues - 1 1/2 to 3 inches. c. Kikuya and St. Augustine turf - 1 1/4 to 1 3/4 inches. d. A reel -type mower shall be used to mow all athletic fields, unless otherwise directed by the City. Scheduling will not conflict with public use /sport group activities and will occur on Wednesday or Thursday. 3. Vertical mowing of warm season grasses shall be done once per year in September, permitting sufficient time for turf regeneration. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized four times per year using a homogenous, pellet or granular slow - release material. City must approve the material used. Apply at the following rates and time: a. January: 16 -6 -8 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. 34 0 0 b. April 22 -3 -9 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. c. July: 21 -3 -5 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. d. October: 16 -6 -8 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. e. 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. f. The Contractor shall perform a soil fertility analysis at individual parks (up to 13) as directed by the City in the month of December and review the analysis with the City representative in the month of January. g. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broadleaf weeds shall be initiated as needed on all turf. 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). Aerate all athletic fields an additional two times in January and July. a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. d. Topdress two times per year with approved topdress material at a depth of one - quarter (1/4) inch (for sports fields only, immediately following October and April aerations). 35 E e. Apply Gypsum at 25 pounds /1,000 square feet to select turf areas one time per year as conditions dictate. 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 entire irrigation system at each site weekly, or more often when conditions warrant, too ensure proper operation of irrigation system. 8. Control all rodent pests as necessary to provide a healthy and safe environment for turf and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs. Correct as necessary. 10. Scheduling of mowing and turf care maintenance times will be approved by the City. Use by the public will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed -free condition. a. Weeds shall be removed as they appear. A pre- emergent herbicide shall be applied in all shrub and ground cover beds twice per year, once in April and once in September. b. Morning glory and grass infestations shall be treated immediately when observed. c. Groundcover areas shall be fertilized twice per year, once in April with 22 -3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. 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. 36 0 0 e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f. Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed to ensure a layer of mulch at least 2" of mulch at all times. Shrub. Vine. and Tree Maintenance 1. Shrubs shall be maintained in a safe and reasonably trimmed appearance by proper shaping and pruning to promote the plant's natural character. a. Quarterly trim all shrubs to maintain the size and shape specified by the Parks and Tree Maintenance Superintendent. b. Pruning shall be accomplished to maintain a "natural" appearance; decorative, poodle cuts, or other unnatural pruning will not be permitted. c. Control pests as required, including snails and insects. d. Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. e. Areas shall be fertilized twice per year, once in April with 22 -3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. f. 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. g. Irrigate as required to maintain adequate growth and appearance. Manually water where necessary. h. 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, fountain grasses and other similar 37 • • plants shall be removed immediately after blooming or as directed by City. i. All bare shrub bed areas shall be raked weekly to remove all litter and other debris. j. 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. k. Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. I. Bark mulch should be replaced as necessary to ensure 2" of mulch at all times. m. All plant material will be trimmed to protect property owners' ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. The Contractor is responsibility for trimming all trees up to eight (8) feet in height. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. e. Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Parks and 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. 0 0 • 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" thick layer of bark mulch unless ground cover is present. Weeds shall be removed, including their roots, before they reach 3" in height. i. All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. 3. Complete pruning, heading back, lacing out, or removal will only be done at the direction of the City and at the prescribed unit price. All such pruning shall be made in accordance with current International Society of Arboricultural techniques and practices that promote the natural character of the tree. 4. All pruning shall be done with clean, sharp tools appropriate for the intended work. Cuts shall be made sufficiently close to the parent limb, without cutting into the branch collar or leaving a stub, so that closure can readily start under normal conditions. Hardscape Maintenance 1. During each site visit, concrete (including stamped concrete) and asphalt areas, including turn pocket fingers, driveways, parking areas, sidewalks, patios, shall be checked and cleaned. a. All expansion joints and cracks are to be maintained free of weeds. b. Dirt, litter, and other debris must be removed on a weekly basis. c. Inspect for safety hazards, including tripping hazards, holes, or other conditions. Immediately report such to the Parks and Tree Maintenance Superintendent. 2. Vacuums, blowers, sweepers or other approved means may be used to clean hardscape areas. However, debris shall not under any circumstance be blown or otherwise swept onto adjacent streets or property. All debris must be picked up by the Contractor and removed from the site. Any equipment that is used for cleaning hardscape must be approved by the City. 39 • • General Grounds Policing 1. The Contractor shall provide general grounds policing and inspection six (6) days per week, except general grounds policing and inspection will be seven (7) days per week from Memorial Day through Labor Day. a. Remove all litter and other debris from site six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. 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, week, or month. c. Provide safety and facility inspection and immediately report arty deficiencies to the Parks and Trees 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, park benches, gazebos 3. Signage 4. Graffiti d. All areas, benches, picnic tables, and associated park amenities shall be inspected and cleaned six (6) days per week and seven (7) days per week, Memorial Day through Labor Day. Contractor shall use a welted rag to wipe these down as needed. Sand/Wood Chip Areas 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed -free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). r • All additional sand or wood chips that are added shall be at the contractor's expense. d. All sand and wood chip areas shall be cleaned and raked level, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. Specialty/Sports Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, baseball dugouts and bleacher areas, bicycle trails, all asphalt, and concrete and decomposed granite walkways. b. All areas shall be swept and refuse disposed of off site, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day, if necessary, to remove all deposits of silt and /or sand and glass and other debris. c. On Monday and Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six (6) days per week and seven (7) days from Memorial Day through Labor Day 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 (6) days per week and seven (7) days per week from Memorial Day through Labor Day and maintained in a neat, clean, and safe condition at all times. h. All areas shall be raked to remove leaves and debris six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. 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 Ella • • j. All leaves, paper and debris shall be removed from hardscape areas and disposed of off -site. Drinking Fountains 1. Inspect, clean, and adjust six days per week. 2. Report any deficiencies to the City immediately in writing. Native and Drought Tolerant Park Maintenance — Back Bay View Park, Castaways Park, Morning Canyon Park, Bonita Canyon Sports Park, and Mesa Birch Park These requirements are in addition to the above written Technical Maintenance Specifications: 1. All native and drought tolerant plant material at these sites will be maintained in their natural shape. All dead wood for natives will remain on the plant or where it has fallen. 2. The areas shall be maintained weed -free. Only manual pulling or mechanical cultivation of non - native weed species will be allowed. 3. The contractor's maintenance personnel will be trained to distinguish weedy plant species from native or drought tolerant vegetation to ensure that only weedy species are removed. 4. All weeds will be removed manually before they can attain a height of six inches (6 °) or produce seeds, whichever comes first. 5. Pulled weeds will be placed in a "mantilia" to prevent the seeds from coming in contact with the ground and removed from the project site during the same day's maintenance. 6. For Morning Canyon Park, leaf and branch drop and organic debris from native species shall be left in place. 7. For California Meadow Sedge areas at Castaways Park follow Turf Maintenance Specifications (pages 30 -33), unless otherwise directed differently by City. Wash mower thoroughly prior to each mow at Castaways Park. Apply two (2) inch layer of mulch to walkways at Castaways Park and Back Bay View Park once per year. Hand pull all weeds in California Meadow Sedge areas prior to each mow, no chemical eradication will be permitted. 42 E 8. Hand water trees without bubblers as needed at Castaways Park and Morning Canyon Park. Monitor excessive summer irrigation to Oak trees at Castaways Park, especially those situated in California Meadow Sedge areas. 9. Inspect rabbit fencing at Back Bay View Park once per week. 10.At several times during the year, especially during the rainy season (November — May), the contractor shall ensure there is sufficient staff to accommodate manual removal of all weeds throughout the sites. If the Contractor fails to increase staff to accommodate timely weed removal, per specifications, the City may hire an outside Contractor to assist in weed removal and deduct these fees from the Contractor's monthly maintenance invoice. 43 0 0 EXHIBIT B Parks /Facilities Maintenance Locations Parks Address Acreage Arroyo Park 1411 Bayswater, Bison Ave. at Bayswater 8.0 Back Bay View Park Jamboree Road @ East Coast Hwy 8.13 Balboa Island Park 115 Agate Ave 0.18 Ba side Drive Bayside Dr. between Carnation and Larkspur 4.4 Bayview Mesa Dr. Q Bayview Ave. 3.0 Begonia Be a onia Ave. at First Ave. 2.1 Bob Henry 16 Street Dover Drive 4.8 Bonita Canyon Sports Park 1990, 1880, 1641 Ford Road 38.0 Bonita Creek University Dr. @ La Vida 10.0 Buffalo Hills Newport Hills Dr. EastlWest @ Ford Rd. 15.0 Castaways Park 16 Street Dover Drive 18.83 Eastbluff Vista Del Oro @ Vista Del Sol 13.9 Irvine Terrace Seadrift Dr. @ Evita Dr. 6.8 Jasmine View Harbor View Dr. Q Marguerite Ave. 1.0 Manning Tract Newport Hills Dr. W. and Port Wheeler PI. 2.7 Upper Bay View Park 2081 Mesa Drive 0.71 Morning Canyon Comer of Surrey Drive @ Rockford Road 1.0 Old School Carnation Ave. @ 4th Ave. 0.8 San Joaquin Hills San Joaquin Hills Rd. Crown Dr. 4.1 San Miguel San Miguel Dr. Q Spyglass Hill Rd. 7.3 Spyglass Hill I Spyglass Hill Rd @ El Ca itan Dr. 1.4 Spyglass Hill Reservoir Muir Beach Circle 1.0 Sunset View North of West Coast Hwy off of Superior Ave 0.7 Total Acreage 153.85 m • • EXHIBIT B (Continued) Facilities Address Acreage Central Library 1000 Avocado Ave. 3.3 Police Department 870 Santa Barbara Dr. 0.4 Fire Station #7 — Santa Ana Heights 20401 Acacia St. 1.3 Fire Station #4 — Balboa Island 124 Marine Ave. .03 Fire Station #3 — Fashion Island 868 Santa Barbara Dr. 0.1 Total Facilities Acreage 5.13 Grand Total 158.98 acres 51 • • EXHIBIT C Parks /Facilities Turfgrass Maintenance Locations Parks Address Acrea e Bolsa Bolsa Ave. Q Old Newport Blvd. 0.1 Channel Place Channel Place Q 44n St. 1 Cliff Drive Cliff Dr. @ Riverside Dr. 1.5 Ensign View 2501 Cliff Dr. @ El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. 1 Grant Howald Iris Ave. 5 Ave. 2.5 Harbor View Nature San Miguel Dr. @ Pacific View Dr. 1 Kings Road Kings Road west of St. Andrews Road 0.1 "L" Street '1" St. Piazza del Sur 0.5 Las Arenas Balboa Blvd. @ 16,n St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Mariners Dover Dr. @ Irvine Ave. 5 Newport Island Marcus Q 38 St. 0.1 Newport Shores 61s St. @ Coast Blvd. 0.1 Oasis Passive Marg uerite Ave. @ 5 fn Ave. 3.4 Ocean Blvd. Bluffs Ocean Blvd. from Fernleaf Ave. to Poppy Ave. 1 Peninsula Main St. @ East Ocean Front, Balboa 3.5 Veteran's Memorial 15 St. Bay Ave. 0.4 Westcliff Polaris Dr. @ Westwind Way 1 West Jetty View Ocean Blvd. @ Channel Rd., Balboa 0.2 West Newport 1 Seashore Dr. between 57 St. & Santa Ana River Jetty 4 38 Street Balboa Blvd. @ 38 St. 0.3 Total Acreage 27.9 Q 0 0 EXHIBIT C (Continued) -Facility Address Acreage CdM State Beach Ocean Blvd. @ Jasmine Ave. 1 Fire Stations: 3300 Newport Blvd.@ 32nd St. 1 1 Balboa Blvd. @ Island Ave. 0.1 2 32nd St. @ Villa Way 0.1 5 Mari old Ave. between Coast Hwy/2nd Ave. 0.1 6 Irvine Ave. @ Dover Dr. 0.1 Libraries: A St. and Balboa Blvd. 0.1 Balboa Balboa Blvd. @ Island Ave. 0.2 Corona del Mar Marigold Ave. between Coast Hwy/2nd Ave. 0.1 Miscellaneous: CdM State Beach Ocean Blvd. @ Jasmine Ave. 1 City Hall 3300 Newport Blvd.@ 32nd St. 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd. McFadden Pl. 0.2 Oasis Senior Citizens Ctr. 800 Marguerite Ave. @ 5th Ave. 1 W. Nwpt Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 "An Street Pump Station A St. and Balboa Blvd. 0.1 Total Acreage 12.1 Grand Total 40.0 47 • • EXHIBIT D Maintenance Frequency Schedule FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times /year Vertical Mow Once /year Aerate Twice /year, Four times for Sports Fields Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Gypsum Application Once/ ear, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Pre-emergent Application Twice! ear Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (oncelyear for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Hardscape Maintenance Six days/ week, Seven days/ week Memorial Day thru Labor Da Grounds Policing /Litter Removal, Including Specialty /Sports Areas Six days/ week, Seven days/ week and Park Amenities Memorial Day thru Labor Da Site Inspection Six days/ week, Seven days/ week Memorial Day thru Labor Da U-1 0 0 EXHIBIT D (Continued) FUNCTION IFREQUENCY Sand/wood chip areas Cleaned and raked Six days/week, Seven days/ week Memorial Day thru Labor Day Rototilled Four times/ ear Drinking Fountains Six days /week, Seven days/ week Memorial Day thru Labor Da Native Area Maintenance W..eed Control As needed Tree Handwatering Weekly EEG 0 0 EXHIBIT E PARKS AND FACILITY AREAS Sites Requiring Mandatory Mowing Schedules Before 7:00 a.m. Before 9:00 a.m. Before 10:00 a.m. After 1.30 p.m. City Hall 38th St. Park Las Arenas Park Lincoln Athletic Ctr. Newport Pier Plaza Peninsula Park Buffalo Hills Park Sports Fields after 1:00 .m. Oasis Senior Citizens Ctr. Wed West Jetty View State Beach W. Newport Park Ocean Blvd. Bluffs Ensign View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas San Joaquin Hills Park San Miguel Park Begonia Park K1] • E EXHIBIT F STANDARD MATERIALS All material used in maintenance must conform to the products listed below. Any deviation from the approved list must be approved by the City of Newport Beach before installation. Any item not mentioned in the Standard Materials list must be approved by Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: HEADS • Toro 570Z -COM 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 570Z -COM 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 of Newport Beach. Please contact Parks Supervisor Randy Kearns 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 BATTERY POWERED IRRIGATION • Rain Bird TBOS Battery Operated Controller • Rain Bird GB Series Remote Control Valve • Rain Bird Potted Latching Solenoid 51 0 EXHIBIT F (Continued) MISCELLANEOUS ■ Febco 825Y RP 0 • Spears # DS -100 Dri- Splice Connectors with crimp sleeves • Spears # DS -300 Dri - Splice Sealant • Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover • Griswold DW Series Valve (Control Valve) • Griswold 2160 Solenoid Valve (Normally Open Master Valve) • Griswold 2000 Solenoid Valve (Normally Closed Master Valve) • Matco 754 Series Full Port Ball Valve • 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 - Plastio -18 "L x 12"W x 12 "D • Round Valve Box- Plastio -10" • Control Wire- U.F. 600 -Volt Direct Burial Copper with PVC Insulation. ■ Rain Master EVFM Flow Sensor ■ Rockwell Metal Repair Clamp for all Main Line repairs ■ PVC Slip Fix for Lateral line repairs only TURF FERTILIZERS, ETC., A. All commercial fertilizers must be homogenous. B. All organic fertilizers must have lowest salinity rate possible. C. No steer or chicken manure is allowed. D. 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 Parks and Trees Maintenance Superintendent before planting. PESTICIDES All pesticides proposed to be used must be submitted .to City with application location and written recommendation from the Contractor's Pest Control Advisor prior to use. All materials must be properly labeled and certified for intended use. Proper and legal disposal of any and all pesticides used is solely the responsibility of the Contractor. All state, county, and city laws regarding pesticide use and disposal must be followed. 52 0 0 EXHIBIT G REQUIRED REPORTS 1. Annual Maintenance Schedule which includes: Organization chart, mow and trash schedules, once per year submittal. 2. Weekly Maintenance Schedule, including approved extra work. 3. Weekly Performance Report, including approved extra work completed. 4. Monthly Chemical Use Report (As sent to County Agriculture Commission), daily as needed for certain applications. 5. Monthly Fertilizer Use Report. 6. Proposed Pesticide List with EPA numbers, Pesticide Recommendations, Labels and Material Safety Data Sheets. 7. Weekly irrigation inspection check list (to include controller and site inspection for all sites and a list of any repairs required). 8. Irrigation controller programming charts, submitted quarterly (January, April, July, October). 9. 131-weekly maintenance inspection list for all sites. 10. Annual pesticide safety training records. 11. Required tailgate safety meeting records, include with Monthly Maintenance Report. 12. Monthly maintenance report which includes Monthly Greenwaste Report. 13. Weekly Master Valve /Flow Sensor inspection checklist. 14. Monthly pest and disease inspection for all sites conducted by a qualified applicator certificate or license holder. 1610 0 0 EXHIBIT H UNIT PRICES The Contractor agrees that for requested and /or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. 2. 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. 3. 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. 4. All work shall be performed in accordance with specifications described in the RFP. ME TURF 0 FUNCTION COSTIUNIT OF MEASURE Turf Mow -Real Blade $5.0 0/ 1000 Sq. Ft. Turf Mow -Rotary Blade 5.00/ 1000 Sq. Ft. Turf Edge $1.50 / 1000 Linear Ft. Turf Aerify 5.00/ 1000 Sq. Ft. Turf Fertilize 4.00/ 1000 Sq. Ft. Turf Dethatch/Renovate $260.0 0/ Acre Turf Topdress only 7.00/ 1000 Sq. Ft. Turf Gypsum Application at 25lbs 3.00/ 1000 Sq. Ft. HARDSCAPE Cleaning $5.00 / 1000 Sq. Ft. Powerwashing $10.00 / 1000 Sq. Ft. GROUNDCOVERS Fertilize $4.00 / 1000 Sq. Ft. PEST CONTROL Tree disease /insect foliar spray $85.0 01 Tree (using Talstar or Equal) Tree disease /insect root injections $85.00 / Tree (using Merit or Equal) Pre- Emergent/turf or planter $50.00 / 1000 Sq. Ft. (using Snapshot or Equal) General Weed Control Post Emergent $25.00 11000 Sq. Ft. (using Roundup or Equal) SHRUB PRUNING /REMOVALS Pruning $10.00 / 10' Linearfeet Removals $85.00 / 10' Linear feet FULL TREE PRUNING /REMOVALS Pruning $195.00 / Tree Removals $995.00 / Tree 55 PLANTING (All shrubs and trees will be planted with approved soil amendment) 1 Gal. Shrub 10.00/ Each 5 Gal. Shrub 25.001 Each 15 Gal. Shrub 85.00/ Each 15 Gal. Tree (with root barriers, $105.00 ! Each tree stakes and ties) $65.0 0/ Hour 24" Box Tree (with root barriers, $325.0 0/ Each tree stakes and ties) $65.00 1 Hour 36" Box Tree (with root barriers, $895.00 1 Each tree stakes and ties) 64 Count Flat Groundcover 30.001 Flat 16 Count 4" Flat Annual Color 35.00/ Flat Turf - Seed and Top Dress 120.00/ 1000 Sq. Ft. Turf'- Sod $1,200.0 0/ 1000 Sq. Ft. Hand spread and rake in City supplied seed (in California Native areas) $12.00 / 1000 Sq. Ft. A_1 -X.7 Landscape Maint. Supervisor $25.00 / Hour Pest Control Applicator $45.0 0/ Hour Irrigation Specialist $25.00 / Hour Landscape Maint. Leadworker $25.0 0/ Hour Equipment Operator $65.0 0/ Hour Landscape Maint. Laborer $20.0 01 Hour Tree Trimmer $65.00 1 Hour EQUIPMENT 1 Ton -Truck $360.00 1 Day MULCHING 0 -2" Mulch at 2" layer $45.00 / 1000 Sq. Ft. GREENWASTE Disposal $70.00 / Ton 56 E Park and Facility Maintenance Park and Facility Turgrass Maintenance 0 $2,500.00 AcreNear $4,500.00 AcreNear Park and Facility Native Park Maintenance $2,500.00 / Acre/Year 57 i 0 EXHIBIT I BID UNIT COSTS Parks /Facilities Maintenance Locations Parks Address Yearly Cost Arroyo Park 1411 Bayswater; Bison Ave at Bayswater $ 41,216.00 Back Bay View Park Jamboree Rd East Coast H $ 34,863.00 Balboa Island Park 115 Agate Avenue $ 2,083.00 Bayside Drive Bayside Dr. between Carnation and Larkspur $ 17,327.00 Bayview Mesa Dr. gp Bayview Avenue $ 12,496.00 Begonia B egonia Ave. at First Ave. $ 8,746.00 Bob Henry 16 fn Street @ Dover Drive $ 17,993.00 Bonita Canyon Sports Park 1990, 1880, 1641 Ford Rd $164,928.00 Bonita Creek University Dr. a La Vida $ 52,629.00 Buffalo Hills Newport Hills Dr. East/West Ford Rd. $ 62,480.00 Castaways Park 16m St. Q Dover Drive $ 54,000.00 Eastbluff Vista del Oro @ Vista del Sol $ 58,897.00 Irvine Terrace Seadrift Dr. Evita Dr. $ 28,323.00 Jasmine View Harbor View Dr. @ Marguerite Ave. $ 4,165.00 Manning Tract Newport Hills Dr. W. and Port Wheeler PI. $ 12,246.00 Upper Bay View Park 2081 Mesa Drive $ 1,670.00 Morning Canyon Comer of Surrey Dr. @ Rockford Rd. $ 4,165.00 Old School Carnation Ave @ 4 Ave. $ 4,331.00 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. $ 17,077.00 San Miguel San Miguel Dr. 0 Spyglass Hill Rd. $ 41,382.00 Spyglass Hill Spyglass Hill Rd. @ El Ca itan Dr. $ 5,831.00 Spyglass Hill Reservoir Muir Beach Circle $ 4,165.00 Sunset View North of West Coast Hwy off of Superior Ave $ 2,915.00 Facilities Address Yearly Cost Central Library 1000 Avocado Ave. $ 13,745.00 Police Department 870 Santa Barbara Dr. $ 1,666.00 Fire Station #7 — Santa Ana Heights 20401 Acacia St. $ 12,000.00 Fire Station #4 — Balboa Island 124 Marine Ave. $ 500.00 Fire Station #3 — Fashion Island 868 Santa Barbara Dr. $ 416.00 0 0 0 EXHIBIT J BID UNIT COSTS Parks /Facilities Turfgrass Maintenance Locations Parks Address Yearl Cost Bolsa Bolsa Ave. Q Old Newport Blvd $ 416.00 Channel Place Channel Place @ 44 St. 2 $ 4,165.00 Cliff Drive Cliff Dr. @ Riverside Dr. Marigold Ave. between Coast Hwy/2n" Ave. $ 6,248.00 Ensign View 2501 Cliff Dr. @ El Modena Ave. $ 416.00 $ 2,083.00 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. Balboa $ 4,165.00 Grant Howald Iris Ave. @ 5 Ave. Mari old Ave. between Coast H /2 Ave. $10,413.00 Harbor View Nature San Miguel Dr. Pacific View Dr. $ 4,165.00 Kings Road Kings Road west of St. Andrews Road $ 416.00 "L" Street "L" St. Piazza del Sur $ 2,083.00 Las Arenas Balboa Blvd. @ 16m St. $ 832.00 Lido Via Lido entrance to Lido Island $ 2,083.00 Mariners Dover Dr. @ Irvine Ave. $20,000.00 Newport Island Marcus 39 St. $ 416.00 Newport Shores 61S St. Coast Blvd. $ 416.00 Oasis Passive Marguerite Ave. @ 5m Ave. $13,162.00 Ocean Blvd. Bluffs Ocean Blvd. from Femleaf Ave. to Poppy Ave. $ 4,165.00 Peninsula Main St. @ East Ocean Front, Balboa $ 14,579.00 Veteran's Memorial 15 St. @ Bay Ave. $ 1,640.00 Westcliff Polaris Dr. @ Westwind Way $ 4,165.00 West Jetty View Ocean Blvd. Channel Rd., Balboa $ 832.00 West Newport Seashore Dr. btwn 57 St. & Santa Ana River Jetty $16,662.00 38,n Street Balboa Blvd. @ 38n St. $ 1,249.00 Facility Address Yearl Cost Fire Stations: 1 Balboa Blvd. @ Island Ave. $ 416.00 2 32" St. Villa Way $ 416.00 5 Marigold Ave. between Coast Hwy/2n" Ave. $ 416.00 6 Irvine Ave. @ Dover Dr. $ 416.00 Libraries: Balboa Balboa Blvd. a Island Ave. $ 832.00 Corona del Mar Mari old Ave. between Coast H /2 Ave. $ 416.00 W% CI e Miscellaneous: "A" Street Pump Station A St. and Balboa Blvd. $ 500.00 CdM State Beach Ocean Blvd. Jasmine Ave. $ 4,165.00 City Hall 3300 Newport Blvd. 32 no St. $ 4,165.00 Lincoln Athletic Center 3101 Pacific View Dr. $38,235.00 Newport Pier Plaza Balboa Blvd. Q McFadden PI. $ 832.00 Oasis Senior Citizens Center 800 Marguerite Ave. @ 5 Ave. $ 4,165.00 W. Nwpt Community Ctr. 883 W. 15 St. off Placentia Ave. $ 416.00 .E Cfy of Newport Beach NO. BA- 09BA -004 BUDGET AMENDMENT 2008 -09 AMOUNT: $1as,aa3.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance �X Increase Expenditure Appropriations AND X 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 from General Fund unappropriated fund balance to enter into an agreement with TruGreen Landcare for landscape maintenance services in City parks and facilities at an increased cost over _ the existing contract. T ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 General Fund -.Fund Balance REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Signed: Signed: Signed: Description 3170 General Services - Parks 8088 Services - Contract Approval: City Manager City Council Approval: City Clerk Director Amount Debit Credit $145,443.00 Automatic $145,443.00 �-ss -dam Date Da Date 0 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 8 July 8, 2008 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, Selection of a Vendor for Contract Negotiations for Landscape Maintenance of City Parks and Facilities ISSUES: Should the City Council select a vendor and direct staff to negotiate a new agreement to provide landscape maintenance of city parks and facilities? RECOMMENDATION: Direct staff to negotiate an agreement with TruGreen Landcare., of Orange to provide landscape maintenance of City parks and facilities, and return to the July 22 "d City Council meeting with an agreement for consideration. DISCUSSION: Existing Landscape Contracts: In August 2006, the City Council approved a contract with TruGreen Landcare for the maintenance of 40 acres of turfgrass and over 97 acres of parks and facilities throughout the City at an annual cost of $528,997. Among the larger areas maintained under this contract are Buffalo Hills, Eastbluff, and Back Bay View Parks; and City facilities such as the Police Department, Central Library, and Fire Stations. Additionally the contract includes turfgrass mowing and maintenance for all other City parks and facilities, except those in the Newport Coast area. TruGreen commenced work under this landscape maintenance contract on August 30, 2006. The term of the agreement was for two years, and it is renewable for up to three additional years. Earlier this year, TruGreen elected not to renew the contract i • Selection of a Vendor for Contract Negotiations for Landscape Maintenance of City Parks and Facilities July 8, 2008 Page 2 at the current price due to the increase in external costs such as personnel, fuel, supplies, and equipment. TruGreen Landcare has also been responsible for landscape maintenance at Bonita Canyon Sports Park (BCSP) since June 1, 2003. The term of the agreement was for one year, and it was renewable for up to four additional years, at an annual cost of $164,338, with an expiration date of June 1, 2008. In March, Council approved an extension of the contract for a period of three months in order to coordinate the termination of the two landscape maintenance contracts, so BCSP could be included with the Parks and Facilities agreement. The combined current annual cost for the landscape maintenance of City parks and facilities and the Bonita Canyon Sports Park contracts is $693,335. The landscape maintenance of medians, roadside areas, and areas of Newport Coast are not included, since those areas are maintained under different contracts which were awarded in the past 9 months. Reauest for Proposal Process: On May 20th, staff mailed Requests for Proposal to 18 landscape maintenance companies, with a due date of June 50. This request for proposals combined the landscape maintenance activities of two separate contracts into one contract. This change was made in order to have better coordination of all of the landscape maintenance activities of city parks and facilities and to achieve a better economy of scale for maintenance of the BCSP facility. On May 291h, a mandatory pre -bid meeting was held at the Corporation Yard, and the meeting was attended by 12 vendors. Following the meeting, the vendors toured the City to view the maintenance areas. The successful vendor is expected to by in place August 30th, upon the expiration of the current agreements. RFP Results: Staff received seven proposals by the 11:00 a.m. deadline on June 55 The-respondents and annual contract costs were as follows: Selection of a Vendor for Contract Negotiations for Landscape Maintenance of City Parks and Facilities July 8, 2008 Page 3 Evaluation of Contractor: In addition to the current landscape maintenance of City parks and facilities and the Bonita Canyon Sports Park contracts with the City, TruGreen Landcare currently has municipal contracts with the Cities of Santa Monica, Norwalk, Beverly Hills, West Hollywood, and Manhattan Beach. Staff contacted representatives from each of these cities, and the comments were favorable. Department Recommendation: Staff is recommending approval to negotiate with TruGreen Landcare based on the cost and quality of work performed in the City and in other cities. With Council approval, staff will return with an agreement for approval at the July 22 °d meeting. In negotiations, we will attempt to further define fixed pricing for extra work and out of contract services. It is staffs intention to seek a contract term of two years, with up to three one -year renewals. FUNDING: Due to the rising costs of personnel, fuel, insurance, supplies and materials, the overall maintenance cost has increased (approximately 22 %). However, it should be noted that this increase is lower than the substantial increases in the Newport Coast landscape maintenance (27% higher) and the median and roadside area (57% higher) agreements which were approved late last year. The cost included in TruGreen's proposal will be $13,223 more per month than the combined costs of the current agreements for parks, facilities, and BCSP maintenance. Consequently, staff will rNuest a budget amendment concurrent with approval of an agreement at the July 22 meeting to fund the difference through the remainder of the Fiscal Year 2008 -09. ENVIRONMENTAL REVIEW: This action requires no environmental review, as it is not a project pursuant to CEQA. Prepared by: Maur a Tur r Administrative Analyst Submitted Mark Hafmon / ' General Services Director Attachment: Request for Proposal — Landscape Maintenance of City Parks and Facilities • 0 CITY OF NEWPORT BEACH Request for Proposal Landscape Maintenance Of City Parks and Facilities 0 i CITY OF NEWPORT BEACH Request for Proposal I. INTRODUCTION II. The City of Newport Beach currently maintains all of its medians, roadsides, and the majority of City parks and facilities through contracts with private landscape maintenance companies. , The City of Newport Beach is now seeking proposals from qualified contractors to provide professional contract landscape maintenance for all parks and facilities located in the City, excluding Newport Coast. The City may also acquire or assume control over additional property in the future, and in such case, will need to add more landscape maintenance areas to this contract using the agreed -upon rates for service. The City of Newport Beach currently maintains 40 acres of turfgrass and 159 acres of parks and facilities by contract. The intent of this proposal is to provide, professional contract maintenance for these areas. The objectives of this RFP is to obtain suitable proposals from qualified contractors, review all proposals in a comprehensive manner, and select a qualified company for a landscape maintenance contract. M.SELECTION PROCESS The City of Newport Beach is interested in receiving proposals for landscape maintenance from selected; qualified landscape maintenance companies. After a careful review of each submitted proposal, the City will conduct an evaluation leading to the selection of a contractor and the award of a contract. The resultant contract is intended as a two (2) year contract, with the possibility of up to three (3) one (1) year extensions, renewable on an annual basis at the City's sole discretion based on the contractor's performance. The contract will be re-bid no less than every five years. New landscape areas, as developed or assumed by the City for landscape maintenance, may be added to the contract (sample contract included). Copies of this request for proposal may be obtained in person at the Administration office of the General Services Department located at 592 Superior Avenue, Newport Beach. Please do not mail any correspondence to the Superior Avenue address as it is not a valid mailing address. IV. SCHEDULE of EVENTS from ISSUANCE of the RFP to AWARD of CONTRACT RFP Mailing Date Mandatory Pre -Bid Meeting 2 May 20, 2008 8:30 am., Thursday, May 29, 2008 i Proposal due to the City Award of Contract Contractor In Place V. CTTY POM OF CONTACT • 11:00 am., Thursday, June 5, 2008 July 8 / July 22, 2008 August 30, 2008 The sole source of contact regarding this RFP is Dan Sereno, Parks and Trees Maintenance Superintendent, (949) 644-3069. Individuals or firms interested in submitting a proposal are asked not to contact other members of the City of Newport Beach staff in connection with the RFP prior to the.. announcement of the selected contractor. Proposals and all written inquiries related to this RFP are to be submitted in a sealed envelope to the General Services Administration office, located in Bldg. A at 592 Superior Blvd., no later than 11:00 am. on June 5, 2008 with the following notation: CONFIDENTIAL (PROPOSAL FOR LANDSCAPE MAINTENANCE OF CITY PARKS AND FACILITIES) V1. C1TY OF NEWPORT BEACH BUSINESS LICENSE The contractor must obtain and maintain in effect a valid City of Newport Beach Business License prior to commencement of work and during the entire time that work is being performed under the contract Questions regarding business licenses should be addressed to the Revenue Division at (949) 644 -3141. VII. PROFESSIONAL LICENSES. PERMITS, ETC. Contractor represents and warrants to the City that he/she has, and will keep in effect at all times during the term of a contract with the City, all licenses, permits, professional qualifications, and approvals of whatever nature that are legally required to practice his/her trade. Confirmation of this condition must be contained in the proposal. Additionally, the contractor's personnel responsible for irrigation repairs shall be a Certified Landscape Technician -I (irrigation), as provided through the California Landscape Contractors Association or shall acquire certification within one hundred twenty (120) days of the start of this contract. VIII. PREVAILING WAGE REQUIREMENT This contract shall be paid in accordance 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 i:3 A copy of said determination is available by calling the prevailing wage hotline number (415) 7034774, 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). IX. PROPOSAL CLOSING DATE Contractor must submit one (1) original and two (2) complete copies of the proposal (copies must be marked "COPY") no later than 11:00 AM on . June 5, 2008. All proposals must be delivered to the General Services Administration office in Bldg. A, at 592 Superior Avenue, Newport Beach, California 92658 or mail to: City of Newport Beach, Attn: Maurice Turner, 3300 Newport Boulevard, Newport Beach, CA 92658. Proposals will become a part of the official files of the City of Newport Beach and will not be returned X. INSTRUCTIONS AND CONDITIONS See pages 5 -17. M. DESCRIPTION OF PROJECT AND INTENT (Scone of Work) See pages 18 -25. XH. DELIVERABLES The Contractor is responsible for the following deliverables in keeping with the schedule described in subsection below: a. Proposal in the format and content explained on pages 13 -17. b. Attachments F, G, H, and I containing unit prices and total landscape maintenance costs. See pages 50 -55. Cl CITY OF NEWPORT BEACH Request for Proposal Instructions and Conditions The following instructions and conditions apply to this RFP: I. GENERAL CONDITIONS A. Pre - Contractual Expenses Pre - contractual expenses are defined as expenses incurred by Contractor in: 1. Preparing a proposal in response to this RFP. 2. Submitting that proposal to the City of Newport Beach. 3.. Negotiating with the City of Newport Beach in any matter related to this RFP, proposal, and/or contractual agreement. 4. Any other expenses incurred by the Contractor prior to the date of an executed contract. The City of Newport Beach shall not, in any event, be liable for any pre- contractual expenses incurred by any Contractor. In addition, no proposal shall include any such expenses as part of the price proposed to perform the contract landscape maintenance of the parks and facilities. B. Authority to Withdraw RFP and/or Not Award Contract The City of Newport Beach reserves the right to withdraw this RFP at any time without prior notice. Further, the City makes no representations that any agreement will be awarded to any Contractor responding to the RFP. The City expressly reserves the right to postpone the opening of proposals for its own convenience and to reject any and all proposals in response to this RFP without indicating any reasons for such rejection(s). The City also reserves the right to negotiate with the successful bidder concerning various alternatives. C. Pricing Approach The City of Newport Beach intends to award a contract based on a fixed annual contract price for the two -year term of this contract, renewable annually for three (3) one (1) year terms based on performance at the City's sole discretion. The primary purpose of the Unit Prices (Attachment F) proposal is to provide for additional contracted work during the course of the contract and to establish clear payment deductions for contract dudes not rendered or not satisfactorily performed. M Upon the second anniversary of the Commencement Date of the Contract and upon each anniversary of the Commencement Date thereafter, the Contract Amount shall be adjusted in proportion to the changes in the Consumer Price Index, subject to the 2.5% 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 Price Index for the same calendar month one (1) year prior. For example, if the adjustment is to occur effective June 1, 2008, the index to be used for the numerator is the index for the month of March 2008, and the index to be used for the denominator is March 2007. 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, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). 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 including in such new index. In no event, however, shall the amount payable. under this Agreement be reduced below the Contract Amount in effect immediately preceding such adjustment No adjustment shall be made.on the first anniversary of the Commencement Date. 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 2.5% of the Contract Amount in effect immediately preceding such adjustment D. Right to.Reject Proposals The City of Newport Beach reserves the right to reject any or all proposals submitted. Any award made for this engagement will be made to the Contractor which, in the opinion of the City, is best qualified to execute the contract. The City also reserves the right to select and substitute unit prices for total costs. E. Proposal Evaluation Criteria Proposals will be evaluated on the basis of the response to all provisions of this RFP. The City of Newport Beach may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all - inclusive list. The order in which they appear is not intended to indicate their relative importance: 1. The Contractor's demonstrated awareness of safety in all operations. 2. The Contractor's responsiveness to the requirements of the contract as set forth in the RFP. 3. A demonstrated understanding of the offeror's work plan and other proposal documents. rl 6 0 4. A logical, proven methodology for carrying out the work tasks described in the proposal and developing contract deliverables. 5. The offerer's "recent experience in conducting contracts of similar scope, complexity, and magnitude, particularly for government agencies. 6. the quality and quantity of personnel to be assigned to the contract, including educational . background, work experience, and directly related recent landscape maintenance experience. 7. The quality and quantity of equipment to be assigned to the contract. S. A listing of the organizational structure of the proposed contract team. 9. The financial stability of the Contractor. 10. Recent references from local clients with particular emphasis on local government. 11. The proposed.contract schedule. 12. The proposed contract costs. F.' Compliance with Applicable Laws The Contractor shall have in his/her possession and be familiar with all safety regulations issued by the State Division of Industrial Safety and shall comply with these and all other applicable laws, ordinances, and regulations governing Affirmative Action programs. The Contractor shall provide all safeguards and protective devices and take any other action necessary to protect the health and safety of their employees on the job, safety of City employees and the public in connection with the performance of the work required by this contract. 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 government agency having jurisdiction in effect at the time service is rendered. G. Suspension, and/or Cancellation of Contract 1. The contract may be terminated by the City at any time during the term and without prejudice to any other remedy to which the City may be entitled at law, in equity of under the contract, if Contractor should: a. Be judged bankrupt, become insolvent or have a receiver of his/her assets or property appointed because of insolvency, make a general assignment of the benefit of creditors, suffer any judgment against him/her to remain unsatisfied or un- bonded of record for thirty (30) days or longer, or institute or cause to be instituted any procedures for reorganization. 7 b. Abandon the work to. be done under the contract, unnecessarily or unreasonably delay performance under the contract, violate any of the provisions of the contract, not follow the instructions of the City,, and fail to cure such default by rendering satisfactory performance upon written notice from the City within the time specified in such notice. Upon failure to perform within such time period, the City shall have the right without further notice to terminate the contract Determination of whether the Contractor has defaulted on the contract under the provisions of this subsection shall be made by the General Services Director or his representatives and his decision shall be binding on the Contractor. In the event of a termination under the provisions of this subsection, monies dde the Contractor or retained under the provisions of the contract shall be forfeited to the City in an amount not to exceed the sum necessary to correct deficiencies in the park maintenance. Such forfeiture will not release the Contractor or his sureties from liability for failure to fulfill the contract 2. If the Contractor fails to meet the specifications of this contract for a period of fifteen (15) cumulative days, the City may, at its option, terminate the balance of this contract by written notice of termination to the Contractor. Notice of such termination shall take effect fourteen (14) days after such notice is mailed. 3. Written notice, as required to be given by the provisions of the section, shall be deemed complete one (1) day after deposit in the United States Mail in the County of Orange, postage pre -paid. 4. When notice is directed to the Contractor, it shall be at his/her address as filed with the City. H. Familiarity with Work 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 site 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. 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 n hidden, at the commencement of, or at any time during the term of this Agreement. I. . Assignment of Contract The Contractor shall not assign the Contract required to be executed by the City without the prior written consent of the City. J. Quality of Work and Material All material and equipment fiunished by the Contractor shall be new, high grade, and free from defects and imperfections, unless otherwise hereinafter specified. Workmansbip shall be in accord with the best standard practices. Both materials and workmanship shall be subject to the approval of the Parks and Trees Maintenance Superintendent. All materials used shall be approved in advance by the.Parks and Trees Maintenance Superintendent 1. The actual cost of all materials passed on to the City shall be wholesale cost of the material. a. The wholesale cost shall be the actual cost paid by the Contractor reflecting the best price, including discounts available. Receipts shall be required for reimbursements. b. At no time shall the cost of materials exceed retail cost from the current price list, minus the discount rates. c. Typical costs of the irrigation parts, plant material, etc. to be submitted to the City prior to approval. 2. The City reserves the right to purchase materials directly and make them available to the_ Contractor. in the event the City exercises the option to purchase the materials, the following conditions will apply: a. Contractor shall conform to all City practices and procedures. b. All City purchases will be for the sole expressed use of and for the City c. The Contractor shall secure, store, inventory, distribute and control all materials entrusted to the Contractor's representatives. All materials and inventories shall be made available to the City upon request. d. The Contractor will reduce the unit cost for each maintenance task by the City's actual cost for the materials provided and used. E 0 K. Workmanship and Supervision • 1. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. At a minimum, Contractor shall provide: # Positions Work Performed Required Vehicle Location (1) Supervisor (I) Leadworker (1) Crew cab buck (2) Irrigation Technicians include Irrigation (2) Fully stocked trucks with All Contract Maintenance irrigation controller remotes Sites Except for Raimnaster Bonita Canyon Sports Park (1) Irrigation Techician Include Irrigation (1) Fully stocked truck with Bonita Canyon' Maintenance irrigation controller remotes Sports Park for Rainmaarnr (1) Mow Crew Driver Mowing / Turf (1) Crew cab.tmck All Contract Maintenance Sites (4) Mow Crew Laborers (2) Detailed Maintenance Detailed Maintenance (1) Truck or Bonita Canyon Laborers utility vehicle Sports Park (2) Detailed Maintenance Detailed Maintenance (1) Truck or Back Bay View Laborers utility vehicle Park/ Castaways Park/ Morning Canyon/ Mesa Birch Park (3) Detailed Maintenance Detailed Maintenance All Other Contract Sites (I) Laborer General Litter control, (i) 1 -Ton s[akebed track All Contract refuse removal, and Sites ands licin The City reserves the right to increase minimum staffing based upon additional acres being added to this contract. 2. Work shall be performed by competent and experienced workers. All irrigation maintenance and repairs shall be performed by a California Landscape Contractors. Association, Certified Landscape Technician -I (Irrigation). 3. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors and lead workers must communicate effectively, both in written and oral English, and shall be present at all times during contract 10 operations. Any order given to these supervisors or lead workers shall be deemed as delivered to the Contractor. 4. All pesticide operations, where required, shall be performed by a California State. Licensed pest control operator with a Qualified Applications Certificate or . Qualified Applications License through written recommendation by a California State Licensed Pest Control Advisor. The Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. 5. All personnel working at the outlined areas shall be neat in appearance and in uniforms as approved by the Parks and Tree Maintenance Superintendent. All personnel shall wear identification badges or patches, and employees working adjacent to traffic lanes must wear safety vests. 6. Persons employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor on fifteen (15) days notice from the City. L. Equipment All vehicles and equipment used in conjunction with the work shall be maintained in a neat, clean, and orderly manner and shall be in good working order. The General Services Director, or his authorized agent, may reject any vehicle or piece of equipment and order it removed from the job site. Contractor vehicles used within this contract shall, at all times, bear identification signs that the contractor is performing services for the City. The Parks and Trees Maintenance Superintendent shall approve these signs prior to installation by the contractor. M. Safety Requirement All work performed under this contract shall be performed in such a manner as to provide maximum safety to the public and where applicable, comply with all safety standards required by CAL -OSHA. The Parks and Trees Maintenance Superintendent reserves the right to issue restraint or cease and desist orders to the Contractor when unsafe or harmful acts are observed or reported relative to the performance, of the work under this contract. All contractor vehicles shall have a "W.A.T:C.H." work area traffic control manual at all times. 2. The Contractor shall maintain all work sites free of hazards to persons and/or property resulting from his/her operations. Any hazardous condition noted by the Contractor, which is not a result of his/her operations, shall be immediately reported to the Parks and Trees Maintenance Superintendent. 11 N. Claims by Contractor's Employees 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 m 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. O. Liability for Damages 1. The contractor shall be fully responsible for any and all damage done to City property, equipment, or other property of the public premises that result from. the Contractor's operations under this contract. This shall include but not be limited to the replacement, at Contractor's expense, of shrubs, trees, vines, turf, groundcover or other landscape, items that are lost due to negligence in pest and disease control practices; and/or due to improper watering, fertilizing, or lack of proper maintenance and care. 2. The Contractor may insure the equipment, materials, and work to cover Contractor's interest in the same. The City will not, under any circumstances, be answerable or accountable for any loss or damage that may happen to said equipment, materials and work, or any part or parts thereof, used and employed in fully completing the contract. 3. Contractor shall indemnify and hold harmless the City, its City Council, boards, commissions, officers, agents, .servants and employees from and against any and all claims and losses whatsoever, including reasonable attorney's fees, accruing or resulting to any and all persons, firms or corporations furnishing or supplying work, services, materials, equipment or supplies in connection with the services, work or activities conducted or performed by Contractor pursuant to a mutual contract. P. Advertising No advertising of any kind or description, bill posters, printed, painted, or by the use of any other method application legible to human sight, shall appear on any buildings, structures, fences, canopies, posts, or signs except valid and authorized legal notices required to be placed thereon and except as may be specifically authorized in these general conditions. 12 H. PROPOSAL FORMAT AND CONTENT Proposals should be typed as briefly as possible. They should not include any elaborate . or unnecessary promotional material. The following order and content of .proposal sections should be adhered to by each Contractor: Cover Letter A cover letter not to exceed three (3) pages in length should summarize key elements of the proposals. The letter must be signed by an individual authorized to bind the Contractor. The letter must stipulate that the proposed price will be valid for a period of a minimum of five (5) years. Indicate the address and telephone number of the Contractor's office located nearest to Newport Beach, California, and the office from which the contract will be managed. A. Background and Approach The Background and Approach Section should describe your understanding of the City and the work to be done. B. Methodology This section should clearly describe the methodology you plan to use to carryout the specific work tasks described in the Work Plan. C. Work Plan Describe the sequential work tasks you plan to carry out in accomplishing this contract. Indicate all key deliverables and their contents. D. . Contract Organization and Staffing Describe your approach and methods for managing the contract. Provide an organization chart showing all proposed contract team members. Describe the responsibilities of each person on the contract team. Identify the Contract Director and/or Manager and the person who will be the key contact with the City of Newport Beach. Indicate how many hours each team member will devote to the contract by task, along with. a statement indicating the availability of the members of the contract team for the duration of the contract. Please include resumes for key members of the contract team with particular emphasis on their experience and professional affiliation. Also include any additional information or staff support required from City personnel during the course of the RFP preparation. E. Related Experience Describe recent, directly related public agency experience. Include on each listing the name of the agency; description of the work done; primary agency contact, 13 • M address and telephone number, dates for the contract; name of the Contract Director and/or Manager and members of the proposed contract team who worked on the contract, as well as their respective responsibilities. At least three references should be included. For each reference, indicate the reference's name, organization affiliation, title, complete mailing address, and telephone number. The City of Newport Beach reserves the right to contact any of the organizations or individuals listed. F. Contract Schedule Provide a schedule for completing each task in the work program, based upon the Maintenance Frequency Summary (Attachment A). G. Cost Data Indicate the total annual Unit Prices (Attachment F, G, H, and 1) for which you will conduct the contract based upon the information provided. H. Statement of Compliance Contractors must submit a Statement of Compliance with all parts of the Request for Proposal and Draft Agreement terms and conditions, or a listing of exceptions and suggested changes, along with a description of any cost implications or schedule changes the exceptions and/or changes cause. The Statement of Compliance must declare either: . 1. This proposal is in strict compliance with the Request for Proposal and Draft Agreement and no exceptions to either are proposed; or 2. This proposal is in strict compliance with the Request for Proposal and Draft Agreement except for the items listed. For each exception and/or suggested change, the Contractor must include: a. The suggested change in the RFP or rewording of the contractual obligations. b. Reasons for submitting the proposed exception or change. c. Any impact the change or exception may have on contract costs, scheduling, or other considerations. I. Other Information Include any other information you consider to be relevant to the proposal. Additional optional services may be provided at the discretion of the contractor. 14 0 9 J. Employment Provision Contractor agrees that in carrying out its responsibilities under this agreement, and in particular with regard to the employment of persons and sub - contractor; working on the contract, it will not discriminate on the basis of race, color, creed, national origin, religion, sex, age, or handicap. In the event any of the work Performed by Contractor here under is subcontracted to another person or firm (with approval of the City as required herein), sub - contract shall contain a similar provision. K. Insurance Coverage Without limiting Contractor's indemnification of City, and tenor to commencement of work Contractor shall obtain, provide and maintain it 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. 1. 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. 2. Signature. A person authorized by the insurer to bind .coverage on its behalf shall sign certification of all required policies. 3. 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. 4. Coverage Requirements. a. 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. 15 b. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than two million. dollars ($2,000,000) 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. c. Automobile Liability Coyeraee. 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. 5. Endorsements. Each liability, employer's liability and automobile liability insurance policy shall be endorsed with the following specific language: a. 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. ' b. 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 provide to City. Any insurance maintained by City, including any self - insured retention City may have, shall b considered excess insurance only and not contributory with the insurance provided hereunder. c. 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. d. The insurer waives all rights, of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. e. 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. is The insurance provided by this policy shall not be suspended, voided, cancelled, 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. 16 b. 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. 7. 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. L. Guarantees A Faithful Performance Warranty Bond in the amount of one hundred percent (100%) of the contract price shall be requited for the entire length of the contract period. Unless otherwise specified, the Contractor shall guarantee that the work performed under the Contract will be performed. to the HIGHEST INDUSTRY STANDARDS specified in the RFP and remain as such for the term of the contract. Whenever, in these. specifications, written guarantees are requested, or specified, the Contractor shall guarantee the products or installations therein described for the time specified and no further guarantee shall be required. If defective material or workmanship is discovered by the City in the work proposed within this contract, and this defective material or workmanship requires repairs to be made under this guarantee, all such repair work shall be done by and at the expense of 'the Contractor. Should the Contractor fail to repair such damage within five (5) working days thereafter, the City may be the necessary repairs and charge the Contractor with the immediate attention, the City shall have the right to repair the defect or damage and charge the Contractor with the actual cost of all labor and material required. M. Pre - Proposal Meeting All parties selected to submit proposals for landscape maintenance of City parks and facilities are instructed to attend a mandatory pre-bid meeting. The meeting is scheduled for May 29, 2008 at 8:30 a.m., 592 Superior Avenue, Building A, Newport Beach, California. Present at this meeting will be representatives of the City of Newport Beach General Services Department. The purpose of this meeting is. to familiarize contractors with the contract's contents and scope of work and to answer any questions which may arise prior to submitting proposals. Copies of standard specifications will be included. Attendance at this meeting is MANDATORY for those wishing to submit proposals. A map detailing the locations (Attachment K) of all sites within this contract will be provided at this meeting. Failure to attend the pre-bid meeting shall result in disqualification form the RFP process. 17 DESCRIPTION OF PROJECT AND INTENT L 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, weed free, vigorous, and well -kept state at all times. II. DESCRIPTION OF PROJECT (SCOPE OF WORK) 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. Turfgrass weed eFadication and control, both mechanically and with chemicals. 3. Turfy shrub, and tree fertilization. 4. Shrub and groundcover trimming, pruning, and training. 5. Minor tree pruning and staking. Pruning trees under 8 feet in height. 6. Irrigation programming, monitoring, maintenance, and repair. 7. Water meter reading and water conservation. S. General rodent, pest, and disease control on landscape planting and turf. 9. Mowing, verticutting, and aerifying. 10. General litter control, refuse removal, and grounds policing. 11. Plant replacement. 12. Hardscape cleaning. 13. Maintenance of sand and wood chip areas. 14. Access roadway clearance and visibility maintenance. 15. General drainage structure and system maintenance. 16. Drinking fountain maintenance. 17. Reporting vandalism, graffiti, or any safety concerns. 18 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 III. WORHING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 AM and 5:00 PM, Monday through Friday. No Saturday or Sunday work is to be scheduled 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 or after 5:00 PM. IV. TERM OF CONTRACT Unless earlier terminated in accordance with Section 26 of this Agreement, the Term of this Agreement shall be for a period of two (2) years. The term shall commence on August 30, 2008, after City Council approval of this contract, and upon receipt and approval of all required bonds and insurance. The term of this Agreement shall automatically be extended for three (3) additional one (1) year terms (automatic extensions) with the extensions to automatically commence upon the expiration of the initial term or any extended term, unless the City notifies 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. Time is of the essence in the performance of services under this Agreement. V. LEVEL OF MAINTENANCE All work shall be performed in accordance with the HIGHEST INDUSTRY STANDARDS, as stated in the enclosed maintenance specification description. 19 Standards and fi)equencies 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 to notify of a change and/or failure:to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or month. Payment will be retained for work not performed until such time as the work is performed to City standard 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. VI. 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 day of said month. The supervisor of this contract shall be available to meet with the City's representative daily during working hours, as necessary. 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. VII. SPECMCATIONS VIII. 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. All correspondence shall be addressed to Dan Sereno, Parks and Trees Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California 92663 -3884. 20 0 0 DL 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. X. 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 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. Beacon lighting visible from behind the vehicle will be installed on vehicles working along. City streets. M. 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 nor the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. XII. RECORDS The contractor shall keep accurate records concerning all of his/her employees or agents. The contractor shall provide this information in an organizational chart as changes in staffing occur. Additionally, the contractor shall provide the City with names and telephone numbers of emergency contact employees. The contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Trees .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. 21 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 Trees. Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the park 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 Trees 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 only at any reasonable time. XIII. EMERGENCY SERVICES The Contractoi 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 of receiving notification. XIV. 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 aerfiication, turf dethatching, seeding, preventive and curative application of fungicide, herbicide or any required pesticide applications, water truck operations, and plant replacements. Positions used for specialty operations shall be in addition to those outlined on page 10, section K -1. XV. 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. XVI. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a 30 minutes response time of the job site and provide the office with phone service during normal working hours. During all other times, a telephone answering service shall be utilized and the answering service shall be capable of contacting the Contractor by cell phone 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. 00A XVII.. SCHEDULES Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time flames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. 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, week or month. 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 23 0 i special circumstances. Therefore, all work shall be completed on the day scheduled, as shown on the weekly schedule. XVIII. 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. If the Parks and Trees Maintenance Superintendent can not be reached, the contractor shall notify the Parks Maintenance Supervisor. XIX. 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 - 4224133) 48 hours before commencing any excavation, to locate underground service lines. XX. PESTICIDES The City must maintain all documents that,pertain to the use of pesticides on its property. Contractor must provide the Parks and Trees Maintenance Superintendent with all of the following: 1. A copy of Contractor's Orange County Agricultural Commissioners Restricted Materials Permit/Operator I.D. numbers and a copy of the Contractor's Pest Control Business License. 2. A written "Pest Control Recommendation" for each chemical and site before Contractor uses any pesticide. The Contractor shall provide (in a three ring binder) with each Pest Control Recommendation the material safety data sheets and manufacturers label for each chemical. 3. A "Pesticide Use Daily Record" for any site that a pesticide was used, within 24 hours of application including: chemical name, quantity applied, applicator's name, and date 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. A Notice of Intent will also be issued whenever chemicals are applied to turfgrass, regardless if it is "Restricted." 24 5. The contractor shall provide a "Proposed Pesticide Lisp' of all the pesticides they intend to use for this contract, including toxicity category and Environmental Protection Agency number for each chemical, before any such use. 6. The contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent... 7. A. Pest Control Operator with a Qualified Applicator License will be assigned to this contract to apply restricted materials. 8. Provide annual pest control training records for all employees who will be applying such pesticide specified on those records. 25 TEmmAL MAINTENANCE SPECIFICATIONS I. GENERAL LANDSCAPE MAINTENANCE REOUMEMENTS 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," Attachment A. 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 facilities. 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/her 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/her construction and installation equipment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor for his/her 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 at 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. All insects, other like pests, and diseases 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. 26 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 areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. All sand and wood chip areas abutting maintained areas shall be cleaned daily when dirtied by Contractor's operations and at other times as required. Trash cans provided by the City shall be emptied daily 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. All barbecue grills shall be emptied of all ashes once per week H. SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS DEdWe Facilities 1. All drainage structures shall be checked and cleaned weekly 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, 27 0 ! wiring, pipes, vaults, heads, and anti -drain valves. The Contractor shall not be responsible for the water meter assembly as he/she may cause damage to these items. a. Repair and adjust all sprinkler' heads to maintain proper and uniform water application. The Contractor will adhere to all State, County, and local regulations accordingly. b. Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under - watering or over - watering. C. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and 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 monthly reports in January, April, July.and October. i. Areas that require irrigation will have such accomplished no earlier than 11:00, p.m. nor later than 6:00 am. j. Contractor will maintain moisture sensors at all sites at which such a unit is installed. k. Contractor will maintain master valve and flow sensors at each site they are installed. Master valves will be tested weekly and repaired as required. 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 at each site. 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. 4. Contractor will not charge labor for any irrigation repairs, unless it is pre- approved by the City for emergency repairs on overtime. K-41 0 Water Conservation i Contractor shall appoint a staff member to act as the Water Manager. Contract personnel performing water management duties shall have the following abilities and must meet the following requirements. Abilities 1. Meet Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines and monthly water allocations (Attachment .I). 2. Maintain a healthy landscape. 3. Calculate evapotranspiration (ET) rates to GPM. 4. Maintain. all parks and landscape in a. usable condition (no flooding due to over - irrigation). 5. Troubleshoot and diagnose irrigation systems issues and take corrective action. Requirements 1. The Water Manager shall program all controllers weekly according to the IRWD allocation. 2. -The Water Manager shall notify the Contractor or City Representative of all required repairs. 3. The Contractor shall meet the IRWD monthly water allocations for each meter on all streetscape and park applications. The Contractor shall maintain healthy plant material, and avoid monthly IRWD penalties. Damages for Water Management 1. Should the Contractor exceed the IRWD allocation, all penalty charges for water used above the allocation will be deducted from the contractor's monthly billing. 2. Deduction shall exclude all approved appeals such as mainline and control valve failures. 3. The .City's Representative shall meet monthly with the Contractor's Representative and the Contractor's Water Manager to review over - allocation water billing to determine which water billing appeals are to be approved and which are to be waived. 4. The Contractor shall copy City Representative on all such appeals, include all meter readings and allocation calculations. 29 5. Over - allocations that do not qualify for appeal or have not been waived will be deducted from the Contractor's monthly payment. 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 with a gas- powered walk -behind edger. c. Clippings shall be collected and removed unless otherwise directed by the City. d. Mechanically trim around sprinklers as needed to provide pr6per 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 (approved by City) shall be maintained in this area at all times. 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. i. Edging using a string line shall along the base paths, as a guide be performed weekly at Bonita Canyon Sports Park and other baseball infields as needed. 2. Mow turf to the following heights: a. Warm season turf including Bermuda grass- 1/2 to 1 1/4 inches. b. Cool season turf including Bluegrass, Perennial Rye, Fescues - 1 1/2 to 3 inches. c. Kikuya and St. Augustine turf - 1 1/4 to 13/4 inches. d. A reel -type mower shall be used to mow all athletic fields, unless otherwise directed by the City. Scheduling will not conflict with public use /sport group activities and will occur on Wednesday or Thursday. 3. Vertical mowing of warm season grasses shall be done once per year in September, permitting sufficient time for turf regeneration. 30 a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized four times per year using a homogenous, pellet or granular slow- release material. City must approve the material used. Apply at the following rates and time: a. January: 16 -6 -8 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. b. April 22 -3 -9 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. c. July: 21 -3 -5 (or approved equivalent) fertilizer at one pound actual nitrogen per 1,000 square feet. d. October. 16 -6 -8 (or approved equivalent) fertilizer at one pound actual nitrogen per 1;000 square feet. e. 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. f The Contractor shall perform a soil fertility analysis at individual parks (up to 13) as directed by the City in the month of December and review the analysis with the City representative in the month of January. g. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report " 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. a. Turf areas must be maintained in a weed -free basis. b. Chemical control of broadleaf weeds shall be initiated as needed on all turf. 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). Aerate all athletic fields an additional two times in January. and July. a. Aerate all turf with a mechanical aerator set with 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". 31 b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. d. Topdress two times per year with approved tpdress material (for sports fields only, immediately following October and April aerations). e. Apply Gypsum at 25 poundsl1,000 square feet to select turf. areas one time per year as conditions dictate. 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 entire irrigation system at each site weekly, 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 turf and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs. Correct as necessary. 10. Scheduling of mowing and turf care maintenance times will be approved by the City. Use by the public will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance I. 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 shall be applied in all shrub and ground cover beds twice per year, once in April and once in September. b. Morning glory and grass infestations shall be treated immediately when observed. c. Groundcover areas shall be fertilized twice per year, once in April with 22 -3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. 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. OA e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f, Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark .mulch should be replaced as needed to ensure a layer of mulch at least 2" thick all times. 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 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. Areas shall be fertilized twice per year, once in April with 22 -3 -9 and once in September with 9 -9 -9 + Iron, at a rate of 2 pounds actual fertilizer per 1,000 square feet. Substitutions may be considered at the City's sole discretion. f. Application of an iron chelate fertilizer or balanced fertilizer shall made as needed throughout the year to maintain a healthy, vigorous growth and foliage. g. Irrigate as required to maintain adequate growth and appearance. Manually water where necessary. h. 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, fountain grasses and other similar plants shall be removed immediately after blooming or as directed by City. i. All bare shrub bed areas shall be raked weekly to remove all litter and other debris. 33 j. 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. 'k. Trim plant material regularly adjacent to curbs, sidewalks, and roadways to provide for proper, unobstructed circulation. 1. Bark mulch should be replaced as necessary to ensure a 2" layer of mulch at all times. m. All plant material w-41 be trimmed to protect property owners' ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. The Contractor is responsibility for trimming all trees up to eight (8) feet in height. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar feafiries. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. e. Inspect each site for dead or dying trees, broken, cracked, or hanging branches or other hazards. Immediately notify the Parks and 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. Treesishrubs 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" thick layer 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. 34 0 • 3. Complete pruning, heading back, lacing out, or removal will only be done at the direction of the City and at the prescribed unit price. All such pruning shall be made in accordance with current International Society of Arboricultural techniques and practices that promote the natural character of the tree. 4. All pruning shall be done with clean, sharp tools appropriate for the intended work. Cuts shall be made sufficiently close to the parent limb, without cutting into the branch collar or leaving a stub, so that closure can readily start under normal conditions. Hardscape Maintenance 1. During each site visit, concrete (including stamped concrete) and asphalt areas, including turn pocket fingers, driveways, parking areas, sidewalks, patios, shall be checked and cleaned. a. All expansion joints and cracks are to be maintained free of weeds. b. Dirt, litter, and other debris must be removed on a weekly basis. c. Inspect for safety hazards, including tripping hazards, holes, or other conditions. Immediately report such to the Parks and Tree Maintenance Superintendent. 2.. Vacuums, blowers, sweepers or other approved means may be used to clean hardscape areas. However, debris shall not under any circumstance be blown or otherwise swept onto adjacent streets or property. All debris must be picked up by the Contractor and removed from the site. Any equipment that is used for cleaning hardscape must be approved by the City. General Grounds Policing 1. The Contractor shall provide general grounds policing and inspection six (6) days per week, except general grounds policing and inspection will be seven (7) days per week from Memorial Day through Labor Day. a Remove all litter and other debris from site six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. 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, week, or month. c. Provide safety and facility inspection and immediately report any deficiencies to the Parks and Trees Maintenance Superintendent. Contractor shall be responsible to report below standard conditions of all structures and fixtures, including but not limited to: 35 1. Light standards and fixtures 2. Walls, fences, gates, park benches, gazebos 3: Signage 4. Graffiti d. All areas, benches, picnic tables, and associated park amenities shall. be inspected and cleaned six (6) days per week and seven (7) days per week Memorial Day through Labor Day. Contractor shall use a welted rag to wipe these down as needed. Sand/Wood Chip Areas 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed -free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). All additional sand or wood chips that are added shall be . at the contractor's expense. d. All sand and 'wood chip areas shall be cleaned and raked level, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. Specialty /Sports Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, baseball dugouts and bleacher areas, bicycle trails, all asphalt, and concrete and decomposed granite walkways. b. All areas shall be swept and disposed of off site, six (6) days per week and seven (7) days per week from Memorial Day through Labor Day, if necessary, to remove all deposits of silt and/or sand and glass and other debris. c. On Monday and Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six (6) days per week and seven (7) days from Memorial Day through Labor Day for uplifts and/or tripping hazards. All 0. 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 (6) days per week and seven (7) days per week from Memorial Day through Labor Day and maintained in a neat clean, and safe condition at all times. h. All areas shall be raked to remove leaves and debris six (6) days per week and seven (7) days per week from Memorial Day through Labor Day. L 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 and adjust six (6) days per week. 2. Report any deficiencies to the City immediately in writing. Native and Drought Tolerant Park Maintenance — Back Bay View Park, Castaways Park, Morning Canyon Park, Bonita Canyon Sports Park and Mesa Birch Park These requirements are in addition to the above written Technical Maintenance Specifications: 1. All native and drought tolerant plant material at these sites will be maintained in their natural shape. All dead wood for natives will remain on the plant or where it has fallen. 2. The areas shall be maintained weed -free. Only manual pulling or mechanical cultivation of non -native weed species will be allowed. 3. The contractor's maintenance personnel will be trained to distinguish weedy plant species from native or drought tolerant vegetation to ensure that only weedy species are removed. 4. All weeds will be removed manually before they can attain a height of six inches (6) or produce seeds, whichever comes first. 37 5. Pulled weeds will be placed in a " mantilla" to prevent the seeds from coming in contact with the ground and removed from the project site during the same day's maintenance. 6. For Morning Canyon Park, leaf and branch drop and organic debris from native species shall be left in place. 7. For California Meadow Sedge areas at Castaways Park follow Turf Maintenance Specifications (pages 30 -32), unless otherwise directed differently by City. Wash mower thoroughly prior to each mow at Castaways Park. Apply two (2) inch layer of mulch to walkways at Castaways Park and. Back Bay View Park once per year. Hand pull all weeds in California Meadow Sedge areas prior to each mow, no chemical eradication will be permitted. . 8. Handwater trees without bubblers as needed at Castaways Park and Morning Canyon Park. Monitor excessive summer irrigation to Oak trees at Castaways Park, especially those situated in California Meadow Sedge areas. 9. Inspect rabbit fencing at Back Bay View Park once per week. 10. At several times during the year, especially during the rainy season (November — May), the contractor will have to make sure there is sufficient staff to accommodate manual removal of all weeds throughout the sites. If the Contractor fails to increase staff to accommodate timely weed removal, per specifications, the City may hire an outside Contractor to assist in weed removal and deduct these fees from the Contractor's monthly maintenance invoice. RP • r TOTAL COST PER YEAR OF LANDSCAPE MAINTENANCE: NOTE: Bid Price shall include all sales, use or other taxes applicable to the above item. If awarded the Contract, the undersigned hereby agrees to sign said Contract and furnish the necessary Faithful Performance Warranty Bond within ten (10) days after the award of said Contract. The undersigned has examined the location of the proposed work and is familiar with the Specifications and other Contract Documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all the above figures and understands that the City of Newport Beach will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. Proposals are to remain valid for six (6) months. (Signature) (Printed or Typed Name) (Title) 39 (Company) (Business Address) (Telephone Number) (Date) REQUIRED REPORTS Annual Maintenance Schedule which includes: Organization chart, mow and trash schedules, once per year submittal 2. Weekly Maintenance Schedule, including approved extra work 3. Weekly Performance Report, including approved extra work completed 4. Monthly Chemical Use Report (As sent to County Agriculture Commission), daily as needed for certain applications 5. Monthly Fertilizer Use Report 6. Proposed Pesticide List with EPA numbers, Pesticide Recommendations, Labels and Material Safety Data Sheets 7. Weekly irrigation inspection check list (to include controller and site inspection for all sites and a list of any repairs required) 8. Irrigation controller programming charts, submitted quarterly (January, April, July, October) 9. Bi- weekly maintenance inspection list for all sites 10. Annual pesticide safety training records 11. Required tailgate safety meeting records, include with Monthly Maintenance Report 12. Monthly maintenance report which includes Monthly Greenwaste Report 13. Weekly Master Valve/Flow Sensor inspection checklist 14. Monthly pest and disease inspection for all sites conducted by a qualified applicator certificate or license holder 50 41 LIST OF ATTACHMENTS Attachment A : Maintenance Frequency Summary Attachment B : Parks and Facilities Areas Attachment C : Standard Materials Attachment D : Parks/Facilities Maintenance Locations Attachment E : Parks /Facilities Turfgrass Maintenance Locations Attachment F : Unit Prices Attachment G : Bid Unit Costs ( Parks /Facilities Maintenance Locations) Attachment H : Bid Unit Costs (Parks/Facilities Turfgrass Maintenance Locations) Attachment I : Total Cost Attachment 7 : IRWD Landscape Irrigation Guidelines Attachment K : Parks/Facilities Maintenance Locations Map 41 E ATTACHMENT A Maintenance Frequency Schedule FUNCTION FREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Four times/year Vertical Mow Once/year Aerate Twice/year, Four times for Sports Fields' Pest and Weed Control As needed Visual Inspection Weekly Topdress Application Twice /year, for Sports Fields Gypsum Application Oncel ear, for select turf sites Ground Cover Maintenance Trim Monthly Fertilize Twice/year Pest and Weed control As needed Visual Inspection . Weekly Pre-emergent Application Twice/year Shrub, Vine, and Tree Maintenance Trim Four times/year Fertilize Twice/year (once/year for trees) Restake/Check Each site visitlevery two weeks Visual Inspection min. Weekly Six days/ week, Seven days/ Hardscape Maintenance week Memorial Day thru Labor Da Grounds Policing/Litter Removal, Including Six days/ week, Seven days/ Specialty /Sports Areas and Park Amenities Week Memorial Day thru Labor Da Six days/ week, Seven days/ Site Inspection week Memorial Day thru Labor Da 42 ATTACHMENT A (Continued) FUNCTION MqUENCY Sand/wood chip areas Cleaned and raked Six days/week, Seven days/ week Memorial Day thru Labor Da Rototilled Four timeslyear Drinking Fountains Six days/week, Seven days/ week Memorial Day thru Labor Da Native Area Maintenance Weed Control As needed Tree Handwatering Weekly 43 ATTACHM ENT B PARKS AND FACILITIES AREAS Sites Requiring Mandatory Mowing Schedules Before 7:00 am. Before 9:00 a.m. Before 10:00 a.m. After City Hall 38th St. Park Las Arenas Park Lincoln Athletic Ctr. Newport Pier Plaza Peninsula Park Buffalo Hills Park Sports Fields (after 1.00 .m. Oasis Senior Citizens Ctr. (Wed) West Jetty View State Beach W. Newport Park Ocean Blvd. Bluffs Ensign View Park All Libraries Irvine Terrace Park, All Fire Stations Balboa Island Park All Play Areas San Joaquin Hills Park San Nfiguel Park Be onia Park Uq `J ATTACEUVIENT C STANDARD MATERIALS All material used in maintenance must conform to the products listed below. Any deviation from the approved list must be approved by the City of Newport Beach before installation.. Any item not mentioned in the Standard Materials list must be approved by Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: HEADS • Toro 570Z -COM 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 570Z -COM Pop Up / Shrub Adapter (small slope & groundcover areas) • Toro 300 Stream Rotor (medium slope & groundeover areas) ■ Toro XP 300 Stream Rotor (large slopes & groundcover areas) • Toro 500 Flood Bubbler (tree wells) Head model to be selected by the City of Newport-Beach. Please contact Parks Supervisor Randy Kearns 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 BATTERY POWERED IRRIGATION • Rain Bird TBOS Battery Operated Controller • Rain Bird GB Series Remote Control Valve ■ . Rain Bird Potted Latching Solenoid MISCELLANEOUS • Febco 825Y RP • Spears # DS -100 Dri- Splice Connectors with crimp sleeves • Spears # DS -300 Dri-Splice Sealant • Rain Bird 944 or #33 Quick Coupler Valve with Vinyl Cover W 0 • Griswold DW Series Valve (Control Valve) • Griswold 2160 Solenoid Valve (Normally Open Master Valve) • Griswold 2000 Solenoid Valve (Normally Closed Master Valve) • Matoo 754 Series Full Port Ball Valve • 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% x 12 "W x 12"D • Round Valve Box- Plastia10" • Control Wire- U.F. 600 -Volt Direct Burial Copper with PVC Insulation. • Rain Master EVFM Flow Sensor • Rockwell Metal Repair Clamp for all Main Line repairs • PVC Slip Fix for Lateral line repairs only TURF FERTILIZERS, ETC., A. All commercial fertilizers must be homogenous. B. All organic fertilizers must have lowest salinity rate possible. C. No steer or chicken manure is allowed D. 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 Parks and Trees Maintenance Superintendent before planting. PESTICIDES All pesticides proposed to be used must be submitted to City with application location and written recommendation from the Contractor's Pest Control Advisor prior to use. All materials must be properly labeled and certified for intended use. Proper and legal disposal of any and all pesticides used is solely the responsibility of the Contractor. All state, county, and city laws regarding pesticide use and disposal must be followed. 46 ATTACffi4ENT D Parks/Facilities Maintenance Locations Parks Address Acreage Amp Paris 1411 Bayswater Bison Ave. at Bayswater 8.0 Back Bay View Park Jamboree Road @ East Coast H . 8.13 Balboa Island Park 115 Ave 0.18 Bayside Drive Bayside Dr. between Camatdoa and LmkW 4.4 Bayview Mesa Dr. A Bayview Ave. 3.0 Begonia Begonia Ave. at First Ave. 2.1 Bob Henry 1 Street @ Dover Drive 4.8 Bonita Canyon Sports Park 1990 1880 1641 Ford Road 38.0 Bonita Creek University Dr. @ La Vida 10.0 Buffalo .Hills N Hills Dr. EaWWest Ford Rd. 15.0 Casiawa Park 1 Street @ Dover Drive 18.83 Eastbluff Vista Del Oro @ Vista Del Sol 13.9 Irvine Terrace Seadrift Dr. @ Evita Dr. 6.9 Jasmine View Harbor View Dr.' @ Marguerite Ave. 1.0 Mannin Tract Newpprt Hills Dr. W. and Port Wbeeler Pl. 2.7 Upper Bay View Park 2081 Mesa Drive 0.71 mming Canyon Comer of Surrey Drive Rockford Road 1.0 Old School Carnation Ave 4th Ave. 0.8 San Joaquin Hills San Joaquin Hilts Rd. A Crown Dr. 4.1. San mikqwl San bliguel Dr: Spyglass Hill Rd. 73 Spyglass Hill s Hill Rd @ El Capitan Dr. I A S s Hill Reservoir Muir Beach Circle 1.0 Sunset View North of West Coast Hwy off of Superior Ave 0.7 Total Acreage 153.85 Facilities Address Acreage Central Libmiy 1000 Avocado Ave. 3.3 Police Depatiment 870 Santa Barbara Dr. 0.4 Fire Station #7 — Santa Ana Heights 20401 Acacia St. l3 Fire Station #4 — Balboa Island 124 Marine Ave. .03 Fire Station 43 — Fashion Island 868 Santa Barbara Dr. 0.1 Total Facilities Acreage 5.13 Grand Total 158.98 acres 47 -W 3T -1 Parks/Facilities Turfgrass Maintenance Locations Parks Address Acreage Bolsa Bolas Ave. @ Old Newport Blvd. 0.1 Channel Place Channel Place Q 44 St. 1 Cliff Drive Cliff Dr. @ Riverside Dr. 1.5 ' Ensign View 2501 Cliff Dr. El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. I 1 Grant Howald Iris Ave. 5 Ave. 2.5 Harbor View Nature San Miguel Dr. Q Pacific View Dr. 1 Kings Road Kings Road west of St. Andrews Road 0.1 IV, Street "L" St @ Piam del Sur 0.5 Las Arenas Balboa Blvd 16 St 0.2 Lido Via Lido entrance to Lido Island 0.5 MarinersDover Dr. irvine Ave. 5 Newport Island. Marcus 39 St. 0.1 Newport Shores 61° St Q Coast Blvd. 0.1 Oasis Passive Marguerite Ave. @ 5 . Ave. 3.4 Ocean Blvd. Bluffs Ocean Blvd. from Femleaf Ave. to Poppy Ave. .1 Peninsula Main St East Ocean Front, Balboa 3.5 Veteran's Memorial 1 St @Bay Ave. 0.4 WeAcliff Polaris Dr. A Westwind Way 1 West Jetty View Ocean Blvd. Channel Rd. Balboa 0.2 West Newport Seashore Dr. between 57 St. & Santa Ana River Jetty 4 -iP Street Balboa Blvd 39m St. 0.3 Total Acreage 27.9 Faedi Address Acreage Fire Stations: 1 Balboa Blvd. Island Ave. 0.1 2 32nd St Villa Way 0.1 5 Marigold Ave. between Coast Hwy/2nd Ave. 0.1 6 Irvine Ave. Dover Dr. 0.1 Libraries: Balboa Balboa Blvd Island Ave. 0.2 Corona del May Mari old Ave. between Coast Hwy/2nd Ave. 0.1 ATTACHMENT E (Continued) Miscellaneous• • CdM State Beach Ocean Blvd. Jasmine Ave. 1 City Hall 3300 Newport BlvdQ 32nd St. 1 Lincoln Athletic Center 3'101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd McFadden PL 0.2 Oasis Senior Citizens Ctr. 800 maguerite Ave. 5th Ave. 7 1 W. Nwpt Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 "A" Stmt PUMD Station A St. and Balboa Blvd. 0.1 Total Acreate I 12.1 Grand Total 40.0 M ATTACHMENT F UNIT PRICES 1. The Contractor agrees that for requested and/or required changes in the scope of work; including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices; where the City elects to use this method in determining costs. 11. 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. III. 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. IV. All work shall be performed in accordance with specifications described in the RFP. FUNCTION COST/UNIT OF MEASURE Turf Mow -Real Blade $ 1000 Sq. Ft. Turf Mow- Rotary Blade $ 1000. Sq. Ft. Turf Edge $ 1000 Linear Ft. Turf Aerify $ 1000 Sq.Ft. Turf Fertilize $ 1000 Sq. Ft. Turf Dethatch/Renovate $ Acre Turf Topdress only $ 1000 Sq. Ft. Turf Gypsum Application at 25lbs $ 1000 Sq. Ft. HARDSCAPE Cleaning x_(1000 Sq. Ft. Powerwashing_/ 1000 Sq. Ft. GROUNDCOVERS Fertilize $ 1000 Sq. Ft. PEST CONTROL Tree disease/'msect foliar spray Tree (using Talstar or Equal) 50 Tree diseasePmsect root injections �_/ Tree (using Merit or Equal) Pre- Emergent/turf or planter $_/ 1000 Sq. Ft. (using Snapshot or Equal) General Weed Control Post Emergent $ 1000 Sq. Ft. (using Roundup or Equal) SHRUB PRUNING/REMOVALS Pruning $ 10 Linear feet Removals $ 10 Linear feet FULL TREE PRUNING/REMOVALS Pruning $ Tree Removals $_/ Tree PLANTING (All shrubs and trees will be planted with approved soil amendment) 1 Gal. Shrub $ Each 5 Gal. Shrub $ Each. 15 Gal. Shrub $ Each 15 Gal. Tree (with root barriers, $ Each tree stakes and ties) $ / Hour 24" Box Tree (with root barriers, $_/ Each tree stakes and ties) $ / Hour 36" Box Tree (with root barriers, $ Each tree stakes and ties) 64 Count Flat Groundcover $ Flat 16 Count 4" Flat Annual Color $ Flat Turf - Seed and Top Dress $ 1000 Sq. Ft. Turf - Sod ,$ 1000 Sq. Ft. Hand spread and rake in City Supplied seed $ 1000 Sq. Ft. (in California Native areas) LABOR Landscape Maint. Supervisor $ Hour Pest Control Applicator $ Hour Irrigation Specialist $ Hour Landscape Maint. Leadworker $ / Hour Equipment Operator $ / Hour Landscape Maint. Laborer $ / Hour Tree Trimmer $ / Hour EQUIPMENT 1 -Ton Truck �_/ Day 51 :u 0-2" Mulch at 2" layer GREENWASTE Disposal Park and Facility Maintenance Park and Facility Turgrass Maintenance Park and Facility Native Park Maintenance 52 6 S_/ 1000 Sq. Ft. S_/ Ton $ Acre/Year $ Acre/Year $ Acre/Year 0 ATTACHMENT G BID UNIT COSTS 0 ParkslFacilitities Maintenance Locations Parks Address Yearly Cost Arroyo Park 1411 Bayswater, Bison Ave at Bayswater Back Bay View Park Jamboree Rd @ Pacific Coast Highway Balboa Island Park 115 Agate Avenue Ba side Drive Bayside Dr. between Carnation and Lar Bayview Mesa Dr. @ Bayvicw Avenue Begonia Begonia Ave. at First Ave. Bob Henry 16 Street -@ Dover Drive Bonita Canyon Sports Park 1990 1880 1641 Ford Rd Bonita Creek Univers ity Dr. @ La Vida Buffalo Hills N rt FTiDa Dr. East/West @ Ford Rd. C "wys Park le St. @ Dover Drive Vista del rho @ Vista del Sol IVAAe Terrace Seadrift Dr. @ Evita'Dr. Laaftyiew Harbor View Dr. @ Marguerite Ave. bEvIninn Tract . Ne hills Dr. W. and Port Wheeler Pl. mew Park 2081 Mass Dr: I Can on .. Comer of S Dr. @ Rockford Rd. C1i 1.. Carnation Ave @ 4 . Ave. Sao: iTills San Joaauin Hills Rd. @ Crown Dr. San Miguel Dr. @ Spyglas Hill Rd. SIl SpypJass Hill Rd. @ El Capitan Dr. Spiralass 'MU Reservoir Muir Beach Circle Sunset View North of PCH off of Su 'or Ave Facilities Address Yearly Cost Central Library 1000 Avocado Ave. Police Deparment 870 Santa Barbara Dr. Fire Station #7 - Santa Ana Heights 20401 Acacia St. Fire Station #4 - Balboa Island 124 Marine Ave. Fire Station #3 - Fashion Island 868 Santa Barbara Dr. 53 M rlul �I BID UNIT COSTS Parks/Facilities Turfgrass Maintenance Locations Parks Address Yearly Cost Bolsa Bolsa Ave. @ Old Np224 Blvd Channel Place Channel Place @ 44 St. Cliff Drive Cliff Dr. @ Riverside Dr. gLmip View 2501 Cliff Dr. @ El Modena Ave. Galaxy View Galaxy Dr. between Polaris & Mariners Dr. Grant Howald Iris Ave. @ 5 Ave. Harbor View Nature San Miguel Dr. @ Pacific View Dr. Kings Road Kings Road west of St. Andrew's Road "L" Street "V 'St. St. @ Piazza del Sur Las Arenas Balboa Blvd. @ 16 St. Lido Via Lido entrance to Lido Island Mariners Dover Dr. @ Irvine Ave. Newport Island Marcus @ 391b St. Newport.Shores 61" St. @ Coast Blvd. Oasis Passive. Marguerite Ave. @ 5m Ave. Ocean Blvd. Bluffs Ocean Blvd. from Fendeaf Ave. to Poppy Ave. Peninsula Main St. @ East Ocean Front, Balboa Veteran's Memorial 131 St. -@ Bay Ave. Westcliff I Polaris Dr. @ Westwind Way West Jetty View Ocean Blvd. BnoA West Newport Seashore Dr@twn 5& River Jetty 38 Street Balboa Blvd. @ 38h St. Facili Address Yearly Cost Fire Stations: 1 Balboa Blvd. @ Island Ave. 2 32 St. @ Villa Way 5 MariRold Ave. between Coast H 2 Ave. 6 Irvine Ave. @ Dover Dr. Libraries: Balboa Balboa Blvd. @ Island Ave. Corona del Mar Mangold Ave. between Coast Hwynm Ave. Miscellaneous: "A" Street Pura Station A St. and Balboa Blvd. CdM State Beach Ocean Blvd. @ Jasmine Ave. City Hall 3300 Newport Blvd. @ 3V St. Lincoln Athletic Center 3101 Pacific View Dr. Newport Pier Plaza Balboa Blvd. @ McFadden Pl. Oasis Senior Citizens Center 800 Marguerite Ave. @ 5 Ave. W. Nwpt Community Ctr. 883 W. 15 St. off Placentia Ave. 54 0 0 ATTACHMENT J Irvine Ranch Water District (IRWD) Landscape Irrigation Water Rates Irvine Rands Water Oisb Ws ascending blodc rate structure offers very low rates for use at or below, allocation and higfier rates for use above allocation. The allocation for a particular landscape isAetemvned'by four faders: 1. 2. 3. 4. IRWD weather stations located in coastal, central or which is the relative amount of water co&season tarn needs at various tirnes of the yc 1.25 (for 80 pei6entiir makeup for ineffidend LA Qandsgpe acreage cool - season turfgmss. ation system effidency), which is the extra water allocated b ; in the.rrrigation system. This assumes that 100 percent of the landscape is Allocation.formula: ET x Kc x.1.25 -x LA- landscape allocation in ace - inches. To Convert to CCF, multiply by 36.3. CCF stands for'hundred'aibic feet.' One CCF equals approximately 748 gallons. Landscape lMgation Water Rates Effective Jury 1, 2007 Note; Soma areas lndudaa pumping surcharge per CCF of voter used. potable voter account numbers art vdM 601 reclaimed voter account number start Nth 62. Since the allocation changes weekly, the most effective way to avoid overuse charges is to monitor the usage weekly (using the mPier /a n loa sheet or IRWD water manaoemer softwa e and compare it to the weeidy allocation. Allocation information is available at the ET Hotline, updated Monday mornings: English (949) 453 -5451 Spanish (949) 453 -5452 To access this information from IRWD website, irwd.cwm, dick on the Er Hotline Icon located on the home page. If you have any questions, or need to discuss your landscape irrigation account, please contact IRWD's Landscape Water Conservation Specialist, Nick Mrvos, at (949) 453 -5324 or email mnmE@ nvd.com. 56 1. s�keape: aia eso�sace�ec�as;l mseaowm+ �tiiaceotmtnummisSt�sm6t ,rrt#�g5i.f:B &',aa a4a►.65 hriaa :eeaa•dwtuvuscsltotgtion elmt�esateinwrred;�iliose warsu« stiimcha�. smaybead ,�tsd,mdeet5arollowu�.cuddiaris: A4maltimciioa��` aka,,, bfal iaabt�. sysfamki:' e�as�rk�calve ,.mam)'nie,eaMrouart�®a ;1n�.t4�'Pl�:tnz�aial t lisiaKd'iai:acia�fic utt•Au'ed: matte tf> aQ� •avaalloeailme:sare'adjtiste�. ifverefora- 'rt�mwenspoaatioa:cFmEppsam inemt� ibeurma$it�strtaaF re9!�ast'.is tsge�aad�. �. >. 3VIx�M�efioaand %r'ion.�Y�%w$hmFil:7alnrisl Tltafhltowirtgpnreauas info'.f+eu�leene�edYO]a�eest an.adjisdoent tc� thastxwnts Swialit nomvitarm�rte uttim=Mwasits A .I?A *IuMUitika.cturac a�aainrc ea n l# i�taa �aistr ea x. ThaLltlFmusEbeveae�eetfmlat�N+ m, �4eamoN7�thal aitlit�, g�ivd ;m.wLiahahcweratiacat�iw�ge oaeursed: �xe>�Ja, if77retiilHngpaiodis.fi�2�fQ} — i1�5743, Iketr'tha.LlAEmuslbe meoeivedJ�r>R�'ao:later than �x aitvLTMnAmtbe umompmuea- pym ---d i w1bIlowiug= t.. Anir�wthe repair wotlZlZxEr hadiaslaliahon. ii. A... nrjtilzdMer :shawih��ere�wdkarptna�tiaiion A.; 4`# �s> �UVi7ro�a�tu' p= o$ tmnae. co�tuftiiaAde�aittoiYlttgsh '�Stfia'.tttaAt'ETang „3n,Q6Dgallats(saxsm.s CCIF)Ihezustmier mW be mq=dtDsbDw proet" the Califocam Raglarial't & rC�ueligCatitaaSmASmAaAvaR nma has beea'pmpedymou'Sed. Ai,rtenb'$:iSnrBe :. �dlus tut: a, �jl!€ 4114sa�' f® rwar�eedingwl U' Ce' 3G° Ypatwve. that. �&oYmk`rLhYdinBP9ziodaIl4�lian. .. The.matlilaum stincItestfwa stu&valvaor main) brmk Will be 24homaatftflow rate for tfratpadiailauvatve. Freq�m�:edj etrtmqu won, , thx: sam' a' accouvtmaybe padiallyVpmvedwdaniedifdreavocutisklen tMedas havittgsltto=over alloeation use. Chmvie over oloceRmuseidb6nedas•ifiuee ootsawttivermat8hs orut;out of tma4¢ a .mvnthsai�mver�allaeafionus :4zEusWrantPnvcazvmr� :LLrW's wffl bepromseti iatheonlar in which they=received. If mLLIAFis -m umtad doo�taincamglero.ixt'amiafiar� the xweiptdste wig be ex elate onvAiich:ft israsa?n duel.IRWD as nataesponsible for lost or misdinctedUMs. It is stronglyrammmmtdW that.the cusWbW keep-ixipita.of all sebmtUad: LWs. AEE Lmue If'Ihe �r gafvr the accoW#t is u porrect, a uatstomer can request a change to theacraage listed'lor,theaccouatand adittstmera of • SubmibaPmuffisWd Lendsc;qptbrigation Accourd Acre Charge Rsqucst(LLAACR) along with a aft map uxlknding the meta iedgberaluitSra.siiced by thaipanc�tdar metar. If the am cbmgg is aptaoye;A theaatxwot's previous brills will be recalculated, using the ubtreete-d acteogc, for a period of six months or from the be8�ining of th'c HZWD fiscal year (Julyl� whichever isgreater. 57 n 1.1e^y �d � ✓F,. a ���t. a.��e_ea�e�6 s8 .�.��l.eau� o-.cs .. tea.. _ a _. _ 1 .� ue k/� 7 #77' �fk 03 7 ro � } § 59 «, M\ iiiiIIIIIIIIIIIIiiiii 59 «, Wing.tbe Meter airdAlocaboil. Log : W *40 "0* an M koww Uswtm u* Sbftt 4y .11101 A 114 Ok In we tv iTTOdw$ wo ow it. *%q k* AU = A 4. %r ,�npy df;gs 4 ah Jf*0 'not Wm', in the i aerate v. - p lbrth, Adgrin the'Vire i o owie"WaMr hk Xhi 4 ri* cstY fag "NiFite.Q.in,;;, site AverAiNO-11- this numb,• hi 'COUmn If ihd number Is cP 161heIrrigation ufie*&. WsWr D1sW"RWD)vWaVNs OWU jO0rg'sM:WMWdav1 : ?sKFr,up WW mppOng ScAkdd.41W r duo-, ,,4, 0, ;Ude &W W IRM recolOw" is W*b .perlua4slg irri q*,w4qriqgUe ea*Anmnw weasureba stroams in this, grewing,4sam C*44thm-17 How'AllocaMoutWork LP&o.". ater-use by�thp� 'fai"e of Uripied fapd§ppe -,".ET ..,sqqg.e ond for, exatir*Vm.eday that;*&irred-dairing dw*mv Change:" every bill. For Ce" t9d, 1p.c eK .. - waman in 10U.p . ent son. Tnom factor. bulk ihtc4lie formula because you are. n&- eWcte.d to change.your COntro * UM daily, nor have a perfect irrVation system. If you-ty4eve.-You ha more aowqe than is indicated on your bhlconftct.Ni Mrvos at 949-4534324. IRWW4; rubes OwdoWis 'per CCF), fdir landUatoe'Irrilgad" PoUblia:Watw Redlahned Water 10& Mto 4OW041fWatbr .72 �swBalv&XmM, 4M to. 00% of Aftdtft AS 8; m - OT A, UM 1." LSS ,Mm�m O�Kftwe - 111%AO. 120% over alllhMidn .$3.52 3A6 Wa6 befull -1-211% or inorg otter allocation $,7.04 $6.32 ME Aw"MA NOW Atbbffi Wiu�ei Maw XWOW Owd4d,pejason P4,WNpmbw Bmingpaxw *UM Amwuntlobeadjusted ROMOR Aw AQUOTIM, $T'I"rYALNX"gk Simof,valve-, GPM To W95 now longwa*lt Stackvpen? Please submittlinfamiand apyinvoiumselatedto the probilm to, consaxotion Dqwtmem .PO Box 57M ltd CA .92619-74DQ6 Fm ")4536$� If you-have my questions, pleasecall:(949) 453.5324 Comments:by Conservation Department: Approved Not Approved CSR# 61 M)e F.,WawIaR16 E Suggested WEB(LY Watering Schedule by Montt for spray -head irrigation systems. 40y'eydinfl your irrigation timer to turn on for the suggested number of minutes an hour apart you reduce runoff and gain deeper watering and healthier root graMh. Start Math this v,eoldy schedule and Increase the times only if your plants show sign; of stress. if stress occurs only In Isolated arcs, dredc your Irrigation system before increasing the time. ••in September, plants water needs drop by approximately 30 percent even If the temperature is hotter, for two reasons. fiat the days are shorter, so evaporation dacreases- Second, plants begin to go Into a dormant phase where they need less water. In some years, humidity is also higher, decreasing plant water needs os it slows the rate of evaporation. This rapid drop In rater needs will continue In October and November. 'Some Irrigation controllers have a feature by %*J h the watering time can be set by changing the percentage Instead of specifically entering the days, cycles and minutes. 62 CONTRACT SERVICE AGREEMENT FOR LANDSCAPE MAINTENANCE THIS AGREEMENT, entered into this — day of August of 2006. ( "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 corporation located at 1150 W. Trenton Avenue, Orange, 92867 ( "Contractor or TruGreen "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly- organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Prior to August 1997, City maintained turfgrass in City parks and facilities using its own employees and equipment. C. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private contractor. 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 solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render 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, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the price specified in this Agreement. 0 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Unless earlier terminated in accordance with Section 26 of this Agreement, 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 extensions to automatically commence upon the expiration of the initial term or any extended term, unless the City notifies 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. 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 park and facility locations noted by Exhibits B and C. The services shall be performed at least as frequently as specified in Exhibit D and in compliance with the time schedule set forth in Exhibit E. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit F. Reports shall be submitted by the Contractor in accordance with Exhibit G. Bid Unit Prices and Costs are contained in Exhibits H through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement 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. 2 0 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 the 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 adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. At a minimum, Contractor shall provide, in addition to one (1) supervisor, twelve (12) full -time positions to perform the detailed maintenance functions including one (1) leadworker, two (2) irrigation technicians each with a fully stocked vehicle, four (4) positions to perform the mowing/turf maintenance, four (4) positions to perform detailed maintenance, and one (1) position to perform general litter control, refuse removal, and grounds policing with a truck. D. Work shall be performed by competent and experienced workers. All irrigation maintenance and repairs shall be performed by a California Landscape Contractors Association, Certified Landscape Technician-I (Irrigation). E. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors and lead workers must communicate effectively, both in written and oral English, and shall be present at all times during contract operations. Any order given to these supervisors or lead workers shall be deemed as delivered to the Contractor. F. 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. The Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. KI G. Persons employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor on fifteen (15) days notice from the City. H. All Contractor personnel working under this Agreement shall be neat in appearance and in uniforms as approved by the Parks and Trees Maintenance Superintendent when performing contract services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. 1. All work shall be performed in accordance with the highest landscape and maintenance standards. J. 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 shall bear the identification of the Contractor. K. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of contract services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. 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. rd 6. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of Four Hundred and Seventy Four Thousand, Nine Hundred Ninety Seven ($474,997.00) per year ( "Contract Amount ") to perform all the work and services contemplated by and described in Exhibits A through G. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, first class postage pre -paid, and addressed to Contractor as specified in Section entitled "Notices ". Upon the second anniversary of the Commencement Date and upon each anniversary of the Commencement Date thereafter, the Contract Amount shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 2.5% 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 Price Index for the same calendar month immediately prior to Commencement Date. For example, if the adjustment is to occur effective June 1, 2008, the index to be used for the numerator is the index for the month of March 2008 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, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Contract Amount in effect immediately preceding such adjustment. No adjustment shall be made on the first anniversary of the Commencement Date. 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 2.5% of the Contract Amount in effect immediately preceding such adjustment. 7. 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 5 0 0 over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 8. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit F in performing contract services. Any deviation from the materials described in Exhibit F shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 9, City shall reimburse Contractor for the actual cost, plus 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 the Agreement to famish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, except such losses or damages as may be caused by 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 its agents, employees, representatives 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 has been L 9 0 damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 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 site 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 this 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 provided under this Agreement (including, without limitation, defects in workmanship and/or materials) or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of 7 0 0 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 Contractor arising out of or in connection with work to be performed under this Agreement, including 1.1 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: i. 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. A. 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 assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in to • whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 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. 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 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 10 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 additional services in accordance with the unit prices specified in Exhibits H through J. B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified in Exhibits I and J. In the event the location is withdrawn for a period of less than a full l (one) 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 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 11 0 0 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. 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 conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. C. This agreement shall be paid in accordance 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 12 0 0 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) 7034774, 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). 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 because of race, religion, color, sex, handicap, national origin, or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 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 notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. 13 0 0 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: 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 reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this agreement by giving written notice of termination. B. This agreement maybe terminated 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 14 0 0 until the City Administrator determines that contract services are performed as well and as frequently as required by this Agreement. 27. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that attorneys' fees shall not be recoverable by the prevailing party. 28. COMPLIANCE WITH LAW 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. 29. 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 tern, covenant or condition contained herein whether of the same or a different character. 30. 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. 31. 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. 32. 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. 33. 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 • 34. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 16 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 Cvu— c Aaron Harp Assistant City Attorney ATTEST: OA r � CITY CLERK 17 CITY OF NEWPORT BEACH A Munic'pal Corpor o By: �. Don Webb, Mayor City of Newport Beach CONTRACTOR: � TRUGREEN LANDCA--L.L.C. Title: By: Title: List of Exhibits Exhibit A Scope of Work Exhibit B Parks/Facilities Maintenance Locations Exhibit C Parks /Facilities Turfgrass Maintenance Locations Exhibit D Maintenance Frequency Schedule Exhibit E Parks/Facilities Mandatory Schedule Exhibit F Standard Materials Exhibit C Required Reports Exhibit H Unit Costs Exhibit I Bid Unit Costs (Parks/Facilities Maintenance Locations) Exhibit J Bid Unit Costs (Parks/Facilities Turfgrass Maintenance Locations) m 0 0 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 sites be kept in a healthy, vigorous, and well -kept state at all times. B. DESCRIPTION OF PROJECT (SCOPE OF WORK) Furnish all labor, equipment, materials, and supervision to perform park maintenance as described herein including, but not limited to, the following: 1. Turfgrass weed eradication and control both mechanically and with chemicals 2. Fertilizing. 3. Irrigation repair. 4. General pest control. 5. Mowing, verticutting, and aerifying. 6. General litter control, refuse removal, and grounds policing. 7. Hardscape cleaning. 8. Removal of all grass clippings from site as directed by the City. C��1'LI] t7:� 1►[!7: [1111.701 Normal working hours shall be within a ten -hour day between the hours of 7:00 a.m. and 5:00 p.m., Monday through Friday. 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 a.m. nor after 5:00 p.m. D. TERM OF CONTRACT The term of this agreement shall be for a period of twelve (12) months. The City reserves the right to terminate the agreement unilaterally at any time upon thirty (30) days written notice to the Contractor. Unless terminated by the City, the Agreement will be automatically renewed in one (1) year increments. In 19 0 0 determining whether the Agreement should be terminated, the City will evaluate the performance of the Contractor and determine whether the Contractor's performance is satisfactory. V. LEVEL OF MAINTENANCE All work shall be performed in accordance with the highest park 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 to notify of a change and/or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or month. Payment will be retained for work not performed until such time as the work is performed to City standard. 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. VI. SUPERVISION OF CONTRACT VII. 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. 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. 20 Vlll. 0 0 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. All correspondence shall be addressed to Dan Sereno, Parks and Trees Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California 92663 -3884. 1X. 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. X. 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 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. XI. 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 nor the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 21 XII. RECORDS XIII. • The contractor shall keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. The contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Tree Maintenance Superintendent. This report should also contain a description, including man- hours, equipment, and materials breakdowns and costs used to accomplish any additional work which the contractor deems to be beyond the scope of the contract 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. 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 Trees Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the park 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 Trees 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 only at any reasonable time. The Contractor will provide the City with names and telephone numbers of at least two qualified persons who can be called by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City of Newport Beach. These Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. XIV. 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, mulching, addition of sand or wood chips to tot lots, play areas or volley ball courts, seeding, preventive and curative application of fungicide, herbicide or any required pesticide applications and plant replacements. MA 9 0 Positions used for all specialty operations shall be in addition to those positions outlined on page 3, 3C. XV. 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. XVI. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour response time of the job site and provide the office with phone service during normal working hours. During all other times, a telephone answering service shall be utilized and the answering service shall be capable of contacting the Contractor by radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a yard. XVII. SCHEDULES Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. 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. P741 0 0 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, week or month. 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. XVIII. Performance Durine 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. XIX. 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 PZII 0 0 Maintenance Superintendent and Underground Service Alert (1- 800-422 -4133) 48 hours before commencing any excavation, to locate underground service lines. XX. Pesticides The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Trees 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. The contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent. `41 0 0 TECHNICAL MAINTENANCE SPECIFICATIONS I. GENERAL LANDSCAPE MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary", Exhibit D. The City shall have the right to determine schedule days and the extent and frequency of additional "as needed" services. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the listed facilities. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City facilities. 3. Contractor will keep all gutters, curbs, and walks adjacent to contract areas free of weeds, trash, and other debris. 4. Contractor will keep sidewalks free of algae where constant runoff occurs. 5. Leaves, paper, weeds, and any other debris will be removed from landscaped areas and disposed of off -site. 6. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 7. The Contractor shall maintain the premises clean of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his construction and installation equipment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor for his debris. 8. Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. 9. Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. 10. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 11. Contractor must notify City within one (1) hour of malfunctioning facilities or conditions that may break, malfunction, or interrupt the public's use of City facilities. 26 • 0 12. All insects 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. 13. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 14. All broken glass and sharp objects shall be removed immediately. 15. All areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all rimes. 16. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. 17. All sand and wood chip areas abutting maintained areas shall be cleaned when dirtied by Contractor's operations and at other times as required. 18. Trash cans provided by the City shall be emptied as needed and washed after emptying (when necessary) or as determined by the Inspector. Contractor shall provide plastic liners for all trash cans at Contractor's expense. 19. All concrete "V" drains, to include the portion under the sidewalk, shall be kept free of vegetation, debris and algae to allow unrestricted water flow. 20. All other drainage facilities shall be cleaned of all vegetation and debris. All grates shall be tested for security and refastened as necessary. Missing or damaged grates shall be reported to the City. 21. All barbecue grills shall be emptied of all ashes once per week. Il. 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. 27 0 0 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 Contractor shall not be responsible for the water meter assembly except as he /she may cause damage to these items. a. Repair and adjust all sprinkler heads to maintain proper and uniform water application. The Contractor will adhere to all State, County, and local regulations accordingly. b. Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under- watering or over - watering. c. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and 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 p.m. nor later than 6:00 a.m. IN • 9 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. However, the contractor shall be responsible for the proper operation of the system at all times and shall provide for obvious repairs as they occur or are needed. Turf Maintenance 1. All turf is to be mowed once per week in the growing season, or as needed to maintain the height specified below: a. Frequency or mowing shall be scheduled so that no more than one -third (1/3) the height of the grass plant is removed. b. Borders shall be edged at each mowing. c. Clippings shall be collected and removed unless otherwise directed by the City. d. Mechanically trim around sprinklers as needed to provide proper and unobstructed irrigation. The cutting of holes around sprinklers shall not be permitted. e. Chemically kill turf around trees, as needed, a maximum of six inches from the tree base or as directed by the City. If a tree wound is present then hand trimming is required. A 2" layer of bark mulch shall be maintained in this area. f. Mechanically trim around vaults, posts, and other similar features on a weekly basis. g. Mowing equipment shall be approved by the City. Equipment must be sharp and properly adjusted to avoid damage to the turf plant. h. Pick up all litter prior to mowing. 29 0 0 2. Mow turf to the following heights: a. Warm season turf including Bermuda grass- 3/4 to 1 1/4 inches. b. Cool season turf including bluegrass, perennial rye, fescues - 1 1/2 to 2 1/2 inches. c. Kikuya and St. Augustine turf - 1 1/4 to 1 3/4 inches. 3. Vertical mowing of warm season grasses shall be done once per year in October, permitting sufficient time for turf regeneration. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized three times per year using a homogenous, pellet or granular slow release material. City must approve the material used. Apply at the following rates and time: a. February: 22 -3 -9 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 21 -3 -5 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -6 -8 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. d. Material shall be applied using a rotary type spreader, ensuring uniform overlap. All excess fertilizer deposited on sidewalks, parking lots, and other hardscape areas shall be properly cleaned and removed. e. The Contractor shall perform a soil fertility analysis at individual parks as directed by the City in the month of December and review the analysis with the City representative in the month of January. f. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. fGZ1; 0 0 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 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. d. Topdress with approved tpdress material (for sports fields only). 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, or more often when conditions warrant, to insure proper operation of irrigation system. 8. Control all rodent pests as necessary to provide a healthy and safe environment for plants and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs. Correct as necessary. 10. Scheduling of mowing and turf care maintenance times will be approved by the City. Use by the public will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed -free condition. 31 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. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed to ensure at least 2" of mulch at all times. Shrub. Vine. and Tree Maintenance 1. Shrubs shall be maintained in a safe and reasonably trimmed appearance by proper shaping and pruning to promote the plant's natural character. a. Quarterly trim all shrubs to maintain the size and shape specified by the Parks and Tree Maintenance Superintendent. b. Pruning shall be accomplished to maintain a "natural" appearance; decorative, poodle cuts or other unnatural pruning will not be permitted. c. Control pests as required, including snails and insects. d. Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. e. Application of an iron chelate fertilizer or balanced fertilizer shall be made as needed throughout the year to maintain a healthy, vigorous growth and foliage. W 0 0 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, mores, 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. k. Bark mulch should be replaced as necessary to ensure 2" of mulch at all times. 1. All plant material will be trimmed to protect property owners' ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. The Contractor is responsibility for trimming all trees up to eight (8) feet in height. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. 33 0 0 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 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. 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. Hardscaoe 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. M" • • 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 (6) days per week, except general grounds policing and inspection will be seven (7) days per week from Memorial Day to Labor Day. a. Remove all litter and other debris from site six (6) days per week and seven (7) days per week from Memorial Day to Labor Day. 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, week, or month. c. Provide safety and facility inspection and immediately report any deficiencies to the Parks and Trees Maintenance Superintendent. Contractor shall be responsible to report below standard conditions of all structures and fixtures, including but not limited to: 1. Light standards and fixtures 2. Walls, fences, gates 3. Signage 4. Graffiti Sand/Wood Chip Areas: 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed 35 plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). All additional sand or wood chips that are added shall be at the contractor's expense. d. Six days per week, all sand and wood chip areas shall be cleaned and raked level. Specialty /Snorts Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, bicycle trails, all asphalt, concrete and decomposed granite walkway. b. All areas shall be swept six days per week if necessary, to remove all deposits of silt and/or sand and glass. c. On Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six days per week for uplifts and/or tripping hazards. All uplifts and/or tripping hazards shall be barricaded immediately and the City notified verbally within two (2) hours and by written memo within twenty-four (24) hours. e. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 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. KLI • • Drinking Fountains: 1. Inspect, clean, adjust six days per week. 2. Report any deficiencies to the City immediately in writing. Disposal At least 50% of all landscape debris will be disposed of through a landscape material recycling center or reused in some manner. The Contractor shall dispose of all cuttings, weeds, leaves, trash, and other debris from the operation as work progresses. The City shall not be responsible for the disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a quarterly basis to the City. Such reports are due to the City by 30 days after the end of each calendar quarter. Water Conservation Contractor shall appoint a staff member to act as the Water Manager. Contract personnel performing water management duties shall have the following abilities and must meet the following requirements. Abilities 1. Meet Irvine Ranch Water District Landscape Irrigation Guidelines and monthly water allocations. 2. Maintain a healthy landscape. 3. Calculate evapotranspiration (ET) rates to GPM. 4. Maintain all parks and landscape in a usable condition (no flooding due to over - irrigation). 5. Troubleshoot and diagnose irrigation systems and take corrective action. Requirements 1. The Water Manager shall program all controllers weekly according to the Irvine Ranch Water District allocation. 2. The Water Manager shall notify the Contractor or City Representative of all required repairs. 37 0 0 3. The Contractor shall meet the Irvine Ranch Water District (1RWD) monthly water allocations for each meter on all streetscape and park applications. Maintain healthy plant material, and avoid monthly IRWD penalties. Damages for Water Management 1. Should the contractor exceed the 1RWD allocation, all penalty charges for water used above the allocation will be deducted from the contractor's monthly billing. 2. Deduction shall exclude all approved appeals such as mainline and control valve failures. 3. The City's Representative shall meet monthly with the Contractor's Representative and the Contractor's Water Manager to review over allocation water billing to determine which water billing appeals are to be approved and which are to be waived. 4. Over - allocations that do not qualify for appeal or have not been waived will be deducted from the Contractor's monthly payment. Native and Drought Tolerant Park Maintenance — Back Bay View Park and Morning Canyon These requirements are in addition to the above written Technical Maintenance Specifications: 1. All native and drought tolerant plant material at these sites will be maintained in their natural shape. All dead wood for natives will remain on the plant or where it has fallen. 2. The areas shall be maintained weed free. Only manual pulling or mechanical cultivation of non - native weed species will be allowed. 3. The contractor's maintenance personnel will be trained to distinguish weedy plant species from native or drought tolerant vegetation to ensure that only weedy species are removed. 4. All weeds will be removed manually before they can attain a height of six inches (6 ") or produce seeds, whichever comes first. 5. Pulled weeds will be placed in a "mantilla" to prevent the seeds from coming in contact with the ground and removed from the project site during maintenance. W. 0 0 6. For Morning Canyon, leaf and branch drop and organic debris from native species shall be left in place. 7. At several times during the year, especially during the rainy season (November — May), the contractor will have to make sure there is sufficient staff to accommodate manual removal of all weeds throughout the sites. 39 • i EXHIBIT B Parks/Facilities Maintenance Locations Parks Address Acreage Arroyo Park 1411 Bayswater, Bison Ave. at Bayswater 8.0 Back Bay View Park Jamboree Road P, Pacific Coast Hwy 8.13 Bayside Drive Ba side Dr. between Camation and Larkspur 4.4 Bayview Mesa Dr. Bayview Ave. 3.0 Begonia Begonia Ave. at First Ave. 2.1 Bob Henry 16" Street 0, Dover Drive 4.8 Bonita Creek University Dr. La Vida 10.0 Buffalo Hills Newpo rt Hills Dr. East/West Ford Rd. 15.0 Castaways Parldrig Lot & Trail 16" Street Dover Drive 1.83 Eastbluff Vista Del Oro Vista Del Sol 13.9 Irvine Terrace Seadrift Dr. Evita Dr. 6.8 Jasmine View Harbor View Dr. Marguerite Ave. 1.0 Manning Tract Newport Hills Dr. W. and Port Wheeler Pl. 2.7 Moroing Can on Comer of Surrey Drive P Rockford Road 1.0 Old School Carnation Ave. @ 4th Ave. 0.8 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. 4.1 San Miguel San Miguel Dr. @ Spyglass Hill Rd. 7.3 Spyglass Hill Spyglass Hill Rd @ El Ca itan Dr. 1.4 Spyglass Hill Reservoir Muir Beach Circle 1.0 Sunset View North of PCH off of Superior Ave 0.7 Total Acreage 97.96 Facilities Address Acreage Central Library 1000 Avocado Ave. 3.3 Police Department Santa Barbara Drive Jamboree 0.4 Total Facilities Acreage 3.7 Grand Total 101.66 acres EEO 0 EXHIBIT C 0 Parks /Facilities Turfgrass Maintenance Locations Parks Address Acreage Bolsa Bolsa Ave. P Old N" port Blvd. 0.1 Channel Place Channel Place 44's St. I Cliff Drive Cliff Dr. Riverside Dr. 1.5 Ensign View 2501 Cliff Dr. @ El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. I Grant Howald Iris Ave. @ 5'" Ave. 2.5 Harbor View Nature San Miguel Dr. Pacific View Dr. 1 Kings Road Kings Road west of St. Andrews Road 0.1 "L" Street "L" St. Piazza del Sur 0.5 Las Arenas Balboa Blvd. @ 16" St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Mariners Dover Dr. Irvine Ave. 5 Newport Island Marcus 39t' St. 0.1 Newport Shores 6151 St. @ Coast Blvd. 0.1 Oasis Passive Marguefite Ave. 5h Ave. 3.4 Ocean Blvd, Bluffs Ocean Blvd. from Femleaf Ave. to Poppy Ave. 1 Peninsula Main St. @ East Ocean Front, Balboa 3.5 Veteren's Memorial 15r° St. @ Bay Ave. 0.4 Westcliff Polaris Dr. @ Westwind Way 1 West Jetty View Ocean Blvd. @ Channel Rd., Balboa 0.2 West Newport Seashore Dr. between 57d' St. & Santa Ana River Jetty 4 38th Street Balboa Blvd. 38'" St. 0.3 Total Acreage 27.9 Facili Address Acreage Fire Stations: 1 Balboa Blvd. @ Island Ave. 0.1 2 32nd St. @ Villa Way 0.1 3 Santa Barbara Dr. @ Jamboree Rd. 0.1 5 Marigold Ave. between PCH/2nd Ave. 0.1 6 Irvine Ave. @ Dover Dr. 0.1 41 0 0 Libraries: Balboa Balboa Blvd. Island Ave. 0.2 Corona del Mar Mari old Ave. between PCH /2nd Ave. 0.1 Miscellaneous: CdM State Beach Ocean Blvd. Jasmine Ave. 1 City Hall 3300 Newport Blvd. 32nd St. 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd. @ McFadden PI. 0.2 Oasis Senior Citizens Ctr, 800 Marguerite Ave. @ 5th Ave. 1 W. Nwpt Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 Total Acreage 12.1 Grand Total 40.0 42 EXHIBIT D Maintenance Frequency Schedule FUNCTION 11FREQUENCY Irrigation Inspection 11 Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Three times /year Vertical Mow Once /year Aerate Twice /year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Shrub, Vine, and Tree Maintenance Trim Four times /year Fertilize Twice /year (once /year for trees) Restake /Check Each site visittevery two weeks min. Visual Inspection Weekly Hardscape Maintenance Each site visit/weekly min. Grounds Policing /Litter Removal Six days/ week Seven days/ week Memorial Day thru Labor Day Site Inspection Six days/ week 43 EXHIBIT E 11 PARKS AND FACILITY AREAS Sites Requiring Mandatory Early Mowing Before 7:00 a.m. Before 9:00 a.m. Before 10:00 a.m. City Hall 38th St. Park Las Arenas Park Newport Pier Plaza Peninsula Park Oasis Senior Citizens Ctr West Jetty View State Beach W. Newport Park Ocean Blvd. Bluffs Ensign View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas San Joaquin Hills Park Lincoln Athletic Ctr San Miguel Park Begonia Park Er 0 0 EXHIBIT F STANDARD MATERIALS All material used in maintenance must conform to the products listed below. Any deviation from the approved list must be approved by the City of Newport Beach before installation. Any item not mentioned in the Standard Materials list must be approved by Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 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 of Newport Beach. Please contact Parks Supervisor Randy Kearns at (949) 644 -3082 to confirm. Controller Rain Master Evolution DX2 irrigation controller Rain Master RME Sentar (contact city before using) Drip and specialized low - volume irrigation Rain Bird Xerigation Battery Powered Irrigation Rain Bird TBOS Battery Operated Controller Rain Bird GB Series Remote Control Valve Rain Bird Potted Latching Solenoid Miscellaneous Febco 825Y RP Rain Bird #ST -03UL Snap Tite Connectors 45 0 0 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 2160 Solenoid Valve (Normally Open Master Valve) Griswold 2000 Solenoid Valve (Normally Closed Master Valve) Matco 754 Series Full Port Ball Valve Schedule 40 PVC Lateral Pipes Class 315 Main Supply Pipe (2" and larger) Schedule 40 PVC Main Supply Pipe (1 -112" 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 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 Parks and Trees 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. M • • EXHIBIT G REQUIRED REPORTS 1. Annual Maintenance Schedule 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (As sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Possible Pesticide List with EPA numbers 7. Weekly irrigation inspection check list (to include controller and sire inspection for all sites and a list of any repairs required) 8. Monthly irrigation controller programming charts 9. Extra work approval list 10. Weekly maintenance inspection list for all sites 11. Manual irrigation schedule 12. Annual pesticide safety training records 13. Required tailgate safety meeting records 14. Monthly maintenance report 15. Monthly greenwaste recycling report 47 0 0 EXHIBIT H UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. FUNCTION COST/UNIT OF MEASURE TURF Turf Mow -Real Blade $ 2 / 1000 Sq. Ft. Turf Mow -Rotary Blade $ 2 1000 Sq. Ft. Turf Mow and Clippings Picked Up $ 3 1000 Sq. Ft. Turf Edge $1 / 1000 Linear Ft. Turf String Trim Ft. Turf Chemical Edge 6" Swath Ft. Turf Chemical Edge 12" Swath Ft. Turf Aerify Turf Fertilize Turf Dethatch/Renovate Turf sweeping Flail Mow of Natural Areas M $ 1 1000 Linear $ 5 / 1000 Linear $ 5 / 1000 Linear $ 3 1004Sq.Ft. $ 2 / 1000 Sq. Ft. 200 / Acre $ 3 / 1000 Sq. Ft. 300 / Acre C, HARDSCAPE Cleaning GROUNDCOVERS Mow Edge Ft. Fertilize PEST CONTROL Turf disease/insect spray Boom Application Hand Application Turf Broadleaf Spray Boom Application Hand Application Groundcover disease /insect spray Shrub disease /insect spray Soil Sterilant Applicant Turf Pre- Emergent Landscape Planter Weed Control General Weed Control Post Emergent SHRUB PRUNING 14 Feet, Lacing 1 -4 Feet, Hedging 4 plus Feet, Lacing 4 plus Feet, Hedging TREE PRUNING Up to 8 Feet PLANTING 1 Gal. Shrub 5 Gal. Shrub 15 Gal. Shrub IS Gal. Tree with root barriers 24" Box Tree with root barriers 64 Count Flat Groundcover 16 Count 4" Flat Annual Color Turf - Seed and Top Dress Turf - Sod M E 44 1000 Sq. Ft. $ 3 / 1000 Sq. Ft. 1Z_/ 1000 Linear U__/ 1000 Sq. Ft. L6 ___/ 1000 Sq. Ft. 56 / 1000 Sq. Ft. 10 / 1000 Sq. Ft. $ 15 / 1000 Sq. Ft. $ 10 / 1000 Sq. Ft. 10 / 1000 Sq. Ft. $ 15 / 1000 Sq. Ft. 15 / 1000 Sq, Ft. 12Q--/ 1000 Sq. Ft. 15 / 1000 Sq. Ft. $4 /Shrub $4 /Shrub $ 8 /Shrub $ 6 /Shrub $ 20 /free $ 8 /Each $ 25 /Each $ 65 /Each $ 96 /Each $ 2285 /Each $ 20 /Flat $ 30 /Flat 0.60 / 1000 Sq. Ft. $ I / 1000 Sq. Ft. C� C� LABOR Landscape Maint. Supervisor Pest Control Applicator Irrigation Specialist Landscape Maint. Leadworker Equipment Operator Landscape Maint. Laborer Park and Facility Maintenance Park and Facility Turgrass Maintenance Park and Facility Native Park Maintenance 50 3$ Hour 45 / Hour 45 / Hour $ 30 / Hour 45 / Hour 25 / Hour $2,500 /Acre/Year 2,600 / Acre/Year 2,000 / Acre/Year EXHIBIT I BID UNIT COSTS BID UNIT COSTS Parks /Facilities Maintenance Locations Parks Address Yearly Cost Arroyo Park 1411 Bayswater; Bison Ave at Bayswater $32,189.00 Back Bay View Park Jamboree Rd P. Pacific Coast Highway $25,820.00 Balboa Island Park 115 Agate Avenue $1,588.00 Bayside Drive Bayside Dr. between Carnation and Larkspur $13,974.00 Bayview Mesa Dr. Bayview Avenue $9,528.00 Begonia Begonia Ave. at First Ave. $6,669.00 Bob Henry 16 Street Dover Drive $15,244.00 Bonita Creek University Dr. @ La Vida $40,129.00 Buffalo Hills Newport Hills Dr. East(West @ Ford Rd. $47,640.00 Castaways Parking Lot & Trail 16 St. @ Dover Drive $5,812.00 Eastbluff Vista del Oro Vista del Sol $44,146.00 Irvine Terrace Seadrift Dr. Evita Dr. $21,596.00 Jasmine View Harbor View Dr. @ Marguerite Ave. $3,176.00 Manning Tract Newport Hills Dr. W. and Port Wheeler Pl. $8,575.00 Morning Canyon Comer of Surre Dr. Rockford Rd. $3,176.00 Old School Carnation Ave 4 Ave. $2,540.00 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. $13,021.00 San Miguel San Miguel Dr. @ Spyglass Hill Rd. $31,553.00 Spyglass Hill Spyglass Hill Rd. @ El Ca itan Dr. $4,446.00 Spyglass Hill Reservoir Muir Beach Circle $3,176.00 Sunset View North of PCH off of Superior Ave $2,22-3,00 Facilities Address Yearly Cost Central Library 1000 Avocado Ave. $10,480.00 Police Department Santa Barbara Dr. Jamboree $1,270.00 51 • EXHIBIT J BID UNIT COSTS Parks /Facilities Turfgrass Maintenance Locations Parks Address Yearly Cost Fire Stations: Bolsa Bolsa Ave. Old Newport Blvd $317.00 Channel Place Channel Place P 44 St. $3,176.00 Cliff Drive Cliff Dr. @ Riverside Dr. $4,764.00 Ensign View 2501 Cliff Dr. @ El Modena Ave. $1,588.00 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. $3,176.00 Grant Howald Iris Ave. @ 5 Ave. $7,940.00 Harbor View Nature San Miguel Dr. P. Pacific View Dr. $3,176.00 Kings Road Kings Road west of St. Andrew's Road $317.00 "L" Street "L" St Piazza del Sur $1,588.00 Las Arenas Balboa Blvd. @ 16' St. $634.00 Lido Via Lido entrance to Lido Island $1,588.00 Mariners Dover Dr. Irvine Ave. $15,880.00 Newport Island Marcus p 39 St. $317.00 Newport Shores 61n St. Coast Blvd. $317.00 Oasis Passive Marguerite Ave. @ 5 Ave. $10,798.00 Ocean Blvd. Bluffs Ocean Blvd. from Femleaf Ave. to Poppy Ave. $3,176.00 Peninsula Main St. @ East Ocean Front, Balboa $11,116.00 Veteran's Memorial 15 St. A Bay Ave. $1,270.00 Westcliff Polaris Dr. @ Westwind Way $3,176.00 West Jetty View Ocean Blvd. Channel Rd., Balboa $634.00 West Seashore Dr. btwn 57 St. & Santa Ana River Jetty $12,704.00 Wort 38 Street Balboa Blvd. 38 St. $952.00 Facili Address Yearly Cost Fire Stations: I Balboa Blvd. @ Island Ave. $317.00 2 32 St. Villa Way $317.00 3 Santa Barbara Dr. @ Jamboree Rd. $317.00 5 Marigold Ave. between PCH/2w Ave. $317.00 6 Irvine Ave. @ Dover Dr. $317.00 Libraries: Balboa Balboa Blvd, R Island Ave. $634.00 Corona del Mar Mari-gold Ave. between PCH/2 Ave. $317.00 Miscellaneous: CdM State Beach Ocean Blvd. Jasmine Ave. $3,176.00 City Hall 3300 Newport Blvd. @ 32d St. $3,176.00 Lincoln Athletic Center 3101 Pacific View Dr. $25,408.00 Newport Pier Plaza Balboa Blvd. McFadden Pl. $634.00 Oasis Senior Citizens Center 800 M erite Ave. 5 Ave. $3,176.00 W. Nwpt Community Cit. 883 W. 15 St. off Placentia Ave. $317.00 52 0 • Gl��Vv CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 5 August 22, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: General Services Department Mark Harmon, Director, (949) 644 -3055 mharmon(&-city.newoort-beach.ca. us SUBJECT: Award of Contract for Landscape Maintenance Services with Tru Green Landcare ISSUE: Should the City approve the attached Landscape Maintenance Agreement with Tru Green Landcare to provide landscape maintenance for City parks and facilities and subsequently approve the attached Budget Amendment to fund the additional cost over the expiring contract? RECOMMENDATION: Award the attached Landscape Maintenance Agreement with Tru Green Landcare in the amount of $474,997 to provide landscape maintenance services to City parks and facilities and subsequently approve the attached Budget Amendment in the amount of $84,682 to fund the additional cost over the expiring contract. DISCUSSION: Background: The City of Newport Beach currently has 67 parks and facilities locations available to the public. These locations fall into several categories, including: • Community centers and libraries (Balboa Community Center, Central Library) • City facilities (City Hall, City Corporate Yard, Police Station) • Native /drought tolerant park sites (Castaways Park, Back Bay View Park) • Sports field park sites (San Miguel Park, Bonita Canyon Sports Park) • Passive park sites (Cliff Drive Park, Begonia Park) • Landsw Maintenance Contract August 22, 2006 Page 2 Project Description The current contract for park landscape and turfgrass maintenance expires on September 15, 2006. The scope of work in the proposed contract includes the maintenance of landscape and irrigation systems for 67 City parks and facilities totaling 141.6 acres. To ensure that a high standard of service is maintained, specifications for the installation of material, the application of herbicides and fertilizers, and hardscape and landscape maintenance schedules are detailed in the proposed agreement. The agreement also contains a provision requiring minimum staffing levels and allows the City to after the frequency of maintenance when necessary. Service levels will be monitored by City staff who will also review the contractor's required reports of maintenance activities. The tern of the contract is for one year, and, due to the large commitment of personnel and equipment required by the contract, there are four, optional one -year extensions. An annual CPI increase is included after the 21 year of service. Experience has proven that a mufti -year contract is the most cost - effective means to have maintenance work performed for both the City and the contractor. Bid Process and Analysis A Request for Proposal was mailed to a list of qualified contractors at the beginning of July. A mandatory pre -bid meeting and park site tour was held on July 26, 2006 at the City Corporation Yard. Representatives from six private landscape maintenance firms attended the meeting and tour. The City received 4 bids for the project as follows: Contractor Tru Green Landcare Park West Landscape Dworsky Landscape Services Midod Gardens Annual Cost $474,997.00 $582,021.23 $694,800.00 Incomplete Bid Package Tru Green Landcare has over 40 years of experience in performing landscape maintenance services and currently works with several local cities, including the City of San Clemente, the City of Laguna Niguel, and the City of Cerritos. In addition, Tru Landsce Maintenance Contract August 22, 2006 Page 3 Green is currently contracted to perform landscape maintenance services for City of Newport Beach roadsides and medians. Environmental Review This project does not require environmental review. Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in advance of the public meeting at which the City Council considers the item). Funding Availability: Funding for this contract was included in the Fiscal Year 2006 -07 budget, but was budgeted at the existing contract cost of $390,315. Due to increasing costs for materials and resources, all of the bids received were higher than the current budget amount. A budget amendment in the amount of $84,682 is attached to cover the increased costs of the new contract. Submitted b / Prepared by: Mark Harm on Chris Marcarello General Services Director Administrative Analyst Attachments: 1. Contract for Landscape Maintenance Services of Parks and Facilities with Tru Green Landcare 2. Budget Amendment 0 9 CONTRACT SERVICE AGREEMENT FOR LANDSCAPE MAINTENANCE THIS AGREEMENT, entered into this _ day of August of 2006. ( "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 corporation located at 1150 W. Trenton Avenue, Orange, 92867 ( "Contractor or TruGreen'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Prior to August 1997, City maintained turfgrass in City parks and facilities using its own employees and equipment. C. Subsequently, City determined it to be in the City's best economic interests that these landscaping and maintenance functions be performed by a private contractor. 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 solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render 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, nature and frequency of work to be performed, is familiar with all conditions relevant to the performance of services, and has committed to perform all required work for the price specified in this Agreement. • • NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Unless earlier terminated in accordance with Section 26 of this Agreement, 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 extensions to automatically commence upon the expiration of the initial term or any extended term, unless the City notifies 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. 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 park and facility locations noted by Exhibits B and C. The services shall be performed at least as frequently as specified in Exhibit D and in compliance with the time schedule set forth in Exhibit E. City shall have the right to alter frequency of maintenance as necessary to ensure highest industry standards of maintenance. Contractor services relative to the installation of material, the application of substances, or the planting of landscaping shall be in strict conformance with Exhibit F. Reports shall be submitted by the Contractor in accordance with Exhibit G. Bid Unit Prices and Costs are contained in Exhibits H through J. All of the Exhibits are considered to be a part of, and are incorporated into, this Agreement 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. tj 0 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 the 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 adherence to the specifications. All supervisory personnel must be able to communicate effectively in English (both orally and in writing). Any order given to supervisory personnel shall be deemed delivered to the Contractor. The supervisor assigned must be identified by name to ensure coordination and continuity. At a minimum, Contractor shall provide, in addition to one (1) supervisor, twelve (12) full -time positions to perform the detailed maintenance functions including one (1) leadworker, two (2) irrigation technicians each with a fully stocked vehicle, four (4) positions to perform the mowing/turf maintenance, four (4) positions to perform detailed maintenance, and one (1) position to perform general litter control, refuse removal, and grounds policing with a truck. D. Work shall be performed by competent and experienced workers. All irrigation maintenance and repairs shall be performed by a California Landscape Contractors Association, Certified Landscape Technician-I (Irrigation). E. The work force shall include a thoroughly skilled, experienced, and competent supervisor who shall be responsible for adherence to the specifications. Supervisors and lead workers must communicate effectively, both in written and oral English, and shall be present at all times during contract operations. Any order given to these supervisors or lead workers shall be deemed as delivered to the Contractor. F. 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. The Contractor shall be responsible for compliance with all local, state, and federal laws and regulations regarding pesticide usage. 3 0 0 G. Persons employed by the Contractor who are found not to be satisfactory by the City shall be discharged or reassigned by the Contractor on fifteen (15) days notice from the City. H. All Contractor personnel working under this Agreement shall be neat in appearance and in uniforms as approved by the Parks and Trees Maintenance Superintendent when performing contract services. All Contractor personnel shall wear identification badges or patches. Those contract employees working in or adjacent to traffic zones shall wear orange vests. I. All work shall be performed in accordance with the highest landscape and maintenance standards. J. 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 shall bear the identification of the Contractor. K. Contractor shall provide an Operations Manager to coordinate work with the City Administrator and ensure satisfactory performance of contract services. An area supervisor shall coordinate work crews on a daily basis to ensure compliance with the terms of this Agreement. 4. 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. 2 • • 6. COMPENSATION TO CONTRACTOR City shall pay Contractor the sum of Four Hundred and Seventy Four Thousand, Nine Hundred Ninety Seven ($474,997.00) per year ( "Contract Amount") to perform all the work and services contemplated by and described in Exhibits A through G. Contractor shall submit invoices to City on a monthly basis. City shall pay invoices within thirty (30) days after approval of an invoice by the City. Payment shall be deemed made when deposited in the United States mail, fast class postage pre -paid, and addressed to Contractor as specified in Section entitled 'Notices". Upon the second anniversary of the Commencement Date and upon each anniversary of the Commencement Date thereafter, the Contract Amount shall be adjusted in proportion to changes in the Consumer Price Index, subject to the 2.5% 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 Price Index for the same calendar month immediately prior to Commencement Date. For example, if the adjustment is to occur effective June 1, 2008, the index to be used for the numerator is the index for the month of March 2008 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, published by the United States Department of Labor, Bureau of Labor Statistics (1982 84 = 100). If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Contract Amount in effect immediately preceding such adjustment. No adjustment shall be made on the first anniversary of the Commencement Date. 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 2.5% of the Contract Amount in effect immediately preceding such adjustment. 7. 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 terns 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 5 0 • over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 8. TYPE AND INSTALLATION OF MATERIAL A. Contractor shall use only the standard materials described in Exhibit F in performing contract services. Any deviation from the materials described in Exhibit F shall not be installed unless approved in advance by the City Administrator. B. Subject to the provisions of Section 9, City shall reimburse Contractor for the actual cost, plus 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 the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, except such losses or damages as may be caused by 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 its agents, employees, representatives 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 has been 2 0 0 damaged by the acts of Contractor or its employees. Contractor shall replace plant materials damaged or destroyed by the acts of others only after the City Administrator approves a written estimate of the costs of replacement including materials and labor costs. 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 site 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 this 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 provided under this Agreement (including, without limitation, defects in workmanship and/or materials) or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, Contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of 7 • • 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 ELnor 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 0 0 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: i. 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 assignment are commercially reasonable and that Contractor does possess special skills, abilities, and personnel uniquely suited to the performance of contract services and any assignment of this Agreement to a third party, in Q, • • whole or in part, could jeopardize the satisfactory performance of contract services. Contractor may not employ any subcontractors unless specifically authorized by City. B. The sale, assignment, transfer, or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venture which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. 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. 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 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 10 0 9 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 additional services in accordance with the unit prices specified in Exhibits H through J. B. City reserves the right to withdraw certain park or facility locations from the Scope of Work to be performed by Contractor pursuant to this Agreement. City shall notify Contractor in writing of its intent to do so at least thirty (30) days prior to the effective date of withdrawal of any location. In the event a location is withdrawn from the scope of services, compensation to Contractor shall be reduced in accordance with the bid unit costs specified in Exhibits I and J. In the event the location is withdrawn for a period of less than a full 1 (one) year term, Contractor's compensation shall be reduced on a prorated basis. 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 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 11 0 0 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 conform with all applicable provisions of State and Federal law including, applicable provisions of California Labor Code, and the Federal Fair Labor Standards Act. B. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give notice to City, including all relevant information. C. This agreement shall be paid in accordance 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 fya 0 9 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) 7034774, 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). 22. NONDISCREWINATION BY CONTRACTOR Contractor represents and agrees that it does not, and will not, discriminate against any subcontractor, Contractor, employee or applicant for employment because of race, religion, color, sex, handicap, national origin, or other basis that is violative of the federal or state constitution or federal or state law. Contractor's obligation not to discriminate shall apply, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 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 notices, demands, requests or approvals to be given under this Agreement must be given in writing and will be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. 13 0 0 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Attention: General Services Director All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: 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 reasonably required to cure the default and Contractor fails to give adequate assurance of due performance within two (2) working days after Contractor receives written notice of default from City, City may terminate the Agreement forthwith by giving written notice. City may, in addition to the other remedies provided in this or authorized by law, terminate this agreement by giving written notice of termination. B. This agreement may be terminated without cause by City 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. hi 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 fiords withheld 14 0 0 until the City Administrator determines that contract services are performed as well and as frequently as required by this Agreement. 27. COST OF LITIGATION If any legal action is necessary to enforce any provision of this Agreement, or for damages by reason for an alleged breach of any provisions of this Agreement, the parties agree that attorneys' fees shall not be recoverable by the prevailing party. 28. COMPLIANCE WITH LAW 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. 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 0 0 34. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 16 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: Aaron Harp Assistant City Attorney ATTEST: CITY CLERK 17 CITY OF NEWPORT BEACH A Municipal Corporation By: Don Webb, Mayor City of Newport Beach CONTRACTOR: LANDCARE, L.L.C. 1 Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit 1 Exhibit J 0 List of Exhibits Scope of Work Parks/Facilities Maintenance Locations Parks/Facilities Turfgrass Maintenance Locations Maintenance Frequency Schedule Parks/Facilities Mandatory Schedule Standard Materials Required Reports Unit Costs 0 Bid Unit Costs (Parks/Facilities Maintenance Locations) Bid Unit Costs (Parks/Facilities Turfgrass Maintenance Locations) m 0 I. INTENT EXHIBIT A Scope of Work 0 The intent of these specifications is to provide full and complete contract landscape maintenance at designated sites, herein described, and that such sites be kept in a healthy, vigorous, and well -kept state at all times. B. DESCRIPTION OF PROJECT (SCOPE OF WORK) Furnish all labor, equipment, materials, and supervision to perform park maintenance as described herein including, but not limited to, the following: 1. Turfgrass weed eradication and control both mechanically and with chemicals 2. Fertilizing. 3. Irrigation repair. 4. General pest control. 5. Mowing, verticutting, and aerifying. 6. General litter control, refuse removal, and grounds policing. 7. Hardscape cleaning. 8. Removal of all grass clippings from site as directed by the City. C. WORKING HOURS Normal working hours shall be within a ten -hour day between the hours of 7:00 a.m. and 5:00 p.m., Monday through Friday. 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 a.m. nor after 5:00 p.m. D. TERM OF CONTRACT The term of this agreement shall be for a period of twelve (12) months. The City reserves the right to terminate the agreement unilaterally at any time upon thirty (30) days written notice to the Contractor. Unless terminated by the City, the Agreement will be automatically renewed in one (1) year increments. In 19 0 determining whether the Agreement should be terminated, the City will evaluate the performance of the Contractor and determine whether the Contractor's performance is satisfactory. V. LEVEL OF MAINTENANCE All work shall be performed in accordance with the highest park 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 to notify of a change and/or failure to perform an item or work on a scheduled day may, at the City's sole discretion, result in deduction of payment for that date, week, or month. Payment will be retained for work not performed until such time as the work is performed to City standard. 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. VI. 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. V11. 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. 20 0 0 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. VIII. CORRESPONDENCE All correspondence shall be addressed to Dan Sereno, Parks and Trees Maintenance Superintendent, General Services Department, City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California 92663 -3884. IX. 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. X. 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 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. XI. 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 nor the cost of disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a monthly basis to the City. 21 0 XII. RECORDS • The contractor shall keep accurate records concerning all of his/her employees or agents and provide the City with names and telephone numbers of emergency contact employees. The contractor shall complete a monthly maintenance report indicating work performed and submit this completed report to the Parks and Tree Maintenance Superintendent. This report should also contain a description, including man- hours, equipment, and materials breakdowns and costs used to accomplish any additional work which the contractor deems to be beyond the scope of the contract 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. 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 Trees Maintenance Superintendent. This maintenance calendar shall clearly indicate all of the park 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 Trees 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 only at any reasonable time. XIII. EMERGENCY SERVICES The Contractor will provide the City with names and telephone numbers of at least two qualified persons who can be called by City representatives when emergency maintenance conditions occur during hours when the Contractor's normal work force is not present in the City of Newport Beach. These Contractor representatives shall respond to said emergency within thirty (30) minutes from receiving notification. XIV. 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, mulching, addition of sand or wood chips to tot lots, play areas or volley ball courts, seeding, preventive and curative application of fungicide, herbicide or any required pesticide applications and plant replacements. 22 • • Positions used for all specialty operations shall be in addition to those positions outlined on page 3, 3C. XV. 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. XVI. CONTRACTOR'S OFFICE Contractor is required to maintain an office within a one (1) hour response time of the job site and provide the office with phone service during normal working hours. During all other times, a telephone answering service shall be utilized and the answering service shall be capable of contacting the Contractor by radio or pager. Contractor shall have a maximum response time of thirty (30) minutes to all emergencies. There will be no on -site storage of equipment or materials. Contractor will have full responsibility for maintaining an office and a yard. XVII. SCHEDULES Annual Schedule 1. The Contractor shall provide an annual maintenance schedule indicating the time frames when items of work shall be accomplished per the performance requirements. 2. The Contractor shall complete the schedule for each park in a manner which shall correspond to the weekly schedules. 3. The annual schedule shall be submitted for City approval within fifteen (15) calendar days after effective date of the contract. 4. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. 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 fiuther delineate the time frames for accomplishment by day of the week and by morning and afternoon. 23 0 0 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, week or month. 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. XVIII. 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. XIX. 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 24 0 0 Maintenance Superintendent and Underground Service Alert (1- 800 -422 -4133) 48 hours before commencing any excavation, to locate underground service lines. XX. Pesticides The City must maintain all documents that pertain to the use of pesticides on its property. Contractor must provide the Parks and Trees 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. The contractor shall not use any pesticide that has not been authorized by the Parks and Trees Maintenance Superintendent. 25 0 TECHNICAL MAINTENANCE SPECIFICATIONS 1. GENERAL LANDSCAPE MAINTENANCE REQUIREMENTS 1. All maintenance functions shall be performed in accordance with the following specifications and at the frequencies indicated, unless otherwise indicated in the "Maintenance Frequency Summary", Exhibit D. The City shall have the right to determine schedule days and the extent and frequency of additional "as needed" services. Standards and frequencies may be modified from time to time as deemed necessary by the City for the proper maintenance of the listed facilities. 2. All operations will be conducted so as to provide maximum safety for the public and minimize disruption of the public use of City facilities. 3. Contractor will keep all gutters, curbs, and walks adjacent to contract areas free of weeds, trash, and other debris. 4. Contractor will keep sidewalks free of algae where constant runoff occurs. 5. Leaves, paper, weeds, and any other debris will be removed from landscaped areas and disposed of off -site. 6. Contractor will clean sidewalks, roadways, and any other areas littered or soiled by his maintenance operations. 7. The Contractor shall maintain the premises clean of debris at all times. Upon completion of any work project, the Contractor shall remove remaining excess materials, waste, rubbish, debris, and his construction and installation equipment from the premises. Any dirt or stains caused by the work shall be removed. Existing City trash containers shall not be used by the Contractor for his debris. 8. Prune plant materials adjacent to roadway intersections to provide adequate sight distance for vehicles entering the intersection. 9. Prune plant materials so that all traffic control signs are clearly visible to approaching drivers. 10. Contractor must notify the City immediately of any unusual and hazardous conditions in the work site. 11. Contractor must notify City within one (1) hour of malfunctioning facilities or conditions that may break, malfunction, or interrupt the public's use of City facilities. PUI • 0 12. All insects 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. 13. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 14. All broken glass and sharp objects shall be removed immediately. 15. All areas, benches, picnic tables, and associated park amenities shall be inspected daily and maintained in a neat, clean and safe condition at all times. 16. All play and sports equipment shall be inspected for vandalism, safety hazards and serviceability daily. Deficiencies shall be reported in writing immediately to the City. 17. All sand and wood chip areas abutting maintained areas shall be cleaned when dirtied by Contractor's operations and at other times as required. 18. Trash cans provided by the City shall be emptied as needed and washed after emptying (when necessary) or as determined by the Inspector. Contractor shall provide plastic liners for all trash cans at Contractor's expense. 19. All concrete "V" drains, to include the portion under the sidewalk, shall be kept free of vegetation, debris and algae to allow unrestricted water flow. 20. All other drainage facilities shall be cleaned of all vegetation and debris. All grates shall be tested for security and refastened as necessary. Missing or damaged grates shall be reported to the City. 21. All barbecue grills shall be emptied of all ashes once per week. II. SPECIFIC LANDSCAPE MAINTENANCE REQUIREMENTS Drainage Facilities 1. All drainage structures shall be checked and cleaned monthly or as needed to insure consistent unrestricted water flow. 27 0 0 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 I. The Contractor shall maintain the complete sprinkler system in an operable condition in those locations where operable systems exist. This includes but is not limited to controllers, backflow devices, moisture sensors, manual and remote control valves, wiring, pipes, vaults, heads, and anti -drain valves. The Contractor shall not be responsible for the water meter assembly except as he/she may cause damage to these items. a. Repair and adjust all sprinkler heads to maintain proper and uniform water application. The Contractor will adhere to all State, County, and local .regulations accordingly. b. Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under- watering or over - watering. c. Contractor must turn off irrigation systems during rains. d. All replacements to be made with original type material or as directed. e. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense. f. Material substitutions must be approved by the Parks and 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 p.m. nor later than 6:00 a.m. 10 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. However, the contractor shall be responsible for the proper operation of the system at all times and shall provide for obvious repairs as they occur or are needed. Turf Maintenance 1. All turf is to be mowed once per week in the growing season, or as needed to maintain the height specified below: a. Frequency or mowing shall be scheduled so that no more than one -third (1/3) the height of the grass plant is removed. b. Borders shall be edged at each mowing. c. Clippings shall be collected and removed unless otherwise directed by the City. d. Mechanically trim around sprinklers as needed to provide proper and unobstructed irrigation. The cutting of holes around sprinklers shall not be permitted. e. Chemically kill turf around trees, as needed, a maximum of six inches from the tree base or as directed by the City. If a tree wound is present then hand trimming is required. A 2" layer of bark mulch shall be maintained in this area. f. Mechanically trim around vaults, posts, and other similar features on a weekly basis. g. Mowing equipment shall be approved by the City. Equipment must be sharp and properly adjusted to avoid damage to the turf plant. It. Pick up all litter prior to mowing. 29 0 0 2. Mow turf to the following heights: a. Warm season turf including Bermuda grass- 3/4 to 1 1/4 inches. b. Cool season turf including bluegrass, perennial rye, fescues - 1 1/2 to 2 1/2 inches. c. Kikuya and St. Augustine turf- 1 1/4 to 1 3/4 inches. 3. Vertical mowing of warm season grasses shall be done once per year in October, permitting sufficient time for turf regeneration. a. Depth of cut shall be sufficient to remove thatch without damaging crown of turf plant. b. Cool season grasses shall be renovated to remove thatch annually as directed. 4. All turf shall be fertilized three times per year using a homogenous, pellet or granular slow release material. City must approve the material used. Apply at the following rates and time: a. February: 22 -3 -9 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. b. June: 21 -3 -5 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. c. October: 16 -6 -8 (or approved equal) fertilizer at one pound actual nitrogen per 1,000 square feet. d. Material shall be applied using a rotary type spreader, ensuring uniform overlap. All excess fertilizer deposited on sidewalks, parking lots, and other hardscape areas shall be properly cleaned and removed. e. The Contractor shall perform a soil fertility analysis at individual parks as directed by the City in the month of December and review the analysis with the City representative in the month of January. f. All materials must be approved by the Parks and Tree Maintenance Superintendent. Quantities used must be submitted to the Parks and Tree Maintenance Superintendent on a "Monthly Fertilizer Use Report." 5. Appropriate fungicide, weed control, and insecticide materials shall be applied to all turf areas throughout the year on a curative basis. [till 0 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 1/2" core spoons at not more than 6" spacing and a minimum depth of 4 ". b. Remove and dispose all cores. c. Contractor is responsible for locating and marking all sprinkler components. d. Topdress with approved topdress material (for sports fields only). 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, or more often when conditions warrant, to insure proper operation of irrigation system. 8. Control all rodent pests as necessary to provide a healthy and safe environment for plants and public. 9. Visually check all turf areas on a weekly basis for pest, fertility, irrigation, damage, and other needs. Correct as necessary. 10. Scheduling of mowing and turf care maintenance times will be approved by the City. Use by the public will dictate schedules, and noise levels will be kept to an acceptable minimum at all times. Ground Cover Maintenance 1. All ground cover areas shall be maintained in a trimmed, weed -free condition. 31 0 0 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 124-6 slow - release turf fertilizer, at a rate of 2 pounds actual fertilizer per 1,000 square feet. d. Trim and edge as necessary to restrict growth from encroaching on sidewalks, curbs, turf areas, roadways, or other adjacent areas and plants. Growth retardants may be used as approved by the City. e. Irrigate as required to maintain adequate growth and reasonable appearance. Manually water where necessary. f. Control pests, including insects, fungus and rodents, as necessary to maintain a healthy environment for plant growth. g. Bare ground cover areas shall be kept cultivated and raked of all debris. h. Bark mulch should be replaced as needed to ensure at least 2" of mulch at all times. Shrub. Vine. and Tree Maintenance 1. Shrubs shall be maintained in a safe and reasonably trimmed appearance by proper shaping and pruning to promote the plant's natural character. a. Quarterly trim all shrubs to maintain the size and shape specified by the Parks and Tree Maintenance Superintendent. b. Pruning shall be accomplished to maintain a "natural" appearance; decorative, poodle cuts or other unnatural pruning will not be permitted. c. Control pests as required, including snails and insects. d. Remove all dead, diseased, or damaged branches back to a side branch. Do not leave branch stubs. e. Application of an iron chelate fertilizer or balanced fertilizer shall be made as needed throughout the year to maintain a healthy, vigorous growth and foliage. 32 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. k. Bark mulch should be replaced as necessary to ensure 2" of mulch at all times. 1. All plant material will be trimmed to protect property owners' ocean views, bay views, vistas, etc. as needed or as directed by City staff. 2. The Contractor is responsibility for trimming all trees up to eight (8) feet in height. Trees shall be trimmed as necessary to maintain adequate pedestrian and vehicle traffic and to provide clearance from buildings, signs and other similar features. a. Remove all suckers from base of trees as they develop throughout the year. b. Stake and support trees as necessary. Staking and guying shall be as directed by the City. c. All tree guys, ties, and stakes shall be checked regularly to avoid girdling and damage. d. Contractor shall stake or otherwise support trees during inclement weather and remove branches and other debris generated by such weather. 33 0 0 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 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 T' of bark mulch unless ground cover is present. Weeds shall be removed, including their roots, before they reach 3" in height. i. All trees shall be fertilized once per year with tree fertilizer spikes approved by the City. 3. Complete pruning, heading back, lacing out, or removal will only be done at the direction of the City and at the prescribed unit price. All such pruning shall be made in accordance with current International Society of Arboricultural techniques and practices that promote the natural character of the tree. 4. All pruning shall be done with clean, sharp tools appropriate for the intended work. Cuts shall be made sufficiently close to the parent limb, without cutting into the branch collar or leaving a stub, so that closure can readily start under normal conditions. Hardscane 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. RV 0 n 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 (6) days per week, except general grounds policing and inspection will be seven (7) days per week from Memorial Day to Labor Day. a. Remove all litter and other debris from site six (6) days per week and seven (7) days per week from Memorial Day to Labor Day. b. If refuse or Utter is not removed during site visit, said litter or debris will be considered an emergency and removed immediately upon notification by the City. Failure of said removal may result in deduction of payment for that date, week, or month. C. Provide safety and facility inspection and immediately report any deficiencies to the Parks and Trees 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. Wails, fences, gates 3. Signage 4. Graffiti Sand/Wood Chip Areas: 1. These areas shall include tot lots, play areas, volleyball courts, etc. a. All areas shall be maintained weed free. b. During the first week in April, June, August, October, December and February, all sand areas shall be rototilled to the maximum depth that will allow complete loosening of the sand but will not cause lower base materials to be mixed in with the sand. After rototilling, all areas shall be raked level. c. Sand and wood chips shall be replenished as necessary to maintain optimum level in each area, and final level shall be determined by the City for each area. Replacement sand shall be at least equivalent to washed 35 0 0 plaster sand and approved by the City (standard designation of rock product suppliers to denote a type and cleanliness of sand). All additional sand or wood chips that are added shall be at the contractor's expense. d. Six days per week, all sand and wood chip areas shall be cleaned and raked level. Specialty /Snorts Areas 1. General: (Applies to all hardscape maintenance areas) a. These areas shall include tennis courts, handball courts, basketball courts, bicycle trails, all asphalt, concrete and decomposed granite walkway. b. All areas shall be swept six days per week if necessary, to remove all deposits of silt and/or sand and glass. c. On Thursday of each week, all areas shall be thoroughly cleaned by sweeping or flushing with water. d. All hard surface areas shall be inspected six days per week for uplifts and/or tripping hazards. All uplifts and/or tripping hazards shall be barricaded immediately and the City notified verbally within two (2) hours and by written memo within twenty-four (24) hours. e. All animal feces or other materials detrimental to human health shall be removed from the park areas immediately. 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. 36 Drinking Fountains: 1. Inspect, clean, adjust six days per week. 2. Report any deficiencies to the City immediately in writing. Disposal At least 50% of all landscape debris will be disposed of through a landscape material recycling center or reused in some manner. The Contractor shall dispose of all cuttings, weeds, leaves, trash, and other debris from the operation as work progresses. The City shall not be responsible for the disposal. Contractor shall pay all disposal fees and provide documentation evidence of recycling to include location, tonnage, etc. on a quarterly basis to the City. Such reports are due to the City by 30 days after the end of each calendar quarter. Water Conservation Contractor shall appoint a staff member to act as the Water Manager. Contract personnel performing water management duties shall have the following abilities and must meet the following requirements. Abilities 1. Meet Irvine Ranch Water District Landscape Irrigation Guidelines and monthly water allocations. 2. Maintain a healthy landscape. 3. Calculate evapotranspiration (ET) rates to GPM. 4. Maintain all parks and landscape in a usable condition (no flooding due to over - irrigation). 5. Troubleshoot and diagnose irrigation systems and take corrective action. Requirements 1. The Water Manager shall program all controllers weekly according to the Irvine Ranch Water District allocation. 2. The Water Manager shall notify the Contractor or City Representative of all required repairs. 37 0 0 3. The Contractor shall meet the Irvine Ranch Water District (IRWD) monthly water allocations for each meter on all streetscape and park applications. Maintain healthy plant material, and avoid monthly IRWD penalties. Damages for Water Management 1. Should the contractor exceed the IRWD allocation, all penalty charges for water used above the allocation will be deducted from the contractor's monthly billing. 2. Deduction shall exclude all approved appeals such as mainline and control valve failures. 3. The City's Representative shall meet monthly with the Contractor's Representative and the Contractor's Water Manager to review over allocation water billing to determine which water billing appeals are to be approved and which are to be waived. 4. Over - allocations that do not qualify for appeal or have not been waived will be deducted from the Contractor's monthly payment. Native and Drought Tolerant Park Maintenance — Back Bay View Park and Morning Canyon These requirements are in addition to the above written Technical Maintenance Specifications: 1. All native and drought tolerant plant material at these sites will be maintained in their natural shape. All dead wood for natives will remain on the plant or where it has fallen. 2. The areas shall be maintained weed free. Only manual pulling or mechanical cultivation of non - native weed species will be allowed. 3. The contractor's maintenance personnel will be trained to distinguish weedy plant species from native or drought tolerant vegetation to ensure that only weedy species are removed. 4. All weeds will be removed manually before they can attain a height of six inches (6 ") or produce seeds, whichever comes first. 5. Pulled weeds will be placed in a "mantilla" to prevent the seeds from coming in contact with the ground and removed from the project site during maintenance. M 0 0 6. For Morning Canyon, leaf and branch drop and organic debris from native species shall be left in place. 7. At several times during the year, especially during the rainy season (November — May), the contractor will have to make sure there is sufficient staff to accommodate manual removal of all weeds throughout the sites. W, 0 EXHIBIT B Parks/Facilities Maintenance Locations Parks Address Acreage Arroyo Park 1411 Bayawater, Bison Ave. at Bayswater 8.0 Back Bay View Park Jamboree Road @ Pacific Coast Hwy 8.13 Bayside Drive Bayside Dr. between Carnation and Larkspur 4.4 Bayview Mesa Dr. @ Bayview Ave. 3.0 Begonia Begonia Ave. at First Ave. 2.1 Bob Henry 16d Street @ Dover Drive 4.8 Bonita Creek University Dr. La Vida 10.0 Buffalo Hills Newport Hills Dr, East/West @ Ford Rd. 15.0 Castaways Paddpg Lot & Trail 160' Street @ Dover Drive 1.83 Eastbluff Vista Del Oro 0, Vista Del Sol 13.9 Irvine Terrace Seadrift Dr. Evita Dr. 6.8 Jasmine View Harbor View Dr. Marguerite Ave. 1.0 Mannina Tract Newport Hills Dr. W. and Port Wheeler Pl. 2.7 Morning Canyon Corner of Surrey Drive Rockford Road 1.0 Old School Carnation Ave. @ 4th Ave. 0.8 San Joaquin Hills San Joaquin Hills Rd. @ Crown Dr. 4.1 San Miguel San Miguel Dr. @ Spyglass Hill Rd. 7.3 Spyglass Hill S lass Hill Rd A El Ca itan Dr. 1.4 Spyglass Hill Reservoir Muir Beach Circle 1.0 Sunset View North of PCH off of Superior Ave 0.7 Total Acreage 97.% Facilities Address Acreage Central Library 1000 Avocado Ave. 3.3 Police Department Santa Barbara Drive @ Jamboree 0.4 Total Facilities Acreage 3.7 Grand Total 101.66 acres 40 0 EXHIBrr C 0 Parks/Facilities Turfgrass Maintenance Locations Parks Address Acreage Bolsa Bolsa Ave. @ Old Newport Blvd. 0.1 Channel Place Channel Place @ 44& St. 1 Cliff Drive Cliff Dr. Riverside Dr. 1.5 Ensign View 2501 Cliff Dr. El Modena Ave. 0.5 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. 1 Grant Howald his Ave. 5'h Ave. 2.5 Harbor View Nature San M el Dr. @ Pacific View Dr. 1 Kings Road Kin s Road west of SL Andrews Road 0.1 "L" Street "L" St. @ Piazza del Sur 0.5 Las Arenas Balboa Blvd. 10' St. 0.2 Lido Via Lido entrance to Lido Island 0.5 Mariners Dover Dr. Irvine Ave. 5 Ne ort Island Marcus A 39a St. 0.1 Newport Shores 61" St. @ Coast Blvd. 0.1 Oasis Passive Marguerite Ave. @ 51h Ave. 3.4 Ocean Blvd. Bluffs Ocean Blvd. from Fernleaf Ave. to Poppy Ave. 1 Peninsula Main St. @ East Ocean Front, Balboa 3.5 Veteran's Memorial 15th St. @ Bay Ave. 0.4 Westeliff Polaris Dr. @ Westwind Way 1 West Jetty View Ocean Blvd. @ Channel Rd. Balboa 0.2 West Newport Seashore Dr. between 57'h St & Santa Ana River Jetty 4 38 h Street Balboa Blvd. @ 38" St. 0.3 Total Acreage 27.9 Facility Address Acreage Fire Stations: 1 Balboa Blvd. Island Ave. 0.1 2 32nd St. @ Villa Way 0.1 3 Santa Barbara Dr. @ Jamboree Rd. 0.1 5 Marigold Ave. between PC1112nd Ave. 0.1 6 Irvine Ave. @ Dover Dr. 0.1 41 0 0 Libraries: Balboa Balboa Blvd. @ Island Ave. 0.2 Corona del Mar Marigold Ave. between PCIV2nd Ave. 0.1 Miscellaneous: CdM State Beach Ocean Blvd. Jasmine Ave. 1 City Hall 3300 Newport Blvd.@ 32nd SL 1 Lincoln Athletic Center 3101 Pacific View Dr. 8 Newport Pier Plaza Balboa Blvd. @ McFadden PI. 0.2 Oasis Senior Citizens Ctr. 800 Marguerite Ave. @ 5th Ave. I W. Nwpt Community Ctr. 883 W. 15th St. off Placentia Ave. 0.1 Total Acreage 12.1 Grand Total 40.0 42 EXHIBIT D Maintenance )Frequency Schedule FUNCTION IFIREQUENCY Irrigation Inspection Weekly Turf Maintenance Mowing Weekly Edging At each mowing Clipping Removal At each mowing String Trimming At each mowing Fertilize Three times /year Vertical Mow Once /year Aerate Twice /year Pest and Weed Control As needed Visual Inspection Weekly Ground Cover Maintenance Trim Monthly Fertilize Twice /year Pest and Weed control As needed Visual Inspection Weekly Shrub, Vine, and Tree Maintenance Trim Four times/year Fertilize Twice /year (once /year for trees) Restake /Check Each site visit/every two weeks min. Visual Inspection Weekly Hardscape Maintenance Each site visit/weekly min. Grounds Policing /Litter Removal Six days/ week Seven days/ week Memorial Day thru Labor Day Site Inspection Six days/ week 43 0 EXHIBIT E PARKS AND FACILITY AREAS Sites Requiring Mandatory Early Mowing Before 7:00 a.m. Before 9:00 a.m. Before 10:00 a.m. City Hall 38th St. Park Las Arenas Park Newport Pier Plaza Peninsula Park Oasis Senior Citizens Ctr West Jetty View State Beach W. Newport Park Ocean Blvd. Bluffs Ensign View Park All Libraries Irvine Terrace Park All Fire Stations Balboa Island Park All Play Areas San Joaquin Hills Park Lincoln Athletic Ctr San Miguel Park Begonia Park 44 EXHIBIT F STANDARD MATERIALS All material used in maintenance must conform to the products listed below. Any deviation from the approved list must be approved by the City of Newport Beach before installation. Any item not mentioned in the Standard Materials list must be approved by Parks and Tree Maintenance Superintendent. STANDARD MATERIAL LIST: 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 of Newport Beach. Please contact Parks Supervisor Randy Kearns at (949) 644 -3082 to confirm. Controller Rain Master Evolution DX2 irrigation controller Rain Master RME Sentar (contact city before using) Drip and specialized low - volume irrigation Rain Bird Xerigation Battery Powered Irrigation Rain Bird TBOS Battery Operated Controller Rain Bird GB Series Remote Control Valve Rain Bird Potted Latching Solenoid Miscellaneous Febco 825Y RP Rain Bird #ST -03UL Snap Tite Connectors 45 0 9 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 2160 Solenoid Valve (Normally Open Master Valve) Griswold 2000 Solenoid Valve (Normally Closed Master Valve) Matco 754 Series Full Port Ball Valve 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 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 Parks and Trees 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. 46 0 EXHIBIT G REQUIRED REPORTS 1. Annual Maintenance Schedule 0 2. Weekly Maintenance Schedule 3. Weekly Performance Report 4. Monthly Chemical Use Report (As sent to County Agriculture Commission) 5. Monthly Fertilizer Use Report 6. Possible Pesticide List with EPA numbers 7. Weekly irrigation inspection check list (to include controller and sire inspection for all sites and a list of any repairs required) 8. Monthly irrigation controller programming charts 9. Extra work approval list 10. Weekly maintenance inspection list for all sites 11. Manual irrigation schedule 12. Annual pesticide safety training records 13. Required tailgate safety meeting records 14. Monthly maintenance report 15. Monthly greenwaste recycling report 47 EXHIBIT H A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all items installed and the Construction Documents and include all costs connected with such items; including but not limited to, materials, labor, overhead, and profit for the contractor. C. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. D. All work shall be performed in accordance with specifications described in the RFP. FUNCTION COST/UNIT OF MEASURE IWJ 7 7 Turf Mow -Real Blade $ 2 / 1000 Sq. Ft. Turf Mow -Rotary Blade $ 2 1000 Sq. Ft. Turf Mow and Clippings Picked Up $ 3 1000 Sq. Ft. Turf Edge $1 / 1000 Linear Ft. Turf String Trim $ 1 1000 Linear Ft. Turf Chemical Edge 6" Swath $ 5 1000 Linear Ft. Turf Chemical Edge 12" Swath $ 5 / 1000 Linear Ft. Turf Aerify $ 3 1000Sq.Ft. Turf Fertilize $ 2 1000 Sq. Ft. Turf Dethatch/Renovate 200 / Acre Turf sweeping $ 3 / 1000 Sq. Ft. Flail Mow of Natural Areas $ 300 / Acre Im. 0 HARDSCAPE Cleaning GROUNDCOVERS Mow Edge Ft. Fertilize PEST CONTROL Turf disease/insect spray Boom Application Hand Application Turf Broadleaf Spray Boom Application Hand Application Groundcover disease/insect spray Shrub disease/insect spray Soil Sterilant Applicant Turf Pre - Emergent Landscape Planter Weed Control General Weed Control Post Emergent SHRUB PRUNING 1 -4 Feet, Lacing 1 -4 Feet, Hedging 4 plus Feet, Lacing 4 plus Feet, Hedging TREE PRUNING Up to 8 Feet PLANTING 1 Gal. Shrub 5 Gal. Shrub 15 Gal. Shrub 15 Gal. Tree with root barriers 24" Box Tree with root barriers 64 Count Flat Groundcover 16 Count 4" Flat Annual Color Turf - Seed and Top Dress Turf - Sod M 0 $ 4 1000 Sq. Ft. $ 3 1000 Sq. Ft. $2 1000 Linear $ 2 1000 Sq. Ft. $ 6 1000 Sq. Ft. ( 1000 Sq. Ft. 10 / 1000 Sq. Ft. 15 / 1000 Sq. Ft. 10 / 1000 Sq. Ft. 10 / 1000 Sq. Ft. 15 / 1000 Sq. Ft. 15 / 1000 Sq. Ft. 20 / 1000 Sq. Ft. 15 ( 1000 Sq. Ft. $ 4 /Shrub $ 4 /Shrub $ 8 (Shrub $ 6 /Shrub $ 20 /free $ 8 /Each $ 25 /Each $ 65 /Each $ 96 (Each $285 /Each $ 20 /Flat $30 /Flat 0.60 / 1000 Sq. Ft. / 1000 Sq. Ft. 11 LABOR Landscape Maint. Supervisor Pest Control Applicator Irrigation Specialist Landscape Maint. Leadworker Equipment Operator Landscape Maint. Laborer Park and Facility Maintenance Park and Facility Turgrass Maintenance Park and Facility Native Park Maintenance 50 35 Hour 45 / Hour 45 / Hour $ 30 / Hour 45 / Hour 25 / Hour $2,500 /Acre/Year 2,600 / Acre/Year 2,000 / Acre/Year 0 EXHIBIT I BID UNIT COSTS BID UNIT COSTS Parks/Facilities Maintenance Locations Parks Address Yearly Cost Arroyo Park 1411 Ba water• Bison Ave at Bayswater $32,189.00 Back Bay View Park Jamboree Rd @ Pacific Coast Highway $25,820.00 Balboa Island Park 115 Agate Avenue $1,588.00 Bayside Drive Bayside Dr. between Camation and Larkspur $13,974.00 Bayview Mesa Dr. @ Bayview Avenue $9,528.00 Begonia Be onia Ave. at First Ave. $6,669.00 Bob Henry 160 Street @ Dover Drive S-1-5,2-44.0-0- Bonita Creek University Dr. a La Vida $40129.00 Buffalo Hills Ne ort Hills Dr. East/West Ford Rd. $47 640.00 Castaways Parking Lot &Trail 16 St. @ Dover Drive $5,812.00 Eastbluff Vista del Oro 0 Vista del Sol $44,146.00 Irvine Terrace Seadrift Dr. a Evita Dr. $21,596.00 Jasmine View Harbor View Dr. Marguerite Ave. $3,176.00 Mmuog Tract Newport Hills Dr. W. and Port Wheeler P1. $8,575.00 Mo Canyon Comer of Surre Dr. Rockford Rd. $3,176.00 Old School Camation Ave 4 Ave. $2,540.00 San Joaquin Hills San Jo uin Hills Rd. Crown Dr. $13,021.00 San Miguel San Miguel Dr. @ Spyglass Hill Rd. $31,553.00 Spyglass Hitl I Spyglass Hill Rd. @ El Ca itan Dr. $444600 Spyglass Hill Reservoir Muir Beach Circle $3,176.00 Sunset View North of PCH off of Superior Ave $2,223.00 Facilities Address Yearly Cost Central Library 1000 Avocado Ave. $10,48-0-0-0- Police Department Santa Barbara Dr. @ Jamboree $1,270.00 51 0 0 EXHIBIT J BID UNIT COSTS Parks /Facilities Turfgrass Maintenance Locations Parks Address Yearly Cost Fire Stations: Bolsa Bolsa Ave. Old Ne ort Blvd $317.00 Channel Place Channel Place 44 St. $3,176.00 Cliff Drive Cliff Dr. Riverside Dr. $4,764.00 Ensign View 2501 Cliff Dr. a E1 Modena Ave. $1,588.00 Galaxy View Galaxy Dr. between Polaris & Mariners Dr. $3,176.00 Grant Howald Iris Ave. 5 Ave. $7,940.00 Harbor View Nature San Miguel Dr. @ Pacific View Dr. $3,176.00 Kings Road Kings Road west of St. Andrew's Road $317.00 "L" Street "L" St. g Piazza del Sur $1,588.00 Las Arenas Balboa Blvd. @ 16 St. $634.00 Lido Via Lido entrance to Lido Island $158800 Mariners Dover Dr. Irvine Ave. $15,880.00 Newport Island Marcus 30 St. $317.00 Newport Shores 6 1 � St. @ Coast Blvd. $317.00 Oasis Passive Marguerite Ave. @ 5a Ave. $10,798.00 Ocean Blvd. Bluffs Ocean Blvd. from Femleaf Ave. to Poppy Ave. $3,176.00 Peninsula Main St @ East Ocean Front, Balboa $11 116.00 Veteran's Memorial 15 St. Ba Ave. $1270.00 Westcliff Polaris Dr. Westwind Way $3,176.00 West Jetty View Ocean Blvd. @ Channel Rd., Balboa $634.00 West Newport Seashore Dr. btwn 57 St. & Santa Ana River Jetty $12,704.00 38 Street Balboa Blvd. 38 St. $952.00 Facm! Address Yearly Cost Fire Stations: 1 Balboa Blvd. @ Island Ave. $317.00 2 32 St. @ Villa Way $317.00 3 Santa Barbara Dr. Jamboree Rd. $317.00 5 Marigold Ave. between PCH12 Ave. $317.00 6 Irvine Ave. R Dover Dr. $317.00 Libraries: Balboa Balboa Blvd. @ Island Ave. $634.00 Corona del Mar Marigold Ave. between PCH/2 Ave. $317.00 Miscellaneous: CdM State Beach Ocean Blvd. Jasmine Ave. $3,176.00 City Hall 3300 Ne ort Blvd. @ 32nd St. $3,176.00 Lincoln Athletic Center 1 3101 Pacific View Dr. $25,408.00 Newport Pier Plaza Balboa Blvd 0, McFadden Pl. $634.00 Oasis Senior Citizens Center 800 MHE2erite Ave. @ 5 Ave. $3,176.00 W. Nwpt Community Ctr. 883 W. 15 St. off Placentia Ave. $317.00 WA C* of Newport Beadle NO. BA- 07BA -008 BUDGET AMENDMENT 2006 -07 AMOUNT: $sa,ss2.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues qX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations to cover the increased contract costs for landscape maintenance of City parks ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010. .3605 General Fund - Fund Balance REVENUE ESTIMATES (36011 Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Division Account Division Account Division Account Division Account Division Account tfgned: signed: igned: Number Number Number Number Number Number Number Number Number Number Description Description 3170 General Services - Parks 8080 Services Prof & Tech NOC Administrative Approval: City Manager City Council Approval: City Clerk 1. Amount Debit . Credit $84,682.00 ' ' Automatic $84,682.00 Date ate Date