Loading...
HomeMy WebLinkAbout2011-10-11; City Council; 20715; AGREEMENT FIELDS LANDSCAPE MAINTENANCE SEERVICES13 CITY OF CARLSBAD - AGENDA BILL AB# 20.715 MTG. 10/11/11 DEPT. P&R AWARD OF Af^RFFMFNT FOR PARKQ AND ATHI FTIP FIELDS LANDSCAPE MAINTENANCE SERVICES BID NO. 11-09 DIRECTOR @9 CITY ATTY. (jj$- CITY MGR. (jS-"~ . accepting the bid and awarding the agreement to Park RECOMMENDED ACTION: Adopt Resolution No. 2011-247 West Landscape Maintenance, Inc., for Parks and Athletic Fields Landscape Maintenance Services, Bid No. 11-09, in an amount not to exceed $349,600 for the initial two-year term ($174,800 per year). ITEM EXPLANATION: The City of Carlsbad currently utilizes contract landscape maintenance services for the following ten pocket/neighborhood parks and seven school athletic fields/amenities. The City currently schedules and maintains these schools, which are under three different school districts' joint use agreements. Pocket/Neighborhood Parks Ann D. L'Heureux Dog Park Cannon Park Car Country Park El Fuerte Park Hosp Grove Park Maxton Brown Park Oak Park Pio Pico Park Skate Park Zone 5 Park School Athletic Fields/Amenities Aviara Oaks Middle School Buena Vista Elementary School Carlsbad High School Jefferson Elementary School La Costa Heights Elementary School Magnolia Elementary School Valley Middle School The proposed agreement combines portions of two existing landscape maintenance contracts - one for pocket/neighborhood parks and facilities landscape maintenance services, and one for neighborhood parks and school athletic fields/amenities maintenance services. The latter agreement is due to expire at the end of October, 2011. The current value of the combined portions pulled together from the two existing agreements is $272,030 per agreement year. The current agreement portions include $118,992 for ten neighborhood and pocket parks, $153,038 for seven school athletic fields/facilities sites. The new landscape maintenance agreement will cost the city $73,860 for the same ten parks and $100,940 for the same seven school athletic fields/facilities sites, saving the City $97,230 per agreement year. Staff is confident that combining portions of the two existing agreements resulted in the attraction of bidders, an economy of scale, and a linkage of like services. The City Clerk published a Notice Inviting Bids for this service agreement. Ten (10) bids were received, opened, witnessed, and recorded on August 11, 2011. The bid amounts for Schedule A (Existing Sites) and Schedule C (Extra Work) ranged from $166,940 to $344,324 per agreement year. The bids were reviewed by the Parks & Recreation Department, and were as follows: DEPARTMENT CONTACT: Bonnie L Elljott, (760) 434-2865. Bonnie.EHiott@carlsbadca.aov FOR CITY CLERKS USE ONL Y. COUNCIL ACTION:APPROVED DENIED " D CONTINUED D WITHDRAWN D AMENDED D CONTINUED TO DATE SPECIFIC D CONTINUED TO DATE UNKNOWN D RETURNED TO STAFF D OTHER - SEE MINUTES D Page 2 Western Gardens Landscaping Park West Landscape Maintenance, Inc. Coast Landscaping TruGreen Landcare New Way Landscape Valley Crest Landscape Aztec Landscaping Nissho of California Westturf Landscape Mission Landscape $166,940 $174,800 $185,924 $189,128 $205,694 $210,068 $210,246 $219,392 $250,424 $344,324 Western Gardens, Coast Landscaping, Mission Landscape, and Westturf Landscape were declared non-responsive due to a failure to meet the minimum qualifications required for the agreement. New Way Landscape was declared non-responsive due to an omission of required submittals. In accordance with the Municipal Code, a best value evaluation was performed on the five remaining bids. Each contractor's bid was evaluated against the following criteria: Cost of Service Previous Performance and References Responsiveness to Specifications Ability to Provide Service Quality of Service Unspecified Value Added offerings Based on the results of the best value evaluation, and a field visit to other municipal parks and athletic fields presently maintained by Park West Landscape Maintenance, Inc., staff recommends that Council accept the bid and award an agreement to Park West Landscape Maintenance, Inc. ENVIRONMENTAL IMPACT: The project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Section 15301(h) - minor alteration of existing facilities including landscaping that involve negligible or no expansion. FISCAL IMPACT: The agreement is funded from the Parks & Recreation Department - Parks Maintenance Operating Budget - General Fund. Sufficient appropriations are available to fund the total potential agreement or portions thereof. The agreement amount is provided by potential contract terms in the table below: AGREEMENT YEARS Contract Years 1 & 2 (Initial Term) Contract Years 3 & 4 (Optional Extension 1 ) Contract Years 5 & 6 (Optional Extension 2) TOTAL POTENTIAL AGREEMENT AMOUNT AGREEMENT AMOUNT $349,600 $349,600 $349,600 $1,048,800 EXHIBITS: 1. 2. Resolution No.2011-247 accepting the bid and awarding the agreement to Park West Landscape Maintenance, Inc., for Parks and Athletic Fields Landscape Maintenance Services, Bid No. 11-09 Parks and Athletic Fields Landscape Maintenance Services Agreement 1 RESOLUTION NO. 2011-247 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, ACCEPTING THE BID AND AWARDING THE AGREEMENT TO PARK WEST LANDSCAPE MAINTENANCE INC, 4 FOR PARKS AND ATHLETIC FIELDS LANDSCAPE MAINTENANCE SERVICES, BID NO. 11-09. 5 WHEREAS, the City of Carlsbad requires the services of a landscape maintenance services contractor; and ' WHEREAS, proper bidding procedures have resulted in the City's receipt of a bid from a 8 qualified contractor, Park West Landscape Maintenance, Inc.; and 9 WHEREAS, a best value evaluation consistent with Carlsbad Municipal Code Section 10 3.28.050 was performed by staff and has resulted in staff's determination that the bid submitted by ^ Park West Landscape Maintenance, Inc., at $174,800 per agreement year ($349,600 for two . _ years), is the best value to the City of Carlsbad; and WHEREAS, staff recommends award of the agreement for Bid 11-09 for Parks and I 0 Athletic Fields Landscape Maintenance Services to Park West Landscape Maintenance, Inc., in an 14 amount not-to-exceed $349,600 for the initial two-year term; and 15 WHEREAS, the City Manager is authorized to extend the agreement for two additional two-year terms upon contractor's satisfactory performance; and WHEREAS, sufficient appropriations are available in the Parks and Recreation, Parks 18 Maintenance Operating Budget - General Fund, to fully fund the initial two-year term of the •jg agreement. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 21 1. That the above recitations are true and correct. 22 2. The bid of Park West Landscape Maintenance, Inc., 529 West 4th Avenue, 23 Escondido, CA 92025, is the best value. 3. The bid of Park West Landscape Maintenance, Inc. is hereby accepted. 4. That the Mayor of the City of Carlsbad is hereby authorized and directed to 25 execute an agreement subject to approval by the City Attorney, with Park West Landscape 26 Maintenance, Inc., for an amount not-to-exceed $349,600 in the initial two-year term of the 27 agreement, for and on behalf of the City of Carlsbad. 28 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 11th day of October 2011, by the following vote to wit: AYES: Council Members Hall, Kulchin, Blackburn, Douglas, Packard. NOES: None. ABSENT: None. MATT HALL, Mayor ATTEST: LORRAINE M. WOOD, City Clerk (SEAL) ' AGREEMENT FOR PARKS AND ATHLETIC FIELDS LANDSCAPE MAINTENANCE SERVICES Park West Landscape Maintenance, Inc. /'THIS AGREEMENT is made and entered into as of the /3 _ day of 20(1 , by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Park West Landscape Maintenance, Inc., a landscape maintenance corporation, ("Contractor"). RECITALS A. City requires the professional services of a landscape maintenance contractor that is experienced in maintaining parks and athletic field landscapes. B. Contractor has the necessary experience in providing professional services and advice related to landscape maintenance services. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two years from the date first above written. The City Manager may amend the Agreement to extend it for two additional two-year periods or parts thereof in an amount not to exceed Three Hundred Forty-nine Thousand Six Hundred dollars ($349,600) in the first two year extension period and not to exceed Three Hundred Forty-nine Thousand Six Hundred dollars ($349,600) in the second two year extension period. Total compensation under this agreement shall not exceed One Million Forty-eight Thousand Eight Hundred dollars ($1,048,800). Payments will be made on a time and materials basis for actual work performed by the contractor and the total compensation amounts are not guaranteed. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. Either the City or the Contractor may decline the renewal of the contract for any reason whatsoever, which shall render the renewal option null and void. City Attorney Approved Version 5/12/11 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The Contractor's landscape maintenance work will be paid at a fixed cost rate for scheduled maintenance and at an hourly rate plus parts as indicated in the Contractor's bid. The total fee payable for the Services to be performed during the initial two year Agreement term will be Three Hundred Forty-nine Thousand Six Hundred dollars ($349,600). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". If an increase in compensation for service in succeeding option periods is requested, the Contractor must provide detailed supporting documentation to justify the requested rate increase. The requested increase will be evaluated by the City, and the City reserves the right to negotiate, accept, reject, or move to terminate the agreement based on the Contractor's requested compensation increase. This Agreement's annual compensation terms may but is not required to be adjusted by a mutually agreeable amount based on and no greater than the San Diego Consumer Price Index changes over the previous two year period. Requests for price changes must be made by the Contractor in writing sixty (60) days before the end of the then-current agreement period and is subject to negotiation or rejection by the City. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. City Attorney Approved Version 5/12/11 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverage and Limits. Contractor will maintain the types of insurance coverage and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. City Attorney Approved Version 5/12/11 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. *5<[ ^^*If box is checked, Professional Liability City's initials Contractor's initials Insurance requirement is waived 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these types of insurance coverage, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required insurance coverage. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. City Attorney Approved Version 5/12/11 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Kyle Lancaster _ Name Title Parks Superintendent _ Title &*t^<j\\v< \<. Department Parks and Recreation Address City of Carlsbad ^(-Q^dieHc £A. _ Address 799 Pine Avenue _ Phone No. (l^o~) ?I7 -2-yfr/ _ Carlsbad, CA 92008 _ Phone No. (760) 434-2941 _ Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus City Attorney Approved Version 5/1 2/1 1 obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. City Attorney Approved Version 5/12/11 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 5/12/11 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: (sign here) (print name/title) (sign here) (print name/tifTe) r^i \ By: ATTEST: LORRAINE M. WOOD City Clerk If required by City, proper notarial acknowledgment of execution) ;l attached. If a corporation, Agreement must be signed by one following two groups. Group A Chairman, President, or Vice-President £ must be chofthe Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALDj£^iAll=r-City Attorney Assistant City Attorney City Attorney Approved Version 5/12/11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENTr&®a©as&@&@a©a©s<g*^^ *I State of California 1I County of 1 On I I II I \ROSLYN S. FOSTER Commission * 1892579 Notary Public - California z Orange County g My Comm. Expires Jun13.2014l who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ware subscribed to the within instrument and acknowledged to jjie that he7§he/they executed the same in teir authorized capacity(ies), and that by '/h^f/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. s WITNESS my Kai Place Notary Seal Above Signature: OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Corporate Officer — Title(s): D Individual D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Corporate Officer — Title(s): D Individual D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Sas ©2009 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827)Item #5907 EXHIBIT A MANNER OF PERFORMING SERVICES PART I GENERAL SPECIFICATIONS 1.00 GENERAL REQUIREMENTS 1.01 The premises shall be maintained with a crisp, clean appearance and all work shall be performed in a professional, workmanlike manner using quality equipment and materials. 1.02 CONTRACTOR shall provide the labor, materials, equipment, tools, services and special skills necessary for the provision of grounds and landscape maintenance services, except as otherwise specified hereinafter. The premises shall be maintained to the highest of standards at no less than the frequencies set forth herein. 1.03 CONTRACTOR is hereby required to render and provide landscape and grounds maintenance services including, but not limited to; shaping, trimming and training of trees, shrubs and ground cover plants; fertilization; cultivation; weed control; control of all plant diseases and pests; sweeping; irrigation and drainage systems; litter pick up; removal of illegal dumps; plant replacement and all other maintenance required to maintain attractive landscape. 1.04 Upon commencement of work under this CONTRACT, CONTRACTOR shall be fully equipped and staffed; thoroughly familiar with CONTRACT requirements and prepared to provide all services required. Failure to provide full services from the first day of work under this CONTRACT may result in deductions from payment. 1.05 CONTRACTOR shall be responsible to correct any maintenance deficiencies, which may exist upon commencement of work under this CONTRACT. 1.06 CONTRACTOR shall, during the term of this CONTRACT, respond to all emergencies, to the satisfaction of the CONTRACT ADMINISTRATOR, within one (1) hour of notification. 1.07 The CONTRACTOR shall perform a weekly maintenance inspection during daylight hours of all areas within the premises. Such inspection shall be both visual and operational. It shall include operation of all irrigation systems to check for proper condition and reliability. CONTRACTOR shall take immediate steps to correct any observed irregularities, and submit a written report regarding such circumstances to the CONTRACT ADMINISTRATOR. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 22 1.08 CONTRACTOR shall clearly identify and equip each vehicle used at said areas with decals on the exterior right and left front door panels, identifying the CONTRACTOR'S name, address and phone number. 1.09 CONTRACTOR shall report to the CONTRACT ADMINISTRATOR all observations of: graffiti and other vandalism; illegal activities; transient camps; missing or damaged equipment or signs; hazards or potential hazards. 1.10 CONTRACTOR shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the most current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference. 1.11 CONTRACTOR shall indicate in his proposal methods of compliance, equipment utilized to insure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the CONTRACT ADMINISTRATOR, the CONTRACTOR is not in compliance with this provision City reserves the right to implement BMPs to the maximum extent practical, and deduct payment due or back charge the CONTRACTOR for implementation with a 15% markup for administration and overhead. 2.00 AREAS TO BE MAINTAINED 2.01 The areas to be maintained under the provisions of this CONTRACT are depicted by the boundary lines of Exhibit C - Areas To Be Maintained - Aerial Photographs, and are located at: SITE NAME Alga Norte Park (Future Park Site) Anne D. L'Heureux Dog Park Cannon Park Car Country Park El Fuerte Park Hosp Grove Park Maxton Brown Park Oak Park Pio Pico Park Skate Park Zone 5 Park Aviara Oaks Middle School Buena Vista Elementary School Carlsbad High School Jefferson Elementary School La Costa Heights Elementary School ADDRESS 6565 Alicante Rd. 2700 Carlsbad Village Dr. Carlsbad Blvd. & Cannon Rd. Paseo Del Norte 6889 El Fuerte St. Jefferson St. & Marron Rd. 500 Laguna Dr. Pio Pico Dr. & Oak Ave. 2600 Pio Pico Dr. 2560 Orion Way Faraday Ave. & Camino Hills Dr. 6880 Ambrosia Lane 1330 Buena Vista Way Basswood Ave. & Valley St. 3743 Jefferson St. 3035 Levante St. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 23 Magnolia Elementary School Valley Middle School 1905 Magnolia Ave. 1645 Magnolia Ave. 2.02 CONTRACTOR acknowledges personal inspection of the areas, and has evaluated the extent to which the physical condition thereof will affect the services to be provided. CONTRACTOR accepts the premises in their present physical condition, and agrees to make no demands upon CITY for any improvements or alterations thereof. 3.00 PAYMENT AND INVOICES 3.01 The CONTRACTOR shall present monthly invoices, for all work performed during the preceding month. Said invoice shall include all required certifications and reports as specified hereinafter. The invoice shall be submitted on or before the fifth (5th) day of each month in the amount of the compensation to be paid by the CITY for all services rendered by the CONTRACTOR under the terms and conditions of this CONTRACT. Said payment shall be made within thirty (30) days upon receiving the invoices, providing that all work performed during the preceding month has been inspected and accepted by the CONTRACT ADMINISTRATOR and that applicable certifications have been submitted in accordance with the provisions of this CONTRACT. 3.02 Monthly invoices shall be prepared in the following format: Location Alga Norte Park (Future Park Site) Ann D. L'Heureux Dog Park Cannon Park Car Country Park El Fuerte Park Hosp Grove Park Maxton Brown Park Oak Park Pio Pico Park Skate Park Zone 5 Park Aviara Oaks Middle School Buena Vista Elementary School Carlsbad High School Jefferson Elementary School La Costa Heights Elementary School Magnolia Elementary School Valley Middle School Account Number 0014610-7550 Monthly Cost $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) $(AMOUNT) TOTAL MONTHLY COST RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services $(AMOUNT) 24 3.03 Invoices for approved Extra Work shall be in a format acceptable to the CONTRACT ADMINISTRATOR, including attachments, such as copies of suppliers' invoices, which the CONTRACT ADMINISTRATOR may require to verify CONTRACTOR'S billing. Invoices for Extra Work shall be submitted on separate invoices. Unless otherwise requested by the CONTRACT ADMINISTRATOR, one invoice shall be submitted for each discrete and complete item of Extra Work. 3.04 In the event the CITY transfers title or maintenance responsibility of the premises or a portion thereof, this CONTRACT shall continue in full force and effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR, may be deleted from the premises to be maintained and the CONTRACT sum shall be reduced accordingly. 3.05 The CONTRACT ADMINISTRATOR may, at his discretion, add new areas to be maintained and/or require additional services. The CONTRACTOR shall be compensated for the additional area or service that are designated after the date of the commencement of this CONTRACT based on the submission of an approved maintenance bid, consistent in all respects with this CONTRACT, and shall contain all information as required in the REQUEST FOR BIDS. The bid cost shall not exceed the cost to provide maintenance for similar areas being maintained under this CONTRACT. 3.06 Additional compensation may be authorized at the discretion of the CONTRACT ADMINISTRATOR, subject to CITY budgetary conditions, for work deemed necessary by the CONTRACT ADMINISTRATOR due to extraordinary incidents or circumstances. 4.00 ENFORCEMENT. DEDUCTIONS AND LIQUIDATED DAMAGES 4.01 The CONTRACT ADMINISTRATOR shall be responsible for the enforcement of this CONTRACT on behalf of CITY. 4.02 The CONTRACT ADMINISTRATOR shall prepare and implement an INSPECTION RATING SYSTEM to be used to verify monthly payments and deductions from payments (see sample rating system as Appendix A). This form and system may be modified at the discretion of the CONTRACT ADMINISTRATOR. The CONTRACTOR agrees to be so evaluated by said system and bound by the ratings and/or deductions from payments indicated in the monthly INSPECTION RATING SYSTEM report. To avoid deductions from payment, CONTRACTOR must receive a rating of 95 or higher per location as described in Section 2.01. 4.03 If, in the judgment of the CONTRACT ADMINISTRATOR, CONTRACTOR is deemed to be non-compliant with the terms and obligations of the CONTRACT, the CONTRACT ADMINISTRATOR, may, in addition to other remedies provided RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 25 herein, withhold the entire monthly payment, deduct pro-rata from CONTRACTOR'S invoice for work not performed, and/or deduct liquidated damages. Notification of the amount to be withheld or deducted from payments to CONTRACTOR will be forwarded to the CONTRACTOR by the CONTRACT ADMINISTRATOR in a written notice describing the reasons for said action. The monthly INSPECTION RATING SYSTEM report shall constitute reason for any deductions so imposed. 4.04 The parties agree that it will be impracticable or extremely difficult to fix the extent of actual damages resulting from the failure of the CONTRACTOR to correct a deficiency within the said specified time frame. The parties hereby agree that a reasonable estimate of such damages is One Hundred Fifty Dollars ($150.00) per day per area, as described in Section 2.01. CONTRACTOR shall be liable to CITY for liquidated damages in said amount. Said amount shall be deducted from CITY'S payment to CONTRACTOR; and/or having given five (5) working days notice to the CONTRACTOR to correct the deficiencies, if after said 5 days the CONTRACTOR fails to complete the required corrections, CITY may correct any and all deficiencies using alternate forces. The total costs incurred by completion of the work by alternate forces will be deducted and forfeited from the payment to the CONTRACTOR. 4.05 The action above shall not be construed as a penalty but as adjustment of payment to CONTRACTOR to recover cost or loss due to the failure of the CONTRACTOR to complete or comply with the provisions of this CONTRACT. 5.00 INSPECTIONS. MEETINGS. & REPORTS 5.01 CITY reserves the right to perform inspections, including inspection of CONTRACTOR'S equipment, at any time for the purpose of verifying CONTRACTOR'S performance of CONTRACT requirements and identifying deficiencies. 5.02 The CONTRACTOR or his authorized representative shall meet with the CONTRACT ADMINISTRATOR or his representative on each site at the discretion and convenience of the CONTRACT ADMINISTRATOR, for walk- through inspections. All routine maintenance functions shall be completed prior to this meeting. 5.03 At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR, or his appropriate representative, shall attend meetings and/or training sessions, as determined by the CONTRACT ADMINISTRATOR, for purposes of orientation, information sharing, CONTRACT revision, description of CITY policies, procedures, standards, and the like. 5.04 CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written documentation and/or regular reports as the CONTRACT ADMINISTRATOR deems necessary to verify and review CONTRACTOR'S performance under this RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 26 CONTRACT and to provide to the CONTRACT ADMINISTRATOR pertinent information relative to the maintenance, operation, and safety of the areas. 6.00 EXTRA WORK 6.01 The CITY may award Extra Work to the CONTRACTOR, or to other forces, at the discretion of the CONTRACT ADMINISTRATOR. New or unforeseen work will be classified as "Extra Work" when the CONTRACT ADMINISTRATOR determines that it is not covered by CONTRACT unit prices or is significantly different than the CONTRACTOR'S other work areas. Areas added that are of similar size and scope to the CONTRACTOR'S current work shall be compensated as indicated in Section 3.05. Areas that do not meet the criteria indicated in Section 3.05 are subject to adjustment in payment in accordance with Extra Work. Extra Work shall be performed by agreement between the CONTRACT ADMINISTRATOR and the CONTRACTOR or on a NEGOTIATED PROPOSAL AND ACCEPTANCE basis in accordance with Section 7.00 or on a TIME AND MATERIALS basis in accordance with Section 8.00. 6.02 If the CONTRACT ADMINISTRATOR determines that the Extra Work can be performed by CONTRACTOR'S present work force, CONTRACT ADMINISTRATOR may authorize modification of the CONTRACTOR'S Routine Operations Schedule or Annual Calendar in order to compensate CONTRACTOR for performing said work. 6.03 Prior to performing any Extra Work, the CONTRACTOR shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR'S proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 6.04 In the event that CONTRACTOR'S proposal for Extra Work is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces or to compel the CONTRACTOR to perform the work on a TIME AND MATERIALS basis. Invoices for EXTRA WORK on a TIME AND MATERIALS basis are subject to CONTRACTOR markup in accordance with the Section 8.00. 6.05 When a condition exists which the CONTRACT ADMINISTRATOR deems urgent, the CONTRACT ADMINISTRATOR may verbally authorize the work to be performed upon receiving a verbal estimate from the CONTRACTOR. However, within twenty-four (24) hours after receiving a verbal authorization, the CONTRACTOR shall submit a written estimate, consistent with the verbal authorization, to the CONTRACT ADMINISTRATOR for approval. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 27 6.06 All Extra Work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 7.00 NEGOTIATED PROPOSAL AND ACCEPTANCE 7.01 The CITY may award work to the CONTRACTOR, at the discretion of the CONTRACT ADMINISTRATOR. New work will be awarded on a negotiated proposal and acceptance basis as when the CONTRACT ADMINISTRATOR determines that it is appropriate to negotiate a fixed price for work in lieu of utilizing unit prices. Payment for Work shall be performed by negotiated agreement between the CITY and the CONTRACTOR or on a TIME AND MATERIALS basis in accordance with the Vendor's Proposed Cost of Services chart. 7.02 Prior to performing any work, the CONTRACTOR shall prepare and submit a written proposal including a description of the work, a list of materials, and a schedule for completion. No work shall commence without written approval of the CONTRACTOR'S proposal by the CONTRACT ADMINISTRATOR. This proposal is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR. 7.03 All work shall commence on the specified date established and CONTRACTOR shall proceed diligently to complete said work within the time allotted. 8.00 TIME AND MATERIALS 8.01 In the event that the CONTRACT ADMINISTRATOR determines that work requested is of an unknown duration, not easily quantified or the CONTRACTOR'S proposal for work is not approved, the CONTRACT ADMINISTRATOR reserves the right to perform such work with other forces or to compel the CONTRACTOR to perform the work on a TIME AND MATERIALS basis. 8.02 The CONTRACT ADMNISTRATOR may direct CONTRACTOR to proceed by allowing him/her to use the following rates or percentages as added costs for the markup of all overhead and profits: 1) Labor 15 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures 15 9.00 CONTRACTOR'S DAMAGES 9.01 All damages (including death of plant material) incurred to existing areas by the CONTRACTOR'S operation shall be repaired or replaced all at the discretion of the CONTRACT ADMINISTRATOR, all at the CONTRACTOR'S expense. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 28 9.02 All such repairs or replacements, which are directed by the CONTRACT ADMINISTRATOR to be done by the CONTRACTOR, shall be completed within the following time limits. A. Irrigation damage shall be repaired or replaced before the next scheduled watering cycle. B. All other damages to landscape shall be repaired or replaced within three (3) working days. 9.03 Damaged trees and shrubs shall be repaired or replaced in accordance with the following maintenance practices: A. Trees: Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss or significant compromise to the health or quality of a tree, the damaged tree shall be removed and replaced to comply with the specific instructions of the CONTRACT ADMINISTRATOR. B. Shrubs: Minor damage may be corrected by appropriate pruning. Major damage shall be corrected by removal and replacement of the shrub. 10.00 COMMUNICATIONS AND EMERGENCY RESPONSE 10.01 The CONTRACTOR shall, during the term of this CONTRACT, maintain a single telephone number, toll free to a San Diego region area code, at which the CONTRACTOR or CONTRACTOR'S responsible employee may be contacted at any time, twenty-four hours per day, to take the necessary action regarding all inquiries, complaints and the like, that may be received from the CONTRACT ADMINISTRATOR or other CITY personnel. For hours beyond a normal 7:00 AM to 4:00 PM business day, an answering service shall be considered an acceptable substitute for full time twenty-four hour coverage, provided that the CONTRACTOR responds to the CITY by return call within thirty (30) minutes of the CITY'S original call. 10.02 Whenever immediate action is required to prevent possible injury, death, or property damage, CITY may, after reasonable attempt to notify the CONTRACTOR, cause such action to be taken by alternate work forces and, as determined by the CONTRACT ADMINISTRATOR, charge the cost thereof to the CONTRACTOR, or deduct such cost from any amount owed to the CONTRACTOR. 10.03 All complaints shall be abated as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of the CONTRACT ADMINISTRATOR. If any complaint is not abated within 24 hours, the CONTRACT ADMINISTRATOR shall be notified immediately of the reason for not abating the complaint followed by a written report to the CONTRACT ADMINISTRATOR RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 29 within three (3) working days. If the complaints are not abated within the time specified or to the satisfaction of the CONTRACT ADMINISTRATOR, the CONTRACT ADMINISTRATOR may correct the specific complaint and the total cost incurred by the CITY will be deducted from payments owed to the CONTRACTOR from the CITY. 10.04 The CONTRACTOR shall maintain a written log of all communications, the date and the time thereof and the action taken pursuant thereto or the reason for non- action. Said log of complaints shall be open to the inspection of the CONTRACT ADMINISTRATOR at all reasonable times. 10.05 CONTRACTOR'S supervisor and foreman shall carry cellular phones or digital pagers with local San Diego region area code. Supervisor and foreman shall respond to any voicemail message from the CITY within fifteen (15) minutes at any time, 24 hours per day. The CITY shall not call CONTRACTOR'S foreman except during normal working hours or in case of emergency. 11.00 SAFETY 11.01 CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all CITY, County, State or Federal requirements at all times so as to protect all persons, including CONTRACTOR'S employees, agents of the CITY, vendors, members of the public or others from foreseeable injury, or damage to their property. CONTRACTOR shall make weekly inspections for any potential hazards at said areas, and keep a log indicating date inspected and action taken. 11.02 It shall be the CONTRACTOR'S responsibility to inspect, and identify, any condition(s) that renders any portion of the premises unsafe, as well as any unsafe practices occurring thereon. The CONTRACT ADMINISTRATOR shall be notified immediately of any unsafe condition that requires major correction. CONTRACTOR shall be responsible for making minor corrections including, but not limited to; filling holes in ground, turf or paving; using barricades or traffic cones to alert patrons of the existence of hazards; replacing valve box covers; and the like, so as to protect members of the public or others from injury. 11.03 CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any occurrence on the premises of accident, injury, or persons requiring emergency services and, if so requested, shall prepare a written report thereof to the CONTRACT ADMINISTRATOR within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate fully with the CITY in the investigation of any such occurrence. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 30 12.00 TRAFFIC CONTROL 12.01 Prior to any work in the public right-of-way, the CONTRACTOR shall submit typical traffic control plans for approval for work performed in the CITY right-of- way. The CONTRACTOR shall submit supplementary traffic control plans for unusual circumstances that are out of the ordinary for right-of-way maintenance. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California). The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. 12.02 When lanes are closed for only the duration of of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 12.03 The CONTRACTOR shall comply with all requirements of the City Traffic Engineer and shall bear all costs of required traffic control including, but not limited to signs, cones, markers, flagmen, etc. 13.00 HOURS AND DAYS OF MAINTENANCE SERVICES 13.01 The basic daily hours of maintenance service shall be 7:00 a.m. to 4:00 p.m., which shall be considered normal work hours as may pertain to any other provision of the CONTRACT. 13.02 CONTRACTOR shall provide staffing to perform the required maintenance services during the prescribed hours five (5) days per week, Monday through Friday. Any changes in the days and hours of operation heretofore prescribed shall be subject to approval by the CONTRACT ADMINISTRATOR. 13.03 The use of power tools is prohibited daily prior to 7:00 a.m. and all day on Sundays and Holidays. 14.00 MAINTENANCE SCHEDULES 14.01 The CONTRACTOR shall, within thirty (30) days after the effective date of this CONTRACT, submit work schedules to the CONTRACT ADMINISTRATOR for review and approval. Said work schedules shall identify required operations and delineate the time frames for performance. An Annual Calendar shall include all required operations that occur less than monthly. A Routine Operations Schedule shall include all tasks required at least monthly. Sample Annual RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 31 Calendar and Routine Operations Schedule formats are included in Appendices B&C. 14.02 The CONTRACTOR shall submit revised schedules when actual performance differs substantially from planned performance, and from time to time as requested by the CONTRACT ADMINISTRATOR. Said revisions shall be submitted to the CONTRACT ADMINISTRATOR for his review and approval, within five (5) working days prior to the original or revised scheduled time for the work, whichever is earlier. 15.00 CONTRACTOR'S STAFF AND TRAINING 15.01 The CONTRACTOR shall provide sufficient personnel to perform all work in accordance with the specification set forth herein. 15.02 CONTRACTOR'S personnel shall possess the minimum qualifications for the position in which each is working, as set forth in Attachment B. 15.03 CONTRACTOR is encouraged to provide on-going systematic skills training, and to promote participation in, and certification by professional associations. CONTRACTOR'S systematic skills training program, and certifications required by the CONTRACTOR for employees in a given position, should be noted in the Attachment B. 15.04 Each crew of CONTRACTOR'S employees shall include at least two individuals who speaks the English language proficiently. For the purposes of this section a crew is understood to be any individual worker or group of workers who might service any facility, park or trail area without other CONTRACTOR'S supervisory personnel present. 15.05 The CONTRACT ADMINISTRATOR may at any time give CONTRACTOR written notice to the effect that the conduct or action of a designated employee of CONTRACTOR is, in the reasonable belief of the CONTRACT ADMINISTRATOR, detrimental to the interest of the public patronizing the premises. CONTRACTOR shall meet with representatives of the CONTRACT ADMINISTRATOR to consider the appropriate course of action with respect to such matter and CONTRACTOR shall take reasonable measures under the circumstances to assure the CONTRACT ADMINISTRATOR that the conduct and activities of CONTRACTOR'S employees will not be detrimental to the interest of the public patronizing the premises. 15.06 The CONTRACT ADMINISTRATOR may at any time order any of the CONTRACTOR'S personnel removed from the premises when, in the reasonable belief of the CONTRACT ADMINISTRATOR, said CONTRACTOR'S personnel is objectionable, unruly, unsafe, or otherwise detrimental to the interest of the CITY or the public patronizing the premises RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 32 15.07 The CONTRACTOR shall require each of his personnel to adhere to basic public works standards of working attire including uniform shirts and/or vests clearly marked with the CONTRACTOR'S company name and employee name badges as approved by the CONTRACT ADMINISTRATOR. Sufficient changes shall be provided to present a neat and clean appearance of the CONTRACTOR'S personnel at all times. Shirts shall be worn and buttoned at all times. CONTRACTOR'S personnel shall be equipped with proper shoes and other gear required by State Safety Regulations. Brightly colored traffic vests or reflectors shall be worn when personnel are working near vehicular traffic. 16.00 NON-INTERFERENCE - NOISE 16.01 CONTRACTOR shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 16.02 In the event that the CONTRACTOR'S operations must be performed when persons of the public are present, CONTRACTOR shall courteously inform said persons of any operations that might affect them and, if appropriate, request persons to move out of the work area. 16.03 CONTRACTOR shall be subject to local ordinances regarding noise levels with regard to equipment operations. CONTRACTOR shall not use any power equipment prior to 7:00 a.m. or later than 4:00 p.m. Further, any schedule of such operations may be modified by CONTRACT ADMINISTRATOR in order to insure that the public is not unduly impacted by the noise created by such equipment. 17.00 USE OF CHEMICALS 17.01 All work involving the use of chemicals shall be in compliance with all Federal, State and local laws and will be accomplished by or under the direction of a State of California Licensed Pest Control Operator. 17.02 Chemical applications shall strictly conform to all governing regulations. CONTRACTOR'S staff applying chemicals shall possess all required licenses and certifications. 17.03 Records of all operations, including applicators names stating dates, times, methods of application, chemical formulations, and weather conditions shall be made and retained according to governing regulations. 17.04 All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioner's Office and a permit obtained. RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 33 17.05 Material Safety Data Sheets (MSDS) and sample labels shall be provided to the CONTRACT ADMINISTRATOR for all products and chemicals used within the City. 17.06 The CONTRACTOR shall prepare and submit an annual schedule to the CONTRACT ADMINISTRATOR detailing all proposed chemical usage for approval. This schedule shall indicate proposed dates of application, type of chemical proposed for use, area intended for application and an estimate of the quantity of material to be applied. The CONTRACTOR shall provide the CONTRACT ADMINISTRATOR an updated schedule on a quarterly basis indicating the applications in the previous quarter and any proposed changes to the approved annual schedule for the next quarter for approval. The CONTRACTOR shall also submit a sample of notice for posting at all school sites to the CONTRACT ADMINISTRATOR for approval. The CONTRACTOR shall be responsible for posting all school sites prior to chemical application in accordance with all federal, state, and local requirements. If the CONTRACTOR fails to provide and post the required notification the CONTRACTOR shall not apply any chemicals and the CONTRACTOR shall submit a revised schedule to the CONTRACT ADMINISTRATOR for approval prior to application of any chemicals not detailed in the approved annual schedule. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 34 PART II TECHNICAL SPECIFICATIONS 18.00 MOWING 18.01 Mowing operations shall be performed in a workmanlike manner that ensures a smooth surface appearance without scalping or allowing excessive cuttings to remain. 18.02 Turf shall be mowed with a mower appropriate to the particular turf type being mowed. Equipment shall be properly maintained, clean, adjusted, and sharpened. 18.03 All mowing equipment shall be thoroughly washed following each mowing operation and prior to being transported to any other site. 18.04 Mow turf to the following heights or as otherwise directed by the CONTRACT ADMINISTRATOR: A. Bermuda: % inch - 1 inch. B. Cool season turf including bluegrass, perennial rye and fescues: 1 1/2 inches - 2 inches. C. Kikuyu: 3/4 inch - 1 14 inches. 18.05 Mowing operations shall be scheduled Monday through Friday. 18.06 Walkways shall be cleaned immediately following each mowing. 18.07 Mowing operations shall be scheduled at times of low public use. 18.08 Mowing frequency shall be one (1) time per week all year. 19.00 TURF AND GROUND-COVER EDGING 19.01 All turf edges shall be kept neatly edged. All grass invasions into adjacent areas shall be eliminated. 19.02 String trimmers shall not be used to trim immediately around trees. Turf and groundcover shall be maintained a minimum of one (1) foot from the trunks of trees by use of appropriate chemicals or hand trimming. 19.03 A 36-inch diameter circle shall be maintained around young trees with immature bark or a diameter at breast height of less than 6 inches. Circles may include a watering basin, and/or a 2-inch deep layer of mulch, where appropriate, as RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 35 directed by the CONTRACT ADMINISTRATOR. Circles shall be kept free of weeds and grasses by use of appropriate chemicals or hand trimming. 19.04 Turf and groundcover shall be trimmed or limited around valve boxes, meter boxes, backflow devices, park equipment and other obstacles; and around sprinklers as needed to provide optimum water coverage. 19.05 All groundcover and flower bed areas shall be kept neatly edged and free of grass invasion. 19.06 Walkways shall be cleaned immediately following each edging. 19.07 Frequency of mechanical edging of turf shall be the one (1) time per week. 19.08 Frequency of ground cover edging shall be one (1) time per week. 20.00 AERIFICATION 20.01 Aerate all turf areas by using a device that removes cores to a depth of two (2) inches at not more than six (6) inch spacing. 20.02 CONTRACTOR shall assure that turf areas to be aerified are properly and evenly moist prior to aerification operation. 20.03 Remove or shred cores so that they are not unsightly or a nuisance. 20.04 CONTRACTOR shall flag all irrigation heads, valve boxes, quick-couplers, and the like, prior to commencing aeration operations. CONTRACTOR shall be responsible for any damage to irrigation, boxes, pavement, etc. from aerifier and other equipment. 20.05 Aerification of turf areas shall be two (2) times per year. 21.00 RENOVATION 21.01 CONTRACTOR will renovate the turf areas one (1) time per year according to a schedule established by the CONTRACT ADMINISTRATOR. A. Turf shall be drop-cut/mowed at a maximum of 1/2 the normal mow height and a minimum of % the normal mow height. All clippings shall be removed. B. Turf shall be dethatched with a power dethatcher (vertical cutter), with the blades penetrating the soil approximately 1/2". Clippings shall be removed with a turf sweeper. Clippings in areas which are not accessible to the turf sweeper may be removed by means of thorough raking. C. Turf areas shall be aerified as specified in section 20.00 AERIFICATION. RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 36 D. Turf areas that are damaged, bare or unacceptably thin shall be repaired as specified in section 31.00 TURF RESEEDING / RESTORATION. E. Turf areas shall be fertilized as specified in section 24.00 FERTILIZATION. 21.02 If CONTRACTOR feels that supplemental renovation is needed, he shall notify the CONTRACT ADMINISTRATOR prior to proceeding. 22.00 WATERING AND IRRIGATION 22.01 All landscaped and turf areas shall be irrigated, as required to maintain adequate growth and appearance, with a schedule most conducive to plant growth. The delivery of adequate moisture to the landscaped areas shall include, but not be limited to: hand watering, operation of manual valves, proper utilization of automatic controllers and valves. 22.02 CONTRACTOR shall insure that personnel operating irrigation systems are fully trained in all phases of landscape irrigation systems, thoroughly familiar with the particular equipment in use, and fully equipped and capable of performing proper programming and operation of the irrigation systems. 22.03 CONTRACTOR shall be responsible for performing all specified irrigation tasks including, but not limited to: testing, adjustments, repairs, replacements, and supplemental watering. CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any deficiencies in irrigation at these sites. 22.04 Irrigation controllers shall be programmed by CONTRACTOR, with current schedules provided to the CONTRACT ADMINISTRATOR monthly, or sooner if modifications are performed. 22.05 Areas not provided with an irrigation system shall be hand watered by the CONTRACTOR. This includes situations where the automatic system is inoperable for any reason. The CONTRACTOR shall be responsible for providing all equipment, such as hoses, couplers and nozzles to accomplish this task. 22.07 Watering shall be regulated to avoid interference with any use of roadways, paving or walks, and to be in compliance with the CITY'S water conservation ordinance. 22.08 Controllers shall be set to operate during the period of lowest wind velocity, which would normally occur at night or early morning hours. 22.09 Irrigation shall be controlled in such a way as not to cause any excessively wet area, which could be damaged by mowing or other traffic. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 37 22.10 No irrigation shall be done during periods of measurable rain without prior approval of the CONTRACT ADMINISTRATOR. 22.11 The CONTRACTOR shall be responsible for replacing all plant materials that die or are permanently damaged due to excessive or insufficient watering. 23.00 IRRIGATION MAINTENANCE. REPAIR and TESTING 23.01 CITY shall provide, or reimburse the CONTRACTOR for irrigation parts, heads, and other irrigation system equipment replacements that exceed $350 per month with the CONTRACT ADMINISTRATOR'S approval. 23.02 CONTRACTOR shall provide labor and equipment (CITY shall provide parts, heads, or other equipment replacements, as described in Section 23.01) for maintenance of the irrigation system including repairs and replacements (whether due to damage, malfunction, vandalism, normal wear, or other cause) of all components, except the following: A. main lines B. valves (control valves, ball valves and the like, not including quick-couplers) C. pumps D. automatic controllers and appurtenant devices (ET and rain gauge, antenna and the like) E. backflow devices F. pressure regulators. These items shall be repaired or replaced by the CONTRACTOR as Extra Work, or by other forces, at the discretion of the CONTRACT ADMINISTRATOR. 23.03 CONTRACTOR shall notify CONTRACT ADMINISTRATOR of any damaged, deficient or inoperable irrigation component indicating the location, valve station number, problem, size, and type of irrigation equipment. 23.04 Repair or replacement of irrigation components that are identified as the CONTRACTOR'S responsibility shall be completed within two (2) working days of determining damaged or inoperable irrigation component, or sooner to prevent damage to turf or landscaping, or if the repair is otherwise deemed urgent by the CONTRACT ADMINISTRATOR. 23.05 Replacements of irrigation equipment shall be with originally specified equipment of the same size and quality or substitutes approved by the CONTRACT ADMINISTRATOR prior to any installation thereof. 23.06 CONTRACTOR'S Irrigation Technician shall be fully trained in all phases of landscape irrigation systems, thoroughly familiar with the particular equipment in RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 38 use; and fully equipped and capable of identifying and isolating problems and performing the proper programming, inspection, testing, repair and maintenance of the irrigation systems. All of CONTRACTOR'S personnel working on irrigation systems, shall be appropriately trained and under the direct supervision of a qualified Irrigation Technician. 23.07 CONTRACTOR'S Irrigation Technician shall be equipped with Calsense Radio Remote hand-held remote valve actuator. 23.08 Prior to testing a system, CONTRACTOR shall inspect all irrigated areas; note and mark with a flag marker any dry or stressed areas. During the course of the irrigation test, CONTRACTOR shall determine the cause of the noted deficiency and make needed repairs. 23.09 CONTRACTOR shall sequence controller(s) to each station to check the function of all facets of the irrigation system. 23.10 During irrigation testing CONTRACTOR shall: A. Adjust all sprinkler heads to provide correct coverage, uniform precipitation, prevention of runoff and erosion, and prevention of excessive overspray onto adjacent areas. B. Check for, and correct all leaks, including pipes, risers, seals, turrets, etc. C. Clean, flush, adjust, repair or replace any equipment, head or component that is not functioning to manufacturer's specifications. D. Adjust valves and heads to keep all systems operating at manufacturer's recommended operating pressures. Valve throttling and pressure gauging shall be employed to prevent excessive fogging. E. Check valve boxes and covers. Repair or replace as needed. Replace and secure cover bolts as needed. F. Check for low-head drainage. Clean, repair or replace malfunctioning or missing anti-drain devices including in-head check devices. 23.11 Any unresolved system malfunction, damage, or deficiency shall be reported, including effected valve station(s) and other pertinent details, to the CONTRACT ADMINISTRATOR. Said reporting may be verbal or in writing at the discretion and to the satisfaction of the CONTRACT ADMINISTRATOR 23.12 In addition to regular testing, all irrigation systems shall be tested and inspected as necessary when damage is suspected, observed or reported. 23.13 CITY shall be responsible for performing the annual certification of backflow devices. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 39 23.14 All valve boxes shall be identified with heat-branded markings as directed by the CONTRACT ADMINISTRATOR. 23.15 CONTRACTOR shall submit as-built drawings of all modifications to irrigation systems, including, piping, relocation of equipment or sprinkler heads, replacement of heads with another make or model, changes in nozzles and the like. As-built changes shall be complete to the satisfaction of the CONTRACT ADMINISTRATOR. As-built drawings shall be made neatly and legibly on a blue- line copy of the irrigation drawings supplied by the CONTRACT ADMINISTRATOR, and shall be submitted within two (2) working days of completion of the work. 23.16 Frequencies of irrigation testing shall be four (4) times per month or more frequently if problems or conditions indicate a need. 24.00 FERTILIZATION 24.01 Products and rates of application shall be determined by the CONTRACT ADMINISTRATOR. 24.02 CONTRACTOR shall include scheduling of fertilizations on annual calendar, according to frequencies specified in the MAINTENANCE FREQUENCIES table. 24.03 CONTRACTOR shall give written notice to the CONTRACT ADMINISTRATOR at least three (3) City business days in advance of fertilizer application at a given site. 24.04 CONTRACTOR shall have all materials delivered to the site in properly labeled, unopened bags. All bags shall be retained on the site for the CONTRACT ADMINISTRATOR'S inspection and shall be removed promptly following inspection. 24.05 Application of fertilizer shall be done in sections, determined by the areas covered by each irrigation system. Adequate irrigation shall immediately follow the application of fertilizer to force fertilizer material to rest directly on the soil surface. 24.06 Turf, trees, shrubs and groundcover areas shall be fertilized at least four (4) times per year. 25.00 WEED CONTROL 25.01 All areas shall receive diligent control of weeds by employing all industry- recognized, legal methods, as approved by the CONTRACT ADMINISTRATOR. RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 40 25.02 The following areas shall be kept weed free: shrub areas, ground cover beds, planters, cracks in paved areas, including sidewalks, curbs, asphalt, all hardscape and areas covered with ornamental rock. 25.03 All turf, shrub beds, planters, and other landscaped areas shall be maintained weed free. 25.04 Chemical applications shall be done as needed. Weeds, which grow from, or spread by, underground stolons, tubers, and the like, such as Bermuda Grass, Nutgrass, and Ragweed, shall be controlled using appropriate chemical controls. Said weeds shall not be physically removed until chemical action is complete. 25.04 Inspect, spot treat or mechanically remove weeds as necessary. Hand weeding or spot treatment of all areas is to be performed at least one (1) time per week. 25.05 Apply appropriate pre-emergent herbicides to prevent germination of known problem weeds. Target weeds shall include but are not limited to Kikuyu, Bermuda, Nutgrass, Crabgrass, Ragweed, Poa, Spurge, Oxalis, annual weeds and grasses. 25.06 Pre-emergent herbicide materials to be used shall be as approved by the CONTRACT ADMINISTRATOR. Materials to be used shall be those best suited to the control of the target weeds in the given planting. 25.07 Pre-emergent herbicide applications shall be carefully scheduled as approved by the CONTRACT ADMINISTRATOR, and shall be made per label instructions for optimum control. Scheduling of pre-emergent herbicide applications shall be reflected on the annual calendar along with notation identifying material name and target weeds. 25.08 Pre-emergent herbicide applications shall be made annually and as required for optimum control of target weeds. 26.00 TREE. SHRUB AND GROUNDCOVER MAINTENANCE 26.01 CONTRACTOR is responsible for tree work within fifteen (15) feet of the ground. 26.02 Trimming of trees and shrubs for vehicular and pedestrian clearance, visibility, access, plant health and appearance shall be done according to frequencies specified in the MAINTENANCE FREQUENCIES table. 26.03 All trimming and tree tying shall conform to International Society of Arboriculture (I.S.A) Standards and the specific directions of the CONTRACT ADMINISTRATOR. CONTRACTOR shall not allow any tree to be topped. 26.04 Clearance: Maintain trees to provide a fourteen (14) foot clearance for branches overhanging beyond curb line into the paved section of roadways, and an eight RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 41 (8) foot clearance for branches overhanging walkways and other pedestrian paths. Lower branching may be appropriate for trees in background and ornamental areas. Trim plant materials where necessary to maintain pedestrian access and safe vehicular visibility and clearance and to prevent hazardous conditions. 26.05 Shearing: Only those plants specifically designated by the CONTRACT ADMINISTRATOR shall be sheared. These plants may also require additional thinning to maintain a healthy condition. 26.06 Tree trimming shall be performed with the intent of developing healthy, structurally sound trees with natural form and proportion, symmetrical appearance, and proper vertical and horizontal clearance, according to frequencies specified in the MAINTENANCE FREQUENCIES table. 26.07 Prune shrubs to encourage healthy growth habits, natural form and proportion. Restrict growth of shrubbery to area behind curbs and within planter beds by pruning. 26.08 Tree stakes, two (2) per tree, shall be pentachlorophenol treated lodge pole pine. Stakes shall be placed vertically; 8 to 10 inches from the tree trunk; shall not rub against any part of the tree during windy conditions; shall be tied using materials and methods as approved by CONTRACT ADMINISTRATOR. 26.09 Plant ties shall be checked frequently and either retied to prevent girdling or removed along with the stakes when no longer required. 26.10 Periodic staking and tying shall be done as needed. 26.11 All structural weaknesses such as split crotches or limbs, diseased or decayed limbs, or severe damage above fifteen (15) feet in height from the ground shall be reported to the CONTRACT ADMINISTRATOR. 26.12 Groundcover A. Groundcover shall be renovated as needed. Renovation of groundcover shall include thinning and/or shearing of groundcover and fertilization; and may include bed cultivating and/or mulching, as appropriate to the species and conditions and as directed by the CONTRACT ADMINISTRATOR. B. All dead, diseased and unsightly branches, vines or other growth shall be removed as they develop. C. All groundcover areas shall be trimmed to maintain neat but natural (not sheared) edges according to frequencies specified in the MAINTENANCE FREQUENCIES table. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 42 D. Except as specifically directed by the CONTRACT ADMINISTRATOR, groundcover plants shall be prevented from climbing utilities, shrubs, trees, and the like. 26.13 Remove all dead shrubs and trees. CONTRACT ADMINISTRATOR shall be notified 48 hours in advance of the removal of any tree. Trees to be removed shall have a diameter at breast height of six (6) inches or less. Trees measuring over this diameter at breast height may be removed as Extra Work at the discretion of the CONTRACT ADMINISTRATOR. 26.14 All trimming and debris shall be removed and properly disposed of immediately. 26.15 Flowering plants, including, but not limited to, Agapanthus, Pelargonium, Gaura, Hemerocallis, Limonium, Tulbaghia, and Strelitzia, shall be maintained free of excessive spent blooms, flower stalks and the like. Plants shall be renovated following peak bloom, and as needed, to produce optimum color production and plant health. Renovation methods and timing shall be as approved by the CONTRACT ADMINISTRATOR. 27.00 MULCHING 27.01 A minimum three (3) inch layer of approved mulch shall be maintained in all tree, shrub, and groundcover areas. Mulch shall be placed in such a manner as to present a neat appearance, cover all bare soil, and shall not cover plant material or the bases of trees or shrubs. 27.02 All areas to receive mulch shall be free of weeds prior to mulching. 27.03 Mulch shall be maintained free of litter and foreign matter. 27.04 CONTRACTOR shall replenish mulch as required to maintain conditions specified in Section 27.01. 27.05 CITY shall pay the actual cost of mulch material(s) and delivery to CITY designated stockpile site(s) without markup for materials, labor and equipment. CONTRACTOR shall supply, at its expense, all equipment and labor required to move mulch from the stock-pile site(s) and to place mulch in required areas. 27.06 CONTRACTOR shall submit specifications for mulch type(s) indicating material included in mixture, admixtures, or additives for approval by the CONTRACT ADMINISTRATOR. CONTRACTOR shall indicate in this submittal the actual delivered cost of mulch type(s) to the designated stockpile site. 27.07 Mulching operation shall be accomplished in a timely manner, so that all material is removed and stock-pile site is left clean and level, all to the satisfaction of the CONTRACT ADMINISTRATOR. The CONTRACTOR shall implement appropriate and effective BMP'S to insure storm water pollution prevention RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 43 compliance for all aspects of mulching operations at the designated storage site(s) and at mulching areas in the field. 27.08 CITY reserves the right to purchase and provide mulch to the CONTRACTOR. All other provisions of Section 27.00 shall be adhered to by the CONTRACTOR for CITY provided mulch. 28.00 DISEASE and PEST CONTROL 28.01 All landscaped areas shall be maintained free of disease and insects that could cause or promote damage to plant materials including but not limited to trees, shrubs, groundcover and turf. 28.02 The CONTRACT ADMINISTRATOR shall be notified immediately of any disease, insects or unusual conditions that might develop. 28.03 A disease control program to prevent all common diseases from causing serious damage shall be provided on an as needed basis. Disease control shall be achieved utilizing materials and rates recommended by a licensed California Pest Control Advisor. 28.04 CONTRACTOR shall eradicate or remove bees, ants, rodents and other pests, which the CONTRACT ADMINISTRATOR deems to be a public hazard or nuisance. CONTRACTOR shall arrange for and assume the'expense of such operations, if not under its immediate capabilities, within a 48-hour period after notification from the CONTRACT ADMINISTRATOR. 28.05 Gophers and other rodents shall be eliminated immediately by appropriate, approved exterminating techniques (traps, poison, etc.). 28.06 Frequency of disease and pest control operations shall be as needed. 29.00 PLANT MATERIALS 29.01 Plant materials shall conform to the requirements of the Landscape Plan of the area and to "Horticultural Standards" of American Association of Nurserymen as to kind, size, age, etc. ' 29.02 Plans of record and specifications should be consulted to ensure correct identification of species. Substitutions may be allowed but only with the prior written approval of the CONTRACT ADMINISTRATOR. | 29.03 Quality ; A. Plants shall be sound, healthy and vigorous, free from plant disease, insect pest or their eggs, and shall have healthy normal root systems and comply with RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 44 all state and local regulations governing these matters, and shall be free from any noxious weeds. B. Plant materials shall be symmetrical, and/or typical for variety and species. C. Trees shall not have been topped. D. Roots shall not have been allowed to circle or become bound at any stage of growth. E. All plant materials must be provided from a licensed nursery and shall be subject to acceptance as to quality by the CONTRACT ADMINISTRATOR. 29.04 Plant Materials Guarantee CONTRACTOR shall replace, at no cost to the CITY, any plant materials planted by CONTRACTOR under this CONTRACT which fail to establish, grow, live and remain in healthy condition, regardless of the reason for said failure, as follows: A. All trees shall be guaranteed for one year from the date of acceptance of the job by the CONTRACT ADMINISTRATOR. B. All shrubs shall be guaranteed for ninety (90) days from the date of acceptance of the job by the CONTRACT ADMINISTRATOR. Nothing in this section shall in any way reduce or remove CONTRACTOR'S responsibility as specified elsewhere in this CONTRACT. 29.05 Newly planted areas shall receive special attention until plants are established. Adequate water shall be applied to promote normal, healthy growth. Proper berms or basins shall be maintained during the establishment period. 30.00 LITTER. LEAF, and DEBRIS CONTROL 30.01 Remove all litter, paper, glass, trash, undesirable materials, silt and other accumulated debris from all areas to be maintained. 30.02 Complete policing, litter pick up and supplemental hand sweeping of edges, corners and other areas inaccessible to power equipment shall be accomplished to ensure a neat appearance. 30.03 Accumulation of leaves and debris shall be removed, from all landscaped areas except as specifically directed by the CONTRACT ADMINISTRATOR. 30.04 Raking should not be used in ground cover or mulched areas except to remove heavy accumulation of leaves and debris. When raking is necessary, it should be done lightly, taking care not to damage plants or displace mulch. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 45 30.05 Increases in frequencies of clean-ups for seasonal plant defoliation or clean-up after storms shall be the CONTRACTOR'S responsibility. 30.06 Removal of litter shall occur on a daily basis. 30.07 CONTRACTOR shall employ appropriate safety equipment and procedures for litter removal. 30.08 CONTRACTOR shall remove all private signs advertising garage sales, real estate, etc. (excluding political/campaign signs) on a daily basis. The removed signs shall be returned to CONTRACT ADMINISTRATOR. Posting of such signs are in violation of Municipal Ordinance. 31.00 TURF RESEEDING / RESTORATION 31.01 Damaged, vandalized, bare, or unacceptably thin turf areas shall be overseeded, plugged, or sodded as often as needed and as required by the CONTRACT ADMINISTRATOR, to re-establish turf to an acceptable quality. 31.02 Areas to be so treated shall be prepared as needed to provide an adequate soil condition for seed to germinate and/or turf to establish. Preparation may require, as needed, aeration, dethatching, soil amendment and tilling. Areas shall be fine graded to provide for surface drainage and to match surrounding turf and borders. 31.03 Seed, sod, plugs, or stolons to be used and application rate shall be as approved by the CONTRACT ADMINISTRATOR. All seed, plug or stolons shall be covered with an approved top dressing at a rate of (1) cubic foot per 72 square feet or not to exceed 14 inch in depth. 31.04 Repaired areas shall receive supplemental water by hand or portable sprinkler as needed to establish turf. 32.00 TRASH RECEPTACLES 32.01 All exterior trash receptacles shall be checked according to frequencies specified in the MAINTENANCE FREQUENCIES table and emptied whenever more than 1/3 full and as needed to prevent objectionable odors or other conditions, or over-filling or between servicing. 32.02 CONTRACTOR shall provide clean plastic liners in all trash receptacles. Liners shall be replaced as needed each time receptacle is emptied. 32.03 Liners shall be removed and replaced each time receptacles are emptied. Any liquid accumulation or other foreign matter, which may remain in a receptacle when the liner is removed, shall be removed and washed out as needed. Inside of receptacles shall be dry when new liner is installed. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 46 32.04 Receptacles and related appurtenances shall be cleaned as needed to avoid concentrations of insects, odors, etc. 32.05 Receptacles shall be conveniently located for the public use, and shall be returned daily to proper locations if displaced. 32.06 Receptacles shall be secured with chain to posts where posts have been provided and shall be kept covered with lids where lids are provided 32.07 CONTRACTOR shall place trash receptacles, provided by the CITY, in place of any which are rusty, dented, graffiti, or which the CONTRACT ADMINISTRATOR otherwise deems unsuitable. Unsuitable receptacles shall be transported and stored at CITY facilities as directed by the CONTRACT ADMINISTRATOR 33.00 TRASH and GREEN WASTE DISPOSAL 33.01 All trash, green waste and accumulated debris shall be removed from the site, immediately upon collection and disposed of by the CONTRACTOR at legal waste collection site. The cost to dispose of said trash, green waste and accumulated debris will be at the CONTRACTOR'S own expense. 34.00 SWEEPING/WASHING 34.01 Walkways, steps, picnic hard surface areas, curbs, gutters and parking lots shall be cleaned, including but not limited to, the removal of all foreign objects from surfaces such as gum, food or drink spills, grease, paint, graffiti, broken glass, staples, etc. according to frequencies specified in the MAINTENANCE FREQUENCIES table. 34.02 Supplemental hand sweeping of parking lot edges, corners and other parking lot areas shall be required in those areas inaccessible to power equipment or where use of power equipment would have an adverse community effect. 34.03 Blowers used in performance of this CONTRACT shall be low-noise type, Echo model PB46LN, or equal equipment rated at or below 65 dB. 34.04 Sweep hard surface areas, parking lot comers, walkways, steps, picnic hard surface areas, and hard court areas according to frequencies specified in the MAINTENANCE FREQUENCIES table. 35.00 DRINKING FOUNTAIN MAINTENANCE 35.01 Clean and disinfect drinking fountains, drain and sand trap according to frequencies specified in the MAINTENANCE FREQUENCIES table. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 47 35.02 Leaking fixtures, damaged or missing parts and clogged drains that cannot be unclogged using a plunger shall immediately be reported to the CONTRACT ADMINISTRATOR. 35.03 Water supply to a leaking fixture shall be shut off when it is reasonable to do so. 36.00 FACILITIES AND EQUIPMENT MAINTENANCE 36.01 Picnic tables, benches, slabs, barbecues, tot lot equipment, trash receptacles, and the like shall be cleaned to insure safe use by the public. 36.02 CONTRACTOR shall inspect all picnic tables, benches, slabs, barbecues, tot lots, trash receptacles, and the like according to frequencies specified in the MAINTENANCE FREQUENCIES table. Deficiencies which are the CONTRACTOR'S responsibility shall be corrected immediately. Any other deficiency shall be reported to the CONTRACT ADMINISTRATOR immediately. 36.03 Ashes, partially burned charcoal, garbage and leftover food in and around cooking and picnic facilities shall be removed according to frequencies specified in the MAINTENANCE FREQUENCIES table. 36.04 Picnic tables shall be washed according to frequencies specified in the MAINTENANCE FREQUENCIES table. 36.05 Barbecues shall be cleaned according to frequencies specified in the MAINTENANCE FREQUENCIES table. 36.06 Tot lots shall be kept free of weeds, debris and other foreign objects at all times. Tot lots sand shall be raked and tilled to maintain a safe surface according to frequencies specified in the MAINTENANCE FREQUENCIES table. RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 48 37.00 MAINTENANCE FREQUENCIES The following maintenance frequencies shall apply to the following tasks: Irrigation Maintenance Testing Turf Maintenance Mowing Edging Weed Control Clipping Removal String Trim Fertilize Aerate/Thatch Pest Control Visual Inspection Planters & Ground Cover Maintenance Edging Trimming Cultivate Weed Control Fertilize Pest Control Shrub Maintenance Weed Control Trimming Fertilize Pest Control Tree Maintenance Trim Fertilize Re-Stake/Check Pest Control Hardscape Maintenance Gutters, Curbs, Sidewalks, Roadways, Miscellaneous Asphalt, Concrete and D.G. Trash and Litter Pickup (including ash, partially burned charcoal, leftover food, etc.) Drinking Fountain Maintenance Facilities & Equipment Maintenance Tot lots cleared of weeds, debris, and foreign objects Tot lots raked Tot lots Tilled Inspections Washing Picnic Tables Cleaning Barbecues 2 2 2 2 2 2 6 7 8 2 2 4 4 2 6 8 2 4 6 8 7 6 8 8 1 1 1 1 1 1 4 1 1 1 daily weekly bi-weekly monthly bi-monthly quarterly semi-annually as needed 1 2 3 4 5 6 7 8 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 49 Appendix A CITY OF CARLSBAD LANDSCAPE MAINTENANCE SERVICES BID NO. 11-09 INSPECTION RATING FORM SITE: Cannon Park INSPECTOR: Paul Harrison DATE: 01/01/11 Possible Previous Rating This Category Description Points Period Period Irrigation Maintenance Turf Maintenance Planters & Ground Cover Maintenance Shrub Maintenance Tree Maintenance Hardscape Maintenance Trash & Litter Pickup Rating Totals Deduction Percent 10 25 15 15 5 5 25 100 9 20 15 15 5 5 20 89 10 23 15 15 5 5 19 92 Deduction Percent Adjusted Payment Formula Monthly Payment Deduction Amount Adjusted Monthly Payment 3 0.03 $1,181.04 $35.43 $1,145.61 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 54 Appendix A CITY OF CARLSBAD LANDSCAPE MAINTENANCE SERVICES BID NO. 11-09 INSPECTION RATING FORM SITE: GENERAL DUTIES INSPECTOR: Paul Harrison DATE: 01/01/11 Possible Previous Rating This Category Description Points Period Period Safety Knowledge of Contract Requirements Staffing Equipment & Vehicles Performance of Additional Work Observation and Reporting Emergency Response Response to Requests Office and Communications Invoicing Schedule and Reports Meeting Preparation and Attendance Administrative Support Supervision of Operations Rating Totals Deduction Percent 8 6 9 7 7 6 8 8 7 6 7 6 7 8 100 8 6 8 7 7 6 7 6 7 6 7 6 7 8 96 8 6 8 7 7 6 7 6 7 6 7 6 7 8 96 0 Deduction Percent Adjusted Payment Formula Monthly Payment Deduction Amount Adjusted Monthly Payment 0 0.00 $1,181.04 $0.00 $1,181.04 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 55 APPENDIX B CONTRACTOR'S WORKFORCE BID NO. 11-09 ROUTINE WORKFORCE/OPERATIONS SCHEDULE Project: Revised Date: Approval CONTRACT ADMINISTRATOR DATE HOURS 7:00 7:30 8:00 8:30 9:00 9:30 10:00 10:30 11:00 11:30 12:00 12:30 1:00 1:30 2:00 2:30 3:00 3:30 4:00 4:30 5:00 MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAY Project: Revised Date: APPENDIX C ANNUAL CALENDAR BID NO. 11-09 Approval CONTRACT ADMINISTRATOR DATE TASK IRRIGATION Testing TURF Mowing Edging Trimming Pruning Weed Control Clipping Removal String Trim Fertilize Areate/Thatch Pest Control Visual Inspection PLANTERS/GROUND COV Edging Trimming Cultivate Weed Control Fertilize Pest Control SHRUB Weed Control Trimming Pruning Fertilize Pest Control TREE Trim Fertilize Restake/Check Pest Control HARDSCAPE TRASH / LITTER REMOVAL JANUARY 1 2 3 4 FEBRUARY 1 1 2 3 4 MARCH 1 2 3 4 APRIL 1 2 3 4 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services Project: Revised Date: APPENDIX C ANNUAL CALENDAR BID NO. 11-09 Approval CONTRACT ADMINISTRATOR DATE TASK IRRIGATION Testing TURF Mowing Edging Trimming Pruning Weed Control Clipping Removal String Trim Fertilize Areate/Thatch Pest Control Visual Inspection PLANTERS/GROUND COV Edging Trimming Cultivate Weed Control Fertilize Pest Control SHRUB Weed Control Trimming Pruning Fertilize Pest Control TREE Trim Fertilize Restake/Check Pest Control HARDSCAPE TRASH / LITTER REMOVAL MAY 1 2 3 4 JUNE 1 2 3 4 JULY 1 2 3 4 AUGUST 1 2 3 4 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services Project: Revised Date: APPENDIX C ANNUAL CALENDAR BID NO. 11-09 Approval CONTRACT ADMINISTRATOR DATE TASK IRRIGATION Testing TURF Mowing Edging Trimming Pruning Weed Control Clipping Removal String Trim Fertilize Areate/Thatch Pest Control Visual Inspection PLANTERS/GROUND COV Edging^ Trimming Cultivate Weed Control Fertilize Pest Control SHRUB Weed Control Trimming Pruning Fertilize Pest Control TREE Trim Fertilize Restake/Check Pest Control HARDSCAPE TRASH / LITTER REMOVAL SEPTEMBER 1 2 3 4 OCTOBER 1 2 3 4 NOVEMBER 1 2 3 4 DECEMBER 1 2 3 4 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Anne D. L'Heureux Dog Park 2700 Carlsbad Village Dr. Map created by Carlsbad GIS Depart menl RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Car Country Park Paseo Del Norte ap created by Carlsbad GtS Department RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 6889 El Fuerte St. ap created try Carlsbad GlS Depart menl. " RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Hosp Grove Park Jefferson St. & Marron Rd. ap crcirtod try Carlsbad GIS Depart mcnl RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Maxton Brown Park 500 Laquna Dr. Map created try Carlsbad RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Oak Park Pio Pico Dr. & Oak Ave. Map created by Carlsbad 6IS Depart mcnl RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Pio Pico Park 2600 Pio Pico Dr. Map created try Carlsbad GIS Depart rani RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Skate Park 2560 Orion Way MapcKHftod hy Carlsbad GlS RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Zone 5 Park Faraday Ave. & Camino Hills Dr. AID • • ' ™W^F r-,-» »^ " tl« T|jJ|«HppIP«Cm , Map created by Carlsbad GIS Depart mon1. Cjftfc ^ «.*—ifa—*—^rffc- i«am. >«HMM**MMiBtt*«Mr<lK»~~*. -oJh -Matt, trai RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Aviara Oaks Middle School 6880 Ambrosia Lane Map created by Carlsbad GIS Depart rr»n1 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Buena Vista Elementary School 1330 Buena Vista Way LASTLORESDR Map created by Carlsbad GtS Department RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Buena Vista Elementary School 1330 Buena Vista Way Map created try Carlsbad GIS Depart rant RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Carlsbad High School Basswood Ave. & ValleySt. A13 Map croalod by Carlsbad GiS Departmcnl • -,y RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Jefferson Elementary School 3743 Jefferson St. ap created by Carlsbad GtS Department RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 La Costa Heights Elementary School 3035 Levante St. Map created by Carlsbad GIS Department RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Magnolia Elementary School 1905 Magnolia Ave. Map created by Carlsbad CIS Department RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Valley Middle School 1645 Magnolia Ave. Map created by Carlsbad CIS Depart mcnl RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services EXHIBIT C AREAS TO BE MAINTAINED AERIAL PHOTOGRAPHS BID NO. 11-09 Alga Norte Park 6565 Alicante Rd. Map created by Carlsbad 6tS Department. JJJ RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services VENDOR'S PROPOSED COST OF SERVICE The matrix below describes twenty-two items upon which the City requests a bid. Please note that the numbers listed in the "Bid Item Price and Units" categories of the matrix below are estimates only, and will not be used for any purpose other than to compare bids received in response to this Request for Bid. The actual payments made to the Vendor will be based on the Vendor's actual work performed for the City consistent with the terms and conditions of the contract documents. The undersigned declares he/she has carefully examined the locations of the work, read the Request for Bid, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work in this Athletic Fields and Landscape Maintenance Services Agreement in accordance with the specifications of the City of Carlsbad, and the General Provisions and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: PARKS AND ATHLETIC FIELDS LANDSCAPE MAINTENANCE SERVICES A1 Ann D. L'Heureux Dog Park (Each)(Extended Amount) A2 Cannon Park (Each) $ (Extended Amount) A3 Car Country Park (Each)(Extended Amount) A4 El Puerto Park (Each) $ (Extended Amount) A5 Hosp Grove Park $ io (Each) $ (Extended Amount) A6 Maxton Brown Park (Each) $ (Extended Amount) A7 Oak Park $ (Each) $ (Extended Amount) A8 P!o Pico Park (Each) $ 3,000 .*'•* (Extended Amount) A9 Skate Park (Each) $ (Extended Amount) A10 Zone 5 Park (Each) $ (Extended Amount) A11 Aviara Oaks Middle School $ (Each) $ 3. (Extended Amount) A12a&b Buena Vista Elementary School (Each) $ (Extended Amount) A13 Carlsbad High School $ (Each) $ (Extended Amount) RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services A4AA 1*1 A A CAID A4CAID A 4~7A 1 / jenerson tzienfieniary oCnOOl La Costa Heights Elementary School magnona elementary ocnooi Willmr Ulrtrtln Cr>hnnlvalley Miooie ocnooi $ 6,70 *<& (Each) 5 /fOoQ .o& (Each) $ y<352>.«> (Each) $ /,5~«0.*«> (Each) $ ?. o y«s , <+ (Extended Amount) $ /2/0<3u .CO (Extended Amount) $ /IfZo*.** (Extended Amount) $ /S.too.. <"•> (Extended Amount) B1 Future Park Site - Alga Norte Park (Preliminary drawings may be seen at the Parks & Recreation Department Administrative Office, Suite 200, 799 P ne Avenue.) (Each) 'Extra Wor Stipulated Amount $ (Extended Amount) $50.000 (Annual Amount) ~yvuu »«ork payments ma e to the CONTRACTOR will be based on the CONTRACTOR'S actual work performed for the City, consistent with the terms and conditions of the contract d »cur-«n*s, and may be different from the prices estimated above. Extra Work is not guarf Total amc per agreement year in words for Schedule "A":_ Total amount or .,id per agreement year in numbers for Schedule "A": Total amount of Vendor's bid per agreement year in words for Schedule "B":_ Total amount of Vendor's bid per agreement year in numbers for Schedule "B": $ Total amount of Vendor's bid per agreement year in words for Schedule "C":_ Total amount of Vendor's bid per agreement year in numbers for Schedule "C": $ RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services Grand total amount of Vendor's bid per agreement year in words for Schedule "A", "B", and "C Grand total amount of Vendor's bid per agreement year in numbers for Schedule "A", "B", and "C": $ In the event of a discrepancy between bid item prices and extended totals, the correctly extended bid item prices shall govern. Price(s) given above are firm for 90 days after date of bid opening. Addendum(s) No(s). _ has/have been received and is/are included in this bid. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required City Contract with the necessary insurance policies within twenty (20) calendar days from the date of award of agreement by the City, the City may at its option and without providing further notice to the apparent best value Vendor administratively authorize the award of the contract to the Best Value Vendors in descending rank. Print Name Title RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services VENDOR'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS List items or services being offered as part of your bid and included in the bid pricing, if any, in addition to those required by the attached specifications or scope of work. If none, please state "none." Attachments may be used. o? 72 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 12 EXHIBIT B CONTRACTOR'S WORK FORCE The CONTRACTOR shall set forth in Attachment B to the proposed CONTRACT: A. Each labor or supervisory position by title that will make up the CONTRACTOR'S work force needed to provide the described services. B. A sufficiently detailed explanation of the minimum qualifications for a person working in each position title, including any required certifications. C. The minimum annual man-hours for each position title that the CONTRACTOR proposes to commit to the performance of the described services. D. A list and description of the qualifications of other pertinent staff that are not to be directly committed to this project but who will be available to support, consult, perform Extra Work, and the like. E. A description of CONTRACTOR'S systematic skills training program. The information provided in this attachment is for the purposes of determining the CONTRACTOR'S commitment and preparedness to perform the DESCRIBED SERVICES, and assuring that the CONTRACTOR'S bid is reasonable and complete. Nothing in this Attachment shall in any way be construed to remove, lessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages to describe Minimum Qualifications, if needed. Label any such pages "Attachment B - Additional Information" along with the appropriate position title(s) corresponding to this form. A. POSITION TITLE B. MINIMUM QUALIFICATIONS C. TOTAL ANNUAL HOURS 1. b 2. "2-0 3. Ufv/tru 3 RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 51 J »- EXHIBITS Page2 CONTRACTOR'S WORK FORCE (Continued) A. POSITION TITLE 4. ^"Ct-O (."• *JT (^•'I'liiorf-iS'X— * 5. 6. SP^-»v>f Ttrt-*f>°id«v* 7. 8. 9. 10. B. MINIMUM QUALIFICATIONS u*u«^ 3 l~^7~v/ hrL— ~i MTV^ 4 Upv^w £* C. TOTAL ANNUAL HOURS ^°*» 1 t>«-iO Hit M,fc RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 52 EXHBITB Page 3 CONTRACTOR'S WORK FORCE (Continued) D. Other Staff Support Title Description / Qualifications 1. 2. 3. E. Description of CONTRACTOR'S employee training program o P-ir-i RFB 11-09 Parks and Athletic Fields Landscape Maintenance Services 53 LISTING OF SUBCONTRACTORS The CONTRACTOR is required to furnish the following information relative to the subcontractors proposed to be used. If all work is to be done without subcontractors, write "NONE" in the following space: NAME UNDER WHICH SUB- CONTRACTOR IS LICENSED poufl- SVKta^f Tfijerr^vjMT LICENSE NUMBER AND CLASS 'Uvztfl ADDRESS AND TELEPHONE H»-ipvT«rr 7TD ^cflykflur , *WeUvCtw-tCW TYPE AND PORTION OF WORK SUBCONTRACTOR WILL PERFORM TV2-*re- 6,ftyur cut?r\. iS' RFB 11 -09 Parks and Athletic Fields Landscape Maintenance Services 13