Loading...
HomeMy WebLinkAbout07 AWARD CONTRACT FOR ANNUAL LANDSCAPE MAINTENANCE SERVICES & LANDSCAPE AND LIGHTING DISTRICTAGENDA REPORT MEETING DATE: JUNE 4, 2019 TO: MATTHEW S. WEST, CITY MANAGER Agenda Item Reviewed: City Manager Finance Director FROM: DOUGLAS S. STACK, DIRECTOR OF PUBLIC WORKS/CITY ENGINEER SUBJECT: AWARD OF CONTRACTS FOR ANNUAL LANDSCAPE MAINTENANCE SERVICES FOR THE GENERAL FUND CITY/WATER FACILITIES AND THE TUSTIN LANDSCAPE AND LIGHTING DISTRICT SUMMARY Staff is requesting the City Council award landscape maintenance services contracts for the General Fund City/Water Facilities and Tustin Landscape and Lighting District, covering an initial term, beginning July 1, 2019 through June 30, 2021 with an option for three additional one-year extensions at the City's sole discretion. RECOMMENDATION It is recommended that the City Council award landscape maintenance services contracts to; Mariposa Landscapes, Inc. for the General Fund City/Water Facilities in the amount of $1,138,049.28 annually; and Mariposa Landscapes, Inc. for the Tustin Landscape and Lighting District (TLLD) in the amount of $656,340.48 annually, authorizing the Mayor and the City Clerk to execute the contract documents on behalf of the City. FISCAL IMPACT Funding for next fiscal year has been budgeted within the Public Works operating budgets. Each subsequent year is contingent upon City Council approval of the annual budget appropriation and satisfactory performance of services provided. Each contract contains a 30 -day Notice of Cancellation provision. General Fund revenues cover all expenditures except for those itemized for water services and those specifically covered through the TLLD. The Water Enterprise funds landscape maintenance services for the City's water facilities and services provided in the TLLD are covered through annual assessment levied through the District and a District reserve fund. Assessments collected through the TLLD partially fund the services for this area. The balance of the funds come out of a reserve fund that holds unused construction funds that can only be used for maintenance, operation and refurbishment needs in the TLLD. Evaluation of a new assessment methodology for the District will occur during FY 2019-20 with new assessment amounts to be voted on by property owners within the District, pursuant to Proposition 218, in FY 2021-22. Award of Landscape Maintenance Contracts June 4, 2019 Page 2 CORRELATION TO THE STRATEGIC PLAN The recommendation relates to the City's Strategic Plan by implementing Goal A, by way of maintenance and improvement of public facilities. This will ensure that Tustin is an attractive, safe and well-maintained community. BACKGROUND The General Fund area contract encompasses all citywide landscape, planting and irrigation within the public right-of-way, including public facilities; Metrolink Station, City Hall, Senior Center, Annex, War Memorial, EOC and Corporate Yard, Family Youth Center and Water Facilities, The TLLD contract covers the annual landscape maintenance services for the Assessment District, including irrigation repair and plant material replacement. These contracts continue to utilize minimum staffing levels (labor based contract) rather than using specified levels of service (performance based contract). Essentially a labor -based contract requires the contractor to provide a specific number of employees and certain equipment. These resources can then be directed by City staff, which allows for greater control over the services provided. Additionally, requiring a minimum level of staffing eliminates the need to increase contractor compensation for small maintenance areas that are likely to be added to the General Fund contract as development in Tustin Legacy continues or for one-time landscape rehabilitation projects that are outside of the general scope of work for maintenance. DISCUSSION On April 19, 2019, four proposals were received for the General Fund/Water Facilities and five proposals were received for the Tustin Landscape and Lighting District. An evaluation team, comprised of staff from Economic Development, Community Development, Finance, and Public Works, evaluated each proposal on responsiveness, experience, staffing, licenses, references, management approach and financial impact. The price proposals are summarized with the recommended contractor first, followed by the remaining contractors in order of least dollar amount: • General Fund City/Water Facilities (existing contract amount is $906,415.80): Mariposa Landscape, Inc. — Irwindale ............................................$ 1,185,468.00 Merchants Landscape Services, Inc. — Santa Ana ..........................$ 1,028,544.64 Parkwood — Van Nuys....................................................................$ 1,211,137.44 BrightView Landscape Services — Santa Ana ................................. $ 1,299,687.48 • Tustin Landscape and Lighting District (existing contract amount is $592,818.72): Mariposa Landscapes, Inc. — Irwindale ...........................................$ 683,688.00 Pinnacle Landscape Management, Inc— Santa Ana ......................$ 133,880.00 Merchants Landscape Services, Inc. — Santa Ana ..........................$ 662,728.20 Parkwood — Van Nuys....................................................................$ 773,699.65 BrightView Landscape Services — Santa Ana .................................$ 1,027,740.36 As a result of the solicitation and competitive bidding process, staff's evaluation of all proposals, interviews, reference checks, past vendor performance and negotiations, it is recommended that City Council award the subject contracts for necessary landscape maintenance services to Mariposa Landscapes. At the conclusion of negotiations with Mariposa, their Best and Final Offer resulted in a four percent (4%) overall discount for both contracts, in the amount of $74,766.24. Award of Landscape Maintenance Contracts June 4, 2019 Page 3 Staff believes having Mariposa Landscapes, Inc. as the sole service provider to be advantageous in terms of quality care, performance, responsiveness and flexibility. Dou s V. Stack, P. E. Di '�ecttv6f Public Works/City Engineer Attachments: 1. Landscape Maintenance Services Contract - General Fund 2. Request for Proposals (General Fund Areas) 3. Mariposa Landscapes Proposal (General Fund Areas) 4. Landscape Maintenance Services Contract - Tustin Landscape and Lighting District 5. Request for Proposals (Tustin Landscape and Lighting District) 6. Mariposa Landscapes Proposal (Tustin Landscape and Lighting District) 7. Mariposa Best and Final Offer, April 17, 2019 ATTACHMENT 1 Landscape Maintenance Services Contract - General Fund CONTRACT FOR LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 This agreement, made and concluded, in triplicate, this day of ,20 , between the City of Tustin, California, hereinafter called City, and _Mariposa Landscapes, Inc. hereinafter called Contractor. ARTICLE I. Witnesseth, that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the two bonds, bearing date with these presents and hereunto annexed, the Contractor agreed with City, at his own proper coast and expense, to do all the work and furnish all the materials necessary to construct and complete in good workmanlike and substantial manner and to the satisfaction of the City, in accordance with the plans and specifications entitled: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 Which said plans and specifications are hereby specifically referred to and by such references made a part hereof. Said plans and specifications are on file in the office of the City Engineer of the City of Tustin, California. ARTICLE II. Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in the Agreement; and also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Engineer under them. CONTRACT FOR LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 CITY OF TUSTIN ITEM NO. QUANTITY UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A. 12 Monthly Turf - Mow/Edge $ 9,341.00 $112,092.00 B. 12 Monthly Turf Maintenance $ 1,209.00 $14,508.00 C. 12 Monthly Landscape Maintenance $ 36,218.00 $434,616.00 D. 12 Monthly Irrigation System Maintenance $14,451.00 $173,412.00 E. 12 Monthly Facility Maintenance $13,719.00 $164,628.00 F. 12 Monthly Weed, Rodent & Pest Control $8,232.00 $98,784.00 G. 12 Monthly Hardscape, Bomanite, etc (Clean-up) $4,573.00 $54,876.00 H. 12 Monthly Trash Pick-up $3,715.00 $44,580.00 Quarterly Weed Abatement (Page F-54 to F-93) $21,993.00 $87,972.00 $113,451.00 $1,185,468.00 Agreed Amount Total 1 $ 1,138,049.28 LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and inclusive landscape maintenance as per the specifications and the individual attachments. The areas are representative and measurements are to be taken by the Contractor; however, boundaries are to be all inclusive in your proposal item price. The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly, and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered as four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month. The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to furnish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. MINIMUM STAFF REQUIREMENTS Positions At a minimum, contractor shall provide one (1) full-time supervisor and fifteen (18) Work Performed Required Vehicle Location/Purpose full-time positions as depicted in the table below: Refurbishment positions are additional. (1) Supervisor (1) Pickup truck All Contract Sites (3) Fully stocked truckswith (1)Irrigation Specialist Include Irrigation irrigation controller All Contract Sites (2)Irrigation Technician System Monitoring and remotes for Calsense Maintenance for and Weathermatic Calsense, Maxicom, Weathermatic, Signature, and (Cental (1)Mow Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew Laborers Maintenance (6) Detailed Maintenance Detailed Maintenance All Contract Sites Laborers (2) Detailed Maintenance Detailed Maintenance (2) one -ton stake bed All Contract Sites Drivers /Leadworker trucks or equivalent General litter control, (1) one -ton stake (3) Trash Patrol Laborers refuse removal, bed trucks or All Contract Sites and grounds policing equivalent (1) Pest Control Operator Fully stocked spray truck with a valid QAL from the Pest Control Operations with a minimum 100 gallon All Contract Sites State of California tank: (2) Installation Maintenance Installation (1) one -ton stake bed Refurbishment Items Laborers People trucks or equivalent Rate (1) Installation Maintenance Drivers Installation 1 one -ton stake bed () Refurbishment Items /Leadworker trucks or equivalent (1) Irrigation Technician Include Irrigation (1) Fully stocked truckwith irrigation controller remotes Refurbishment Items III. Irrigation Technician(s) Installation for Calsense $60.00 The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a weekly basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal for this Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below: Total Full Time Positions Proposal 19 *Average, labor will flex to accommodate seasonal growth periods. Total Weekly Hours Provided 760 No. of Total Weekly Hourly People Hours Provided Rate I. Supervisor/Quality Control Manager 1 40 $80.00 II. Pesticide Applicator(s) 1 30 $60.00 III. Irrigation Technician(s) 3 80 $60.00 IV. Foreperson(s) 2 80 $50.00 V. Landscape Laborers 11 320 $40.00 VI. Fireman (To resolve daily City hot issues) 1 40 $55.00 Total Full Time Positions Proposal 19 *Average, labor will flex to accommodate seasonal growth periods. Total Weekly Hours Provided 760 N:4111c7 II+ Mhy► 1:4Z IT, UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. F. All work shall be performed in accordance with the specifications described in the RFP. G. Plant installation unit prices shall include appropriate amounts of soil amendments and fertilizer tabs. ITEM NO. PRODUCT/DESCRIPTION MIN. QTY. TYPE COST TOTAL COST POCs Connection Product 1 Calsense Controllers 1 Ea. $7,500.00 $7,500.00 2 -LR Local Radio Communication Option 1 Ea. $2,500.00 $2,500.00 3 -RRe Enhanced Radio Remote Receiver Board 1 Ea. $500.00 $500.00 4 TP -1 Controller Station Transient Protection Board 1 Ea. $650.00 $650.00 5 TP -110 AC Line Protection 1 Ea. $250.00 $250.00 6 LR-Dome-RRe Local Radio and Radio Remote Enhanced Dome 1 Ea. $350.00 $350.00 7 ANT -CABLE -RR -6 Calsense integrated radio remote receiver (RR/RRE) antenna cable, 6' yellow 1 Ea. $150.00 $150.00 8 ANT -CABLE -LR -6 Local radio 6' antenna cable, blue 1 Ea. $300.00 $300.00 9 Solar Controller 1 Ea. $8,500.00 $8,500.00 10 Calsense Flow Meter FM 1.2513 1 Ea. $1,200.00 $1,200.00 11 Calsense Flow Meter FM 1.5 1 Ea. $1,400.00 $1,400.00 12 Wilkens 2" Model 600 Water Pressure Reducing Valve with Integral By-pass Check Valve and Strainer 1 Ea. $1,000.00 $1,000.00 2" Griswold N/C 2250RE Pressure Reducing/ Surge 13 Anticipating 1 Ea. $1,200.00 $1,200.00 2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 14 Mesh 1 Ea. $3,000.00 $3,000.00 15 Wilkens 2" 720A PVB Backflow Preventer 1 Ea. $1,600.00 $1,600.00 16 Wilkens 2" 975XL RP Backflow Preventer 1 Ea. $1,700.00 $1,700.00 17 Sentry Union Guard SUG200 - -- - - ...---..._....-._._..__.._.......--...... - 1 Ea. - --- --- - $300.00 $300.00 18 Sentry Valve Guard SV200-20 1 Ea. --- - $300.00 $300.00 Carson/OIdcastle 0910 18" Depth Round Valve Box 19 (F. S.) 1 Ea. $500.00 $500.00 Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T 20 cover 1 Ea. $1,000.00 $1,000.00 21 Brass Ball Meter Vales Keyed 1 Ea. $800.00 $800.00 22 Brass Ball Valve 2" 1 Ea. $100.00 $100.00 Pedestals 23 Calsense SSE Enclosure 1 Ea. $3,275.00 $3,275.00 24 MPS -D18 -10K* Metered Enclosure 1 Ea. $5,000.00 $5,000.00 25 Calsense SSE -MPS -Base 1 Ea. $250.00 $250.00 26 Meyers MEUG16X 120/240V 1 Ea. $4,000.00 $4,000.00 27 Meyers MEUG46X 120/240V 1 Ea. $7,500.00 $7,500.00 Valve & Flow Sensor Runs 28 Trenching - 8" Wide by 18" Deep 15,000 L.F. $ 0.75 $11,250.00 29 14g Wiring 50,000 L.F. $0.30 $15,000.00 30 Schedule 80 PVC 1" Conduit 3,000 L.F. $1.30 $3,900.00 Crossings 31 1 Boring 600 L.F. $40.00 $24,000.00 Mainline 32 Trenching 8" Wide by 24" Deep 10,000 L.F. $1.00 $10,000.00 33 2 1/2" Sch. 40 PVC 10,000 L.F. $2.50 $25,000.00 34 6" Sch. 40 PVC Sleeving 600 L.F. $7.00 $4,200.00 Lateral Line 35 Trenchinq 8" Wide by 12" Deep 15,000 L.F. $0.60 $9,000.00 36 11/2" Sch. 40 PVC 15,000 L.F. $1.25 $18,750.00 Pedestal Footing R&R 37 Calsense SSE -MPS -Base Footing 1 Ea. $250.00 $250.00 38 Meyers MEUG16X 120/240V 1 Ea. $4,000.00 $4,000.00 39 Meyers MEUG46X 120/240V 1 Ea. $7,500.00 $7,500.00 Concrete Removal 40 1,600 C.Y. $20.00 $32,000.00 Paver Installation 41 1 22,000 S.F. $25.00 $550,000.00 Irrigation Zone Valves 42 Rain Bird XCZ-150-PRB-COM 50 Ea. $800.00 $40,000.00 Irrigation Heads/Nozzles 43 N/A Ea. 44 Rain Bird RD12SP30FN 300 Ea. $35.00 $10,500.00 45 Rain Bird MPR Series Nozzles 500 Ea. $1.50 $750.00 46 Rain Bird SQ Series Nozzles 200 Ea. $2.00 $400.00 47 Rain Bird HE -VAN Series Nozzles 100 Ea. $2.00 $200.00 48 Rain Bird R -Series Rotary Nozzles 100 Ea. $8.00 $800.00 49 Rain Bird R -VAN Series Rotary Nozzles 200 Ea. $9.00 $1,800.00 Rain Bird 1400 Series Pressure Compensating 50 Bubblers 100 Ea. $10.00 $1,000.00 Dripline 51 1 Rain Bird XFS-06-12-XXX 1 20,000 1 L.F. $1.25 1 $25,000.00 Wire Tracing/Fault Locating/Repair 52 5000 L. F. $1.00 $5,000.00 Miscellaneous Irrigation Parts 53 2" Griswold NIC 2250 PIN 520 1 Ea. $100.00 $100.00 54 2" Griswold NIC 2250 PIN 6347 1 Ea. $125.00 $125.00 55 2" Griswold NIC 2250 PIN 8528 1 Ea. $125.00 $125.00 56 2" Griswold NIC 2250 PIN 2 -PV -2 1 Ea. $160.00 $160.00 57 Carson/Oldcastle 1200 Jumbo Rectangular 1 Ea. $125.00 $125.00 58 Carson/Oldcastle 0910 10" Depth Round Valve Box (Q.C.) 1 Ea. $100.00 $100A0 59 Rain Bird 200 EFB-CP Valve Replacement Diaphragm 1 Ea. $50.00 $50.00 60 Rain Bird 200-PESB Valve Replacement Diaphragm 1 Ea. $250.00 $250.00 61 Rain Bird QC 33-DLRC 1 Ea. $150.00 $150.00 62 Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB -R Valves 1 Ea. $150.00 $150.00 63 Rain Bird PRS -Dial Pressure Regulator 1 Ea. $100.00 $100.00 64 N/A Plant Material Installed Minimum "G" Rated 65 Annual Color 200 50 C.T.Flat $45.00 $9,000.06-- 66 Ground Cover 200 Flat $30.00 $30.00 67 Five Gallon 1,000 Ea. $45.00 $45,000.00 68 Install Mulch 2,500 C.Y. $48.00 $120,000.00 69 Rototill 80,000 S.F. $0.01 $800.00 70 Soil Test 2 Ea. $250.00 $1,500.00 71 Planting Soil 61 C.Y. $20.00 $1,220.00 Labor & Equipment 72 Landscape Maintenance Supervisor 1 Hour 73 Pest Control Applicator 1 Hour 74 Irrigation Specialist 2,080 Hour $60.00 $124,800.00 75 Landscape Maintenance Leadworker 2,080 Hour $50.00 $104,000.00 76 Equi ment Operator 1 Hour 77 Landscape Maintenance Laborer 81320 Hour $40.00 $332,800.00 78 One -Ton Truck 8,320 Hour $18.00 $149,760.00 EXTRA WORK COSTS 1. Extra Work Costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf Maintenance 1. Edge & Trim $ 0.007 /If 2. Fertilization $ 0.008 /sf 3. Aerification $ 0.01 /sf 4. Dethatching $ 0.02 /sf 5. Weed Control $0.09 /sf 6. Additional Mowing $0.02 /sf B. Ground Cover, Shrub And Tree Maintenance 1. Edge & Trim $ 0.02 /If 2. Weed & Clean-up $ 0.02 /sf 3. Soil Injections $ 1.00 /sf 4. Foliar Applications $ 3.00 /sf 5. Tablet or dry formulations placement $ 0.01 /sf 6. Pruning/Shrubs $ 0.02 /each 7. Vine Care $ 100.00 /each 8. Vertical Mulch Trees $ 650.00 /each 9. Vegetation Removal $ 0.25 /sf C. Plant Material (installed including labor) 1. Annual Color $ 45.00 /flat 2. Ground Cover $ 30.00 /flat 3. One (1) Gallon $ 10.00 /each 4. Five (5) Gallon 5. Fifteen (15) Gallon 6. Seeded Turf 7. Sodded Tun` 8. Stolonized Turf $ 45.00 /each $ 100.00 /each $ 0.25 /sf $ 2.00 /sf $ 3.00 /sf D. Irrigation Installation (including all labor, fittings & equipment) 1. 1/2" Valve— Electric 2. 3/4" Valve - Electric 3. 1" Valve - Electric 4. 6" Pop-up 5. 12" Pop-up $ 110.00 /each $ 130.00 /each $ 160.00 /each $ 40.00 /each $ 65.00 /each The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail. The basis for determining the low proposal shall be by correctly multiplying the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price is not legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. If both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS Bidders Bond (NOTICE: Insert the words "Cash ($ ", "Cashier's Check", "Certified Check", or "Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) ARTICLE III. City hereby promises and agrees with Contractor to employ and does hereby employ Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns do hereby agree to the full performance of the covenants herein contained. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE V. 1. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this contract and maintains copies thereof in the office of the City Engineer. The Contractor agrees that not less than said prevailing rates shall be paid to workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. PREVAILING WAGES NOTICE REQUIREMENTS No contractor or subcontractor shall be listed on a bid proposal for a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. No Contractor or subcontractor shall be awarded a contract for public work on a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 2. The Contractor shall, as a penalty to the CITY OF TUSTIN, forfeit Fifty Dollars ($50.00) for each calendar day or portion thereof for each worker paid (either by Contractor or any subcontractor of Contractor) less than the prevailing rate as prescribed in the preceding paragraph for the work provided for in this contract, all in accordance with Sections 1774 and 1775 of the Labor Code of the State of California. 3. Section 1773.5 of the Labor Code of the State of California, regarding the payment of travel and subsistence payments, is applicable to this contract. 4. Section 1777.5 of the Labor Code of the State of California, regarding the employment of apprentices, is applicable to this contract if the prime contract involves Thirty Thousand Dollars ($30,000.00) or more, or twenty (20) working days or more and under such circumstances, Contractor shall be fully responsible to ensure compliance with all the provisions of Labor Code §1777.5 for all apprenticeable occupations on the project. A Contractor or subcontractor who violates Section 1777.5 shall forfeit to the City of Tustin, as a civil penalty, the sum of Fifty Dollars ($50.00) for each calendar day of noncompliance. Notwithstanding Section 1727 of the Labor Code, upon receipt of a determination that a civil penalty has been imposed, the City of Tustin shall withhold the amount of the civil penalty from contract progress payments then due or to become due. Any funds withheld by the City of Tustin pursuant to this section shall be deposited in the General Fund of the City of Tustin. 5. The Contractor shall not employ, or allow work to be performed by a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code pertaining to debarment by the Labor Commissioner for violations of prevailing Wage Laws. 6. In performance of this contract, not more than eight (8) hours shall constitute a day's work. The Contractor shall fully conform to Article 3, Chapter 1, Part 7, Division2 (Sections 1810 et seq.) of the Labor Code of the State of California. Pursuant to the provisions of Section 1813 of the Labor Code of the State of California, the Contractor shall, as a penalty to the City of Tustin, forfeit twenty-five Dollars ($25.00) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Article 3 of Chapter 1 of Part 7 of Division 2 of the Labor Code of the State of California. Contractor shall keep an accurate record showing the name and actual hours worked each calendar day and each calendar week by each worker employed by Contractor in connection with the publicwork. 7. Contractor agrees to keep accurate payroll records showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week and the actual per diem wages paid to each journeyman, apprentice or worker employed by him in connection with the public work, and agrees to insist that each of his subcontractors do the same. Contractor further agrees that his payroll records and those of his subcontractors shall be available to the employee or his representative, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards, and shall comply with all of the provisions of Labor Code Section 1776, et seq., in general. 8. Contractor is also aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI. In connection with the performance of this contract, the City shall have the authority to enter the worksite at any time for the purpose of identifying the existence of conditions, either actual or threatened, that may present a danger or hazard to any and all employees. The Contractor agrees that the City, in its sole authority and discretion, may order the immediate abatement of any and all conditions that may present an actual or threatened danger or hazard to any and all employees at the worksite. The Contractor acknowledges the provisions of Section 6400 of the Labor Code, which requires that employers shall furnish employment and a place of employment that is safe and healthful for all employees working therein. In the event the City identifiesthe existence, of any condition, that presents an actual or threatened danger or hazard to any and all employees at the worksite the City is hereby authorized to order the immediate abatement of that actual or threatened condition pursuant to this section. The City may also, at its sole authority and discretion, issue an immediate stop work order to the Contractor to ensure that no employee working at the worksite is exposed to a dangerous or hazardous condition. Any stop work order issued by the City to the Contractor in accordance with the provisions of this section shall not give rise to any claim or cause of action for delay damages by the Contractor or the Contractor's agents or subcontractors against the City. ARTICLE VII. The Contractor shall indemnify and save harmless the city of Tustin and all officers and employees thereof from all claims, suite, or actions of every name, kind and description, brought for, or on account of, injuries to or death of any person including, but not limited to, workers and the public, or damage to property resulting from the construction of the work or by or in consequence of any negligence regarding the work, use of improper materials or equipment in construction of the work, neglect or refusal of Contractor to faithfully perform the work and all of Contractor's obligations under the contract, or by or on account of any act or omission by the Contractor or his agents or a subcontractor or his agents or a third party during the progress of the work or at any time before its completion and final acceptance, or which might arise in connection with the agreed upon work or is caused by or happening in connection with the progress of said work, or on account of any passive or active negligent act or omission by the City of Tustin, it officers, employees and agents, save and except claims arising through the sole and exclusive negligence or sole and exclusive willful misconduct of the City of Tustin. The defense and indemnification by Contractor shall include all costs and expenditures including attorney's fees incurred by the City of Tustin or its employees, officers or agents with respect to such claim or suit and Contractor will, if requested by City of Tustin, defend any litigation arising out of such claims at the sole cost and expense of Contractor. In addition to any remedy authorized by law, so much of the money due the Contractor under and by virtue of the contract as shall be considered necessary in the sole discretion of the City of Tustin may be retained by the City until disposition has been made of such claims for damages as aforesaid. ARTICLE VIII. The Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $2,000,000.00. Primary General Liability and Automobile Liability policy shall have single limit coverage not less than $2,000,000.00. The minimum insurance requirements cannot be satisfied through Umbrella/Excess insurance policies. The following insurer endorsements are required if not part of the policy: 1. The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; 2. The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; 3. The policy covers blanket contractual liability; 4. The policy limits or liability are provided on an occurrence basis; 5. The policy covers broad form property damage liability; 6. The policy covers personal injury as well as bodily injury liability; 7. The policy covers explosion, collapse, and underground hazards; 8. The policy covers products and completed operations; 9. The policy covers use of non -owned automobiles; and 10. The coverage shall not be cancelled or terminated unless thirty (30) days written notice is first given to the City of Tustin. 11. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is acceptable. Workers' compensation insurance rated Grade 8- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. 12.The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. Contractor shall provide to the City within ten (10) working days after the date of Notice of Award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, forfeiture of the proposal guarantee, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ARTICLE IX The City and Contractor agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code Section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Contractor shall process the claim in accordance with Section 9204. In summary, if the Contractor decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim my include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Public Contracts Code Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Contractor, the City will conduct a reasonable review of the Claim and provide the Contractor with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Contractor disputes the City's written statement or if the Claim is deemed rejected, the Contractor may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Contractor with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding medication in accordance with Public Contracts Code Section 9204(c)(2)(8), unless the Bidder and City waive the mediation upon mutual written agreement. For purposes of this section, notice to the contractor may be via facsimile, messenger or by first class mail and addressed to: Mariposa Landscapes, Inc. 6232 Santos Diaz Street Irwindale, CA 91702 Northing herein obligates the City to provide notice of a Claim or summons and complaint that does not clearly identify the contract or Contractor. In Witness Whereof, the parties have hereunto set their hands and seals the year and date first above written. (SEAL) CONTRACT AND BOND APPROVED: Date City of Attorney APPROVED AS TO CONTENT: Date City Engineer (SEAL) THE CITY OF TUSTIN BY: Mayor of the City ofTustin ATTEST: City Clerk of the City of Tustin Firm Name: in Title: CONTRACTOR ATTACH PROPER NOTARY ACKNOWLEDGEMENT FOR SIGNATURES OF AUTHORIZED PERSON(S). Bond No. Amount Premium CITY OF TUSTIN PUBLIC CONTRACT FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That , as and hereinafter referred to collectively as "Principal', and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as, and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20_, with City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 WHEREAS, all of such improvements are to be constructed/maintained and installed in accordance with the plans and specifications described, referred to and incorporated in said contract; and WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements as provided in said contract; and NOW, THEREFORE, if Principal shall faithfully perform all agreements contained in the aforesaid contract, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not faithfully perform all agreements contained in the hereinabove described contract and all obligations, then this obligation shall remain in full force and effect. PROVIDED FURTHER HOWEVER, that Surety hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed this day of , 20_ (SEAL) APPROVED AS TO FORM: City Attorney PRINCIPAL: (SEAL) APPROVED AS TO CONTENT: Date City Engineer SURETY: BY: Attorney -in -Fact BY: Address of Surety: BY: TITLE: Address of Principal: (Name) Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). Bond No. Amount Premium CITY OF TUSTIN PUBLIC CONTRACT LABOR AND MATERIALS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: , as and hereinafter referred to collectively as "Principal", and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20 , with the City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements provided in said contract; and NOW THEREFORE, if Principal shall pay the Contractor, his subcontractor, and all persons renting equipment or furnishing labor or materials to them for such improvements, for the full cost of such improvements and submit amounts due under the State Unemployment Insurance Act with respect to such labor, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not pay the subcontractor and all persons renting equipment or furnishing labor or materials to them for such improvements for the full cost of such improvements, or if Principal fails to submit amounts due under the State Unemployment Insurance Act with respect to such labor, then Surety will pay for the same in an amount not exceeding the sum set forth above, which amount shall inure to the benefit of all persons named in Civil Code Section 3181. PROVIDED FURTHER, HOWEVER, that Surety stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person named in Civil Code Section 3181 who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed day of , 20_ (Name) (SEAL) APPROVED AS TO FORM: City Attorney PRINCIPAL: I"y,6 (SEAL) TITLE: APPROVED AS TO CONTENT: City Engineer SURETY: L".0 Attorney -in -Fact Address of Surety: Address of Principal: Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City prior to performing any work on the contract: I am aware of the provisions of Section 3700 of the Labor Code, which reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. By securing from the Director of Industrial Relations a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his employee." CONTRACTOR: tSif TITLE: COMPENSATION INSURANCE CERTIFICATE TO BE SUBMITTED WITH CONTRACT NONCOLLUSION AFFIDAVIT To be executed by bidder and submitted with proposal. State of California SS. County of Orange being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,.or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in this section.) UTILITY AGREEMENT Honorable Mayor and City Council City Of Tustin, California Ladies and Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Contractor Title Date: CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is: of (Party making foregoing proposal) 13. Bidder's Contractors License Number is as follows: .Classification: (Hereinafter the "Bidder") 14. The expiration date of Bidder's Contractor's License is 20 15. Bidder acknowledges that Section 7028.15(a) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed on Signature Typed Name Title Name of Bidder 20—, at (Insert City & State where declaration is signed) This form must be completed, signed, and submitted with the proposal (except for federally - funded state projects). CONTRACTOR'S LICENSING STATEMENT TO BE PROVIDED BY SUCCESSFUL BIDDER PRIOR TO AWARD OF CONTRACT The undersigned Contractor or Corporate Officer, declares under penalty of perjury that the attached copy of the Contractor's pocket license or certificate of licensure is, is current and valid, and is in a classification as required by the project specifications and appropriate to the work to be undertaken for this project. PROJECT: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 NAME OF CONTRACTOR: SIGNED: TITLE: Note: Attach proper Notary Acknowledgment for signature of authorized person. COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor Title Date: CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On before me, Date personally appeared Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/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. WITNESS my hand and official seal. Signature Place Notary Seal Above Description of Attached Document Signature of Notary Public Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Corporate Officer — ❑ Partner - ❑ Limited ❑ Individual ❑ Trustee Title(s): ❑ General ❑ Attorney in Fact ❑ Guardian or ❑ Other: Signer is Representing: LANDSCAPE LOCATIONS AND DETAILS F -I GENERAL NOTES 1. All work shall be maintained in accordance with these specifications and the latest edition of the Standard Specifications for Public Works Construction and also in accordance with any supplementary standards or specifications which may be referred to herein, all to the satisfaction of the City Engineer. 2. Work shown or indicated on these plans/details or called for in the specifications, but not included as any pay quantity items, shall be considered incidental work, cost of which shall be included in the Contractor's proposal for pay quantity items. 3. The Contractor shall be responsible for damage to existing utilities, traffic loops, pavements, curbs, structures, trees and landscaping as a result of his operations, and will be required to repair or replace the same to the satisfaction of and as directed by the City Engineer or utility company. 4. The Contractor shall immediately haul away and dispose of, off the project site, all excavated materials and landscape debris. All disposals shall be at the Contractor's expense. 5. The Contractor shall have copies of the plans and specifications for this project on the site at all times and he shall be familiar with all applicable standards and specifications. 6. A City of Tustin business license shall be obtained by the Contractor, at his expense, prior to starting work. Subcontractors working for the general contractor for this project will be required to have a business license while working on this project. 7. It shall be the Contractor's responsibility to notify respective utilities and/or Underground Service Alert at 1-800-422-4133 to determine the exact field location of utilities shown or not shown on these plans, which may conflict with this work. The Contractor must mark any irrigation lines that will be effected by an Underground Service Alert. 8. Landscape sites shall be maintained in such a condition that an anticipated storm does not carry wastes or pollutants off the site. Such "discharges" of material other than storm water are allowed only when necessary for performance and completion of construction practices and where they do not: cause or contribute to a violation of any Water Quality Standards; cause or threaten to cause pollution, contamination or nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulation 40 CFR parts 117 and 302. All storm drains/catch basins shall be inspected and cleaned, with cleaning documented and submitted to Contract office within 5 days. 9. Dewatering of contaminated groundwater, or discharging contaminated soils via surface erosion is prohibited. Dewater of non -contaminated groundwater requires a National Pollutant Discharge Elimination System permit from the respective State Regional Water Quality Control Board. Materials which may have effects on pollution include but are not limited to: solid or liquid chemical spills; waste from paints, stains, sealant, glues, limes, pesticides, herbicides, wood preservatives and solvents; asbestos fibers, paint flakes or stucco fragments; fuels, oils, lubricants and hydraulic, radiator or battery fluids; fertilizers, vehicle/equipment wash water and concrete wash water; water, concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or chemical degreasing and super -chlorinated potable water line flushings. During construction or maintenance, disposal of such materials should occur in a specified and controlled temporary area on-site, physically separated from potential storm water run-off, with ultimate disposal in accordance with local, state and federal requirements. F -II TABULATIONS OF WORK LOCATIONS, MAPS AND DETAILS The following are the documents and maps to be used for this project: Landscape Maintenance Contract General Fund Areas (Medians) CI:IT - :, E?Y FEYj.. TOTS!_ fRleE . IVCd LQC/TIC�N::_NAI�I ; =:: LC}Afik�lgi:fES�R1PTl[7il�l'.. ,. _ ....... i1�P. -11AfNTE:RFA.': .. _ .: FEET Q.. :. :' ACRES. PR IlC�1`TH_ ; :ANNUALLY $585.00 $7,020.00 From SR -55 Fwy to just east of Prospect Ave. north of Vandenberg 8 Medians Landscape & A-1 17TH Street. Ln. at Enderle Center Drive 1 Parkway Hardscape 9,160 0.21 From SR -55 FWY to Newport 17 Landscape & A-2 Irvine Boulevard Avenue Medians Hardscape 34,992 0.80 $1,$29.00 $21,948.00 -3 Plaza Drive North of Irvine Boulevard 1 Median Hardscape 400 0.01 $219.00 $2,628.00 Irvine Boulevard & Old Irvine Landscape & -4 Intersection Boulevard 3 Medians Hardscape 4,150 0 g5 $293.00 $3,516.00 From SR -55 Fwy to Newport 22 $1,463.00 $17,556.00 A-5 First Street Avenue Medians Landscape & 22,770 -0.52 1 Median 1 A-5 Pacific Street Pacific Street &First Street Parkway Hardscape - A-5 Yorba Street Yorba Street & First Street 1 Median $2,927.00 '$36,124.00 EI Camino Real/Way & From First Street to Newport -6 Main Street Avenue including El Camino Way 1 Median 1 Landscape & Hardscape Parkette A-6 Main Street Main Street at Bryan Avenue island 50 Islands 48,550 1.11 Landscape & A-7 Intersection EI Camino Real & Ei Camino Way 1 Median Hardscape 2,650 0.06 $219'00 $219'00 -8 Halls Circle North of First Street 2 Medians Landscape 1,000 0.02 $219'00 $219.00 From First Street to Irvine -9 Fashion Lane Boulevard 2 Medians Landscape 780 0.02 $219-00 $219.00 $3,073.00 $3,073.00 Bike Trail 19 From McFadden Avenue to Wass Medians Landscape & -10 Newport Avenue Street. 19 Parkways lHardscape. 59,490 1 1.37 Landscape Maintenance Contract General. Fund Arpac (Madinncl ME ITEl. . ;, . :. . :..... :.14 OSC ..FEET } �PE:R OT = Nf) 1 ECA`CIOf.ft1AIE L:QCATIC?N I�ESRIPTIOtA1 TYRE _ ly1AIN?EIUAiUCE ... SQ. FEET :.ACRES . MONTH ANNUALLYE From Edinger Avenue to First $3,292.00 $39,504.00 A-11 Red Hill Avenue Street Between Newport & Red Hill -11 El Camino Real Avenue 9 Medians 2 Parkways Landscape & Between Newport & Red Hill -11 Nissan Avenue 2 Walls Hardscape 57,590 1.32 A-12 Not in use $2,122.00 $25,464.00 4 Medians Landscape & A-13 Sycamore Avenue From SR55 Fwy to Aider Lane 2 Parkways Hardscape 40,300 0.93 From corner of Browning Avenue Landscape & -14 Walnut Avenue to Myford Road 8 Medians Hardscape 19,980 0.46 $1,097.00 $13,164.00 Landscape & A-15 Walnut Avenue Browning to Tustin Ranch Road 3 Parkways Hardscape 12,200 0.28 $732.00 $87$4.00 From Jamboree Road to 2400'+ Landscape & -16 Edinger Avenue West 2 Medians Hardscape 20,300 0.47 $1.097.00 $13,164.00 Southside Peppertree $1,171.00 $14,052.00 Home & OCFC Ditch Between Red Hill Avenue & Tustin A-17 (Katherine Spur) Ranch Road Area General Clean Up 22,000 0.51 Landscape & -18 Tustin Ranch Road From Walnut Avenue to 1-5 Fwy 1 Median Hardscape 39,000 0.90 $2'049.00 $24'588`00 Landscape & A-19 Tustin Ranch Road From Walnut Avenue to 1-5 Fwy 2 Parkways Hardscape 94,000 2.16 $4,902.00 $58'824.00 A-20 Tustin Ranch Road From Auto Center Drive to I-5 Fwy 1 Median Landscape 8,400 1 0.19 $512.00 $6,144.00 From EI Camino Real to Auto Landscape & -21 Tustin Ranch Road Center Drive 1 Median Hardscape 4,850 0.11 $366.00 $4,392.00 Landscape & A-22 ITustin Ranch Road From Bryan.to EI Camino Real 1 Median Hardscape 2,904 0.07 $293.00 $3,516.00 Landscape Maintenance Contract -. Gpnpral Ftind Araae (Moelimncl - fJC�1T: F . .0'ST SvQ- FE- k} : - —A - PP L RI CE' +•!_.. '.l.�i.:.�.. i :.:. =.: �:T..`'..3 .'..: .'. '::'. ::.... OAfil1.1 < '.* ..:`:'. .' ... '. :. ... ` :.. .....''. � '. �._.` •;: ._.`'. t.JzrATli ; [ E$ kPTl�3 1 ^ :...: .. "' �: �. ":. ..': r. T1�P:E 1. y:. •.. .: �. �. �-.:". " . � iAl'NTEhI; hiCE S' X. E T ACRES `.. PER:IWFEYI�EFI-... AhlN�JALL`ix ,.. Landscape & A-23 Tustin Ranch Road From Lagier to Bryan Avenue 1 Median Hardscape 5,090 0.17 $366'00 $4°392.00 Landscape & A-24 Tustin Ranch Road From Heritage to Lagier 1 Median Hardscape 3,620 0.08 1$213.00 $3,516.00 From Irvine Bloulvard to Heritage - Landscape & -25 Tustin Ranch Road Way 1 Median Hardscape 12,110 0.28 $732.00 $8,784.00 Landscape & A-26 Tustin Ranch Road' From Irvine Bloulvard to Greenway, 1 Median Hardscape 11,500 0.26 $732'00 $8,784.00 Landscape A-27 Tustin Ranch Road From Greenway to La Colina 1 Median Hardscape 7,220 0,17 $512.00 $6,144.00 From Tustin Rach Road to West -28 La Colina City limits 1 Median Landscape 17,310 0.40 $951.00 $11,412.00 Landscape & -29 Tustin Ranch Road From La Colina to Township 1 Median Hardscape 9,930 0.23 $5B5.00 $7,020.00 Landscape & A-30 Tustin Ranch Road From Township to Gallery 1 Median Hardscape 10,560 0.24 $658 00 $7,896.00 Landscape & A-31 Tustin Ranch Road From Gallery to Rawlings 1 Median Hardscape 8,300 0.19 $512.00 $6,144.00 Landscape & A-32 Tustin Ranch Road From Rawlings to Portola 1 Median Hardscape ::2:,350 0.49 $'1'171'00 $14,052.00 From tustin Ranch Road to Landscape & A-33 Portola Parkway Jamboree Road 2 Medians Hardscape 5,440 1 0.12 $366.00 $4,392.00 From Portola Parkway to Pioneer Landscape & A-34 Tustin Ranch Road Way$439.00 S Median Hardscape 6,260 0.14 $5,268.00 From Tustin Ranch Road to Pioneer A-35 Pioneer Way Road 1 Median Landscape 8,190 0.19 $512.00 $6,144.00 From Pioneer Way to Jamboree -36 Tustin Ranch Road lRoad 1 Median Landscape 7,730 0-18 $512.00 $6,144.00 Landscape Maintenance Contract General Fund Areas (Mpirlianc.1 Tit FE fOT PRJ.CE -S Q E 'Ac' R P E MONTH 'N -,-LL.* A N -U.,A From Tustin Ranch Road to North Landscape & A-37 Jamboree Road City limits 3 Medians Hardscape 281,760 6.47 $5,369-00 $64,42U0 From Robinson Drive to the North Landscape & A-42 Jamboree Road end of Lot 20 1 Median Hardscape 13,210 0.30 $805.00 $9,660.00 . Landscape & A-43 Jamboree Road From Irvine Boulevard to Robins on I Median Hardscape 22,660 0.52 $1,111-10 $14,052.00 From Irvine Boulevard to Bryan Landscape & A-44 Jamboree Road Avenue 2 Medians Hardscape 13,810 0.32 $805.00 $9,660.00 Landscape & A-45 Jamboree Road From Bryan Avenue to West Drive I Median Hardscape 5,400 0.12 1166-00 $4,392.00 & ALandscape -46 Jamboree Road From West Drive to 1-5 Fwy I Median Hardscape 12,530 0.29 $732.00 $8,784.00 Landscape & A-47 Bryan Avenue From Heritage to Jamboree Road 1 Median Hardscape 9,610 0.22 $585.00 $7,02U0 From Myford Avenue t o Heritage Lanscape & A-48 Bryan Avenue Way . 1 Median Hardscape 4,970 0.11 $366.00 $4,392.00 From Market Street to Myford Landscape & A-49 Bryan Avenue Road 1 Median Hardscape 6,900 0.16 $439.00 $5,268.00 From Tustin Ranch Road to Market Landscape & A-50 Bryan Avenue Street 1 Median Hardscape 6,260 0.14 $439.00 $5,268.00 From Parkcenter to Tustin Ranch Landscape & -51 Bryan Avenue Road I Median Hardscape 4,040 0.09 $219.00 $2,628.00 From Browning Avenue to Landscape & -52 Bryan Avenue Parkcenter I Median Hardscape 6,890 0.16 $439.00 $5,268.00 West of Browning Avenue - Landscape & -53 lBryan Avenue Northside I Median Hardscape 4,130 0.09 $219.00 $2,628.00 From Ranchwood Road to Tustin Landscape & -54 Irvine Boulevard Ranch Road 1 Median Hardscape 44,620 1.02 $2,341.00 $28,092.00 From Tustin Ran6KR&a-if to-"-*''' Landscape & -55 Irvine Boulevard Robinson -If Median, Hardscape 14,640 1. .034 $878.00 .$10,536.00 Landscape Maintenance Contract . General Fund Areas (Medians) UNIT ITEM" S.T.;(.8.-*6a P_H-T) TOTAL P. RICE Q P T N E C ANNUALLY __,CRE5,'..,...,ftkMPTK Landscape & A-56 Irvine Boulevard From Robinson to Jamboree Road 2 Medians Hardscape 10,000 0.23 $658.00 $7,896.00 $951.00 $11,412.00 Newport Avenue to Red Hill 5 Medians Avenue & 15171 Del Arno Parking Parking lot Landscape & A-67 Edinger Avenue Lot and Warehouse Frontage 1 Frontage Hardscape 18,045 0.41 Red Hill Avenue to Kensington Park Landscape & A-68 Edinger Avenue Place 2 Medians Hardscape 50,000 1.15 $2,634.00 $31,608.00 From Park Avenue to Tustin Ranch Landscape & A-69 lWarner Avenue Road 1 Median Hardscape 1,800 0.04 $219.00 $2,628'00 From Warner Avenue to Barranca 2 Medians Landscape & A-70 Tustin Ranch Road Parkway 1 Parkway Hardscape 39,920 0.92 $2,122.00 From Red Hill Avenue to Tustin Bioswales $7,097.00 $85,164.00 A-71 :Warner Avenue Ranch Road 5 Medians i 1 Median From Barranca Parkway to Valencia 10 A.-71 Armstrong Avenue Avenue Bioswales Landscape & 6 Medians 4 Parkways Hardscape From Warner Avenue to Walnut 7 A-71 Tustin Ranch Road Avenue Bioswales 1-71 From Columbus Square to Tustin Valencia Avenue Ranch Road 12 _mm=EFExW_ Medians 1 526,250 1 12.08 1 .1 Landscape Maintenance Contract General Fund Areas [Mediansl Total 12,843,8461 66.19 1 $73,162.00 $877,944.04 From the property line of the 76 $1,497.00 UNfT:' ITEM Station to the property line of the CQ' T(SC� FEET TOTAL PRICE Allied Regrigeration Area Hardscape LOATItI+ QECFCIP'i`f7'PE 4.59 tI-AIhITIVANi~E SQ :FEETCRE PE I�lf}[Th,: A.N:NLLl' Landscape -95 Amo Avenue (triangle area) Area Hardscape 91,096 2.09 $732A0 $8'784.44 $1,463.00 $17,556.00 Newport Lot; Valencia Avenue to Del Amo $3,777.00 $45,324.00 A-96 7 Medians jArea Landscape 663,733 15.24 5 Landscape & A-76 Red Hill Avenue From Barranca Parkwayto Edinger Bioswales Hardscape 146,797 3.37 Landscape & A-77 Edinger Avenue South of Kensington Park Drive 1 Median Hardscape 4,788 0.11 $219.00 $2'628.00 Total 12,843,8461 66.19 1 $73,162.00 $877,944.04 From the property line of the 76 $1,497.00 $13,164.00 Station to the property line of the A-94 Edinger Avenue Allied Regrigeration Area Hardscape 199,915 4.59 Newport Avenue/Del Corner of Newport and Del Amo Landscape -95 Amo Avenue (triangle area) Area Hardscape 91,096 2.09 $732A0 $8'784.44 $1,463.00 $17,556.00 Newport Lot; Valencia Avenue to Del Amo A-96 Avenue/Valencia Avenue jAvenue jArea Landscape 663,733 15.24 Total 12,843,8461 66.19 1 $73,162.00 $877,944.04 Landscape Maintenance Contract General Fund Areas (Facilities) 300 Centennial Way & 345 E. Parking Lot & 7 City Hall/Library Complex Main Street Facility Gravel Beds 117 200 269 Total 1,315,866 30.08 1 $13,719.00 __ $154,628.00 Landscape & f $823.00 $9,876.00 Hardscape & A-58 Tustin Area Senior Center 200 South C Street Facility Parking Lot 58,270 1.34 Landscape & $686.00 $8,232.00 Hardscape & A-59 Tustin Field Service Yard 2345 Barranca Parkway Facility Parking Lot 23,105 0.53 Landscape& A-63 Tustin Family Youth Center 14722 Newport Avenue Facility Hardscape 12,800 6.29 $412.00 $4,944.00 Tustin Commuter Rail Station Landscape & 22,250 0:51 $686.00 $8,232.00 -64 & Dow Avenue Entrance 2975 Edinger -Avenue Facility Hardscape Landscape & A-97 .Annex Building 15445 Lansdowne Road Facility Hardscape 101;658. 2.33 $1,235.00 $14,820.00 Landscape & A-98 War Memorial Building 156 East First Street Facility Hardscape 17,160 0,39 $549.00 $6,588.00 1160111/2 Armstrong Water $7,545.00 $90,540.00 Avenue (Red Hill Avenue, Basin Landscape & Barrranca Parkway, (OpenHardscape 963,423 22.00 A-99 ITustin Legacy Linear Park jArmstrong Avenue Space) Total 1,315,866 30.08 1 $13,719.00 __ $154,628.00 Landscape Maintenance Contract General Fund Areas (Wells P. RPcPrvnirc1 f 45 T '.4 'N. A L Main Street Landscape & '-60 Reservoir 235 E. Main Street Reservoir lHardscape 58,340 1.34 $442.00 $5,304.00 4500 East Fowler Avenue, Santa Ana $619.00 $7,428.00 Corner of Hewes Avenue & Fowler A-80 Foothill Reservoir Avenue Reservoir La . ndscape 26,660. 0.61 $354.00 $4,248.00 2038 Foothill Boulevard, Santa Ana A=81 ILyttle Reservoir Below La Cuesta Drive Reservoir 1Landscape 17,600 0.40 $707.00 $8,484.00 13331 Foothill Boulevard, Santa Ana Landscape & -82 Rawlings Reservoir Across from Foothill High School Reservoir Hardscape 43,000 _. 0.99 11811 Outlook Lane, Santa Ana Landscape & $332.00 $8,984.00 Corner of Outlook Lane & Valhalla General A-83 ISimon Reservoir Drive . Reservoir Maintenance 20,0001 0.46 18602 17th Street, Santa Ana' $221.00 $2,652.00 Located between Stratton Way & Landscape & 1 -84 17th Street DeSalter Windsor Place DeSafter Hardscape 10,800 0.25 Landscape & $221.00 $2,652.00 General A-85 Newport Reservoir 11301 Newport Avenue, Santa Ana ..Reservoir Maintenance 9,000 0.21 Landscape & A-86 Vandenberg Well 17575 Vandenberg Lane, Santa Ana Well Hardscape 640 0.01 $177-00 $2,124.00 Simon Booster General A-87 IStation 11921 Simon Ran ' ch Road, Santa Ana Booster Maintenance 400 0.01 $177.00 $2,124.00 14521 Livingston Street, Tustin Landscape & $177.00 $2,124,00 Located between Livingston Street & General -88 Beneta Well Shasta Way, Well Maintenance 6000:01 . % .12751 Newport -:Avenue, Tustin .1 --Landscape-&. .. - - - - - --.- -$177.00 $2;124.00 Located between Warren Avenue & General - IA -89 Newport Well Irvine Boulevard iri to - Landscape Maintenance Contract General Fund Areas (Wells &-Reservoirs) Total 1211,2901 4.84 1 $4,577.00 $54,924.00 IT.OlI J.HCl.: a `irQSTtiS.Q.FEET} TOTAL F?FtIE. . N' : '...LC `C;AT,E?r�1 I aME lG AT1-bl`J DESCRIR`CIC I ' ~ TAPE Al' X TEIVA ICE BEE=T ACRES PEF tVIONTFi . ANN UALCY 14510 Livingston Avenue, Santa Ana $177.00 $2,124.00 Located between Beneta Way & General -90 Livingston Well Lucero Way Well Maintenance 700 0.01 1862 Jan Marie Place, Tustin General A-91 Pankey Well Access from Tustin East Drive Well Maintenance 1,750 0.04 $177.00 $2,124.00 13161 Yorba Street, Santa Ana $177.00 $2,124.00 Located between Fairhaven Avenue General -92 Yorba Well &Rainer Drive Well Maintenance 1,300 0.03 Pasadena Avenue scape & A-93 Well 170 Pasadena Avenue, Tustin IWell LHdscape 18,500 0.42 $442.00 $b,304.00 Total 1211,2901 4.84 1 $4,577.00 $54,924.00 92 i r+�.w ..z '.uax <>n,• � t]a� �] ,aua, siuri +a¢n '�` 3~ ,]aur" t .. 56 "3.25 ai: . %'I" ,sats ` Iillal .. .fyi.i a]o.x e]wl ,w]x '•r3, .w•' uc,: [ e]a.3. i3u.z' f-- SCALE IN FEET. ]aa2 1i65y -- ,,>r>;i � iwss: umi =anla ,aut � :iork' 't -,a: sml umt. .��,„,wr' •�� 1 `. � � ��^_ xx.x3... dye � `� ,� Swk � ,a•y3 tSIOV W,DY sfla I F]WI iYN: � ,]p3. ,.. F L � eJINF `�!+ i.]trFk � �A eUc! `JW' �. 1],pp ,�1 � - '� 'Aa! c.+Wl D :l xfwl x3,m 0! g Jf s]ux (+ut3 wlo] � tn:s 3� _ •Sit, uil). xi,,: IS,Y( la]3i 1Jnk iSla3 Vat ii13 � St4 1]31: Lb, v� ,Ait tavZO 11x3, I ,au2 aitat tnaa ,Sit2 ,isa, F]t�a. fb3i x3,. Nwi 1],a, Imo:+.#v SIAcpl 1]el: ' av] ,b ivR, i ueV ��' ux..a 1I y . '� _' � ,SU] ii>b xhJx wFly4 9xntE _ ' n � � x]t3t !A3{ IhaS tly�^• M - 3t ,wi "r '_'—T",x'. ,]Is n! fR LW ti LEGEND x],s. utax rszu txia _ ,�saa r>x. tJaz m .s]a. • vxix - .- _ .._•:--. CITY LIMITS ,]all la3x Funs �. - '= �. iJzu uan eaaxz� cixsc ]Sia � - � R -F x�F, •� Q pRESTAT]Ot+1. * .saae ,]x?F u3zG `x'"` Ixao* wzlx.o. uatF s.azyk .,�, s� � 'xsa.x. �+ul+.eKrn c '� 9 SCFi00L FACILl7lES ,NA ,l3J3 ua.,. 3 zwa F—._ .+.v.= .•. -F-L>=MENTrIRY SCtIROL " I i]2s4 ,a;,sx ❑t, i.iau �i ,uai ,J]pe +•r •�: .. +x>z, s wn > yV� INTERMEDIATE SCH40L <axn Y tY13 i>u. SaJ,z " f i �g ,.ayx x3 ,.Wa+ ,ssu ussi �,.,p' O HIGH SCHOOL. laayl ,ons a+ fs]u ,.x]oa raxr� iax.z 133]3 'a]se 1F ` ,au: •u:. 1]nt eJk9t (r! ,Jan I i>J01 " .I,FY•1M Oe+O cllaa �aa.l x Fsx.., cws OF TUST'EM'UIIIFiED � I :3515 ,SiO, •3133 i]aA ]aau l . .•' � � i F ,ala, ,OSx " iaYl. vsu u,ca a 33'51 � ,SSY] ' SCHOOL DISTRICT Sa 19}51 u3,3 ,�T WGi jj — 131/2 11151, liyy xJai. � . ��C ,1a,Y �� x5!'23 i3.,p3 ..-• i]![4 'Y � � i� A ' xW2 f13it ,3]�] . -•� '� 1>xa � 1Ja.y1 — � } a••�~ r � � � g ''� ,„]£ twi f.]a]c ,Ng �'� W4a eNsi v.a2 a s�xsR c+..owi avenue MAF ti STREET ADDRESS MAF t7 MAP 1 'sl LOC,ATK)N 'Ad -q5 'IR 47 qA ' • i4Ar 11 . D 75 t50 325 3Da SCALE IN FEET LEGEND - CITY LIMITS FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL. SCHOOLS OUTSIDE OF TUSTIN UNImEQ SCHOOL DISTRICT STREET ADDRESS. MAP 12 rr�vs I G� Nw� G 75 SCALE IM FEET UU cutreaA -LEGEND STREET ADDRESS MAP 13 CITY LIMITS FIRE STATION[ SCHOOL FACILITIES 18 > ELEMENTARY SCHOOL .� INTERMEDfATE•SCHOOL O HIGH SCHOOL SCHOOLS OUTSIDE �j OF TUSTIN UNIFIED SCHOOL DSTRICT STREET ADDRESS MAP 13 ys �+ y «e yy� x 2� `�_ •' '7t} jam' �, �+`'•�`•y fA596- lyyx R vW?s v61�C rr • �Y'�` e�3 "4�C�`� iQLla 1a4q SCUD ,v5.3 :GlS {' y-01 ISS s ,GffU i4iss xm9 4 If S *'d, 1 ,sms i[uo Au �a�a p1C ,0 + p2 %y 4 igas n „ i�k0 ot oxx w .orl! xoa f mss.i 2 l 6Sl] F�t cl�W Tyy4�'_ PEJF.kS CANYON i�,:I-•- :.o+u, ` w:"°�^+ z°'`� - ' K, y . REGIONAL `:, .an+,i as �`5;` ,m••Y' �. PARI(' YM 13 PP .>g� SCALE IN FEET LEGEND —^ — CITY LIMITS I FIRE STATION y � SCHOOL FACILITIES f ; ELEMENTARY SCHOOL ttt O INTERMEDIATE SCHOOL t` F ♦ l HIGH SCHOOL } l SCHOOLS OUTSIDE y 7 Ira, 4 `t + SCHOOL DISTRICT ie ys �+ y «e yy� x 2� `�_ •' '7t} jam' �, �+`'•�`•y fA596- lyyx R vW?s v61�C rr • �Y'�` e�3 "4�C�`� iQLla 1a4q SCUD ,v5.3 :GlS {' y-01 ISS s ,GffU i4iss xm9 4 If S *'d, 1 ,sms i[uo Au �a�a p1C ,0 + p2 %y 4 igas n „ i�k0 ot oxx w .orl! xoa f mss.i 2 l 6Sl] F�t cl�W Tyy4�'_ PEJF.kS CANYON i�,:I-•- :.o+u, ` w:"°�^+ z°'`� - ' K, y . REGIONAL `:, .an+,i as �`5;` ,m••Y' �. PARI(' YM 13 PP .>g� SCALE IN FEET STREET ADDRESS MAP 14 LEGEND —^ — CITY LIMITS FIRE STATION 0 SCHOOL FACILITIES ELEMENTARY SCHOOL ttt O INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 14 v va lla4/6i V[ p T5 9Sp 325 app SCALE IN FEET AotANU Y LIMITS E STATION iCOL FACILITIES :MENTARYSCHOOL ERMEOIATE SCHOOL H SCHOOL i00LS OUTSIDE tUSTIN UNIFIED 1001- DISTRICT ADDRESS P 15 i0[:ATION 9a qn D 75 a SCALE IN FEET LEGEND ---•--- CITY LIMITS [p FIRE STATION gC SCHOOL FACILITIES ® ELEMENTARY SCHOOL INi'ERmEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIF#ED SCHOOL DISTRICT STREET ADDRESS MAP 23 T CC car Cloui?sr .�Atr4so ,nw AANcit swrA res SCALE IN FEET LEGEND CITY LIMITS FIRE STATION SCHOOL FACILITIES 19 ELEMENTARY scHooL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE QFTUSTtN UNIFIED SCHOOL DISMCT STREET ADDRESS MAP 24 T 0 0 ZS 156 •225 3W SCALE EN FEET STREET ADDRESS MAP 25 LEGEND --�-- CITY LIMITS 0 FIRE STATION @4 SCHOOL. FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL S HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 25 wP.aa J <I-'� 3'4ExxE£ti.TH 3tkcE' ff f EEO - 8 2. . 86.., ( ('' '_ __ ___ -- -•-, - tr�sz t».s :sx.. i Ar� � x � r i� i� r (k,1a,' ;ru'-`-i=a�rey J_"F�Q„ Lar-__'-.- _ •_"=i 'rn.,cr msrr I +.eg i,kas o n,u6NG''bP•'15Y°L1SF.0_i!'_..s'`^`:',�t «. t �.x 't•+i` ''..cs .naz 1 iaACF FtRr _ 5.� Arrcarr YrLFY-R§ '-. �aR „oot 7.. is tlmx ,Axa Hass 7 i% � � � - � Hao<•.,\ _ - � ��� . { k.kAk _.__....._.�`_ry ___•_•_�rMp � i tIk4 `4__f _ ___.�..._�.:.� ..� __ 'fit a n n w ,. 4 t'Jv x.CA ISI, a.Y .'. r,tap. a :alxa ` ^=L.te,y___._.._. V _ _ ■ I f N faz V,aY,. <Y.==. W21 aarzz _ •i fr � �yTT ,'� ,�'. � P k g ■ T j � ...n y "' �, i i<` r° <~ '` •� a � I ( � � �" "'z°. y r+xscr a 1m ' � .curt FiYTi +,free ++A1 .;. rusk a I � 1 � .� F • 1 G + iNGF.+'LFt:iAiY/6YL t ant k,tr I f y.`' s '+ tyH ■ j f �Ywu.se • r+ E ' oeaw .+k[t�:x s , nri ,<�ek F J.} �E Y. Y Ir,ax� tl s,su a nx<sr _ ..5r'' -''+.rte ,�p� `'.� st' '' f tav, k.3ax� E :us, - w,.,a mcc w+e H n ■ }},,�*SMO¢ w� � _ rf/.q: A x - Y�M1 t ; ,+Aai � '- FRACP SdSp � - _ �• a} wrtJ'€.y rurx .esr kwz I } +,m �+ _ - - - } ■ E � "•. ! ., ::Aar �k ,no-, w,As ,r.a I _ - _, j f [ � k,xm ,.ws ; — � I � ^ rnrcr wso � w..s ■ ttE «t = K4p 34 ,_ a75 Im 225 no SCALE IN FEET. LEGEND -••� CITY LIMITS [� FIRE STATION e SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Zj OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS f MAP 26 j I C '.ATIn&I )s2 fin +ur 'w y � _ w' .zcn ai'• tNm iw.al..wv a _ g . a'C'. err+ irrs� y r a >r . s. 'X v . � 'rma.,c AKWE 3 zr 4 Y x S g�, q -cr i M w mx ,xPw C 8 v 8 2aiu-TUSTIN H%NORMSI. d`!•'ps' ,i � s t U}TIN RFNGN NOn4 wr 31 �r LEGEND ---- CITY LIMITS FIRE STATION SCHOOL FACILITIES 76 19� ELEMENTARY SCHOOL INTERMEDIATE. SCHOOL +� ® HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIELI SCHOOL DISTPJCT STREET ADDRESS MAP 31 LOCATIoKi gs 97 '>o A 75 SCALE -IN -FEET STREET ADDRESS MAP 32 LEGEND "-^••- CITY LIMITS Q FIRE STATION SCHOOL FACfLJi7ES. 1� V ELEMENTARYSCHGOL �G INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE �j OFTUSTINUNIFIED SCHOOL gl$TRICT STREET ADDRESS MAP 32 ' a 7i •1$p 715 �aQ - SCALE.-[NFEET REST ADDRESS MAP 33 LEGEND_. ---�- CITY LIMITS ® FIRE STATION SCHOOL FACILITIES 6 ELEMENTARY SCHOOL INTERMEOLATE SCHOOL 9 HIGH SCHOOL SCHOOLS OUTSIDE �} OF TUSTIN UNIFIED SCHOOL DISTRICT REST ADDRESS MAP 33 T � xs' . 1 ) luyi i *«vr ^ wi.rC' M,f xraYt +•�a+f �"' 7U3c Ii sUPi `�S ,SJJ] »li4 +YN2 ]i sifat- f>.h t.lit. G,.SxI Rpt 'l ,Y�3 sl . 1 f�f) ! �r •y�+•Wil' \nT � ifs ' �Slt 1( ; pq 'ri] Sx.yt ,tri, SY«t rxrlt ttyp,- i4tit a r$ � — � •45Fitci sPErq Aul •tax HCIiM ES'P6CF »ta+ P z a S�xfOtM GPIn" •�FTR16 /TN _ :..H lays• .� +aYyz i 1 0 Sam SCALr' IN FEET LEGEND STREET ADDRESS ,w, .3 MAP 34 a CITY LIMITS EIRE STATION t} SCHOOL FACILITIES ELEMENTARY SCHOOL V INTERMEMATE SCHOOL HIGH SCHOOL rj SCHOOLS OUTSID1i OF TUST'IN UNIFIED SCHOOL DISTRICT STREET ADDRESS ,w, .3 MAP 34 a T 1. C)PATInhi 'i u n oo nn - .� a � n uensoe. as.E .: k `• ii � !� � s, o s. - _ r 3 x � z Y >° � � � �"� le• z g ��"� s is r nraerra�s• � r Ln% R . x _ •i e:. ,n' s.l ` - IX• s` r� n x 50 2z son SGAL _ E IN FEET 90 L'f 1'Y'PA17x • A £tri` PM?K- n:5ryv • �$ "'raccr�aa a � iA,arasn - CGL1sAfr-lif5' d, x It/571N PRRx ur x: P � _ � �ia • � r --� i.cra czar wrs '�mz ~ R:rx A� Grur.�uaxr �P i.ua+ i sarsw '�' ' 4 `e um � ark i use �•� �s—•5 fw# siaz�� � � �' _ COLW/HUS TUSTIH 'a"` rarx{ „ice aar U raxsa sr r � (rS x .-,r u ns iuea roar zarw .ns 4rsz mr mast r. r s.rrs .zrs vazx2 a.r r. -4', u r ar .— LEGEND CITr LIMITS j----_--------- - --rRµ�-,fy. r - r FIRE STATION SCHOOL FACILITIES _ wv"�aou vaka ELEMENTARY SCHOOL " x w INTERMEDIATE. SCHOOL ed HIGH SCHOOL SCHOOLS OUTSIDE �' 9s u 1 OF TUSTIN UNI ED ..... " ....` a -L' •'L:� :yrncr3sae t„ SCHOOL. DISTRICT rauzMarxz tu.¢vers Fza0.+'a£Gfxnr so �•Z YA+YC Ii157ry'i;QuprYz Fp a r�5+7ti r'4,iTw f"- p 4ruu4 ars s�� iu �vur::�ee;rs y� 8 g ta•. - taecx nxl7 ws.r s ai f � r--• o I.� ,.sm ^ fry / F yTR E STREET ADDRESS v r MAP 35 LOCATI O N 9'- q In Ru I -MAP U rJincY uaaa yam.. ..x, oai g f Xf pig 4 mak, � 1.sia• ag r• M as ...a: l� F ,<11,- S- ,iSV i M>J1; � N?i2 � F3,F � V>Ye• f�� " RR Faun iiel 'yb7_} nun .. ini,'Z'-_• r Ia _ , pr ss.i5s Lank , 3 uxk u f rrz /q/ --� Lays Vn. mLVP,1'7� I' L 2 ci ,.ate r � "•. SCALE IN FEET LEGEND ._---- CITY LIMITS 0 FIRE STATION O1 SCHOOL FACILITIES O ELEMENTARY SCHOOL iNTERMEDrATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTiN UNIFIED SCHOOL DISTRICT ET ADDRESS MAP 36 `r a w? u.we rKwJ.w.[[ tih:�RtE+YS 3f yy :wars LOCATION d A 11 MAP 20 •• . >< 5 a" �i. s ...mea i w . �.r r .w wPK fPViHE BOULEYwFtp �&..`,erfS CENIE,T kA F RM rriGi. PLAZA ,Y.,Y A YJ; fi $ r t^' i4 41 xW i'S sw.Mo „Ewe • �–. . '1iAE1' dltlidl ,xlv � '� � i ,]1!3 •!1!i ;v]P r�f�i — �S''� i YY2A� Hf.4�S '4— Vw ,]ui Y fl!]l2u ]v1i, ,1]aT Srllt i,«„ 2 (L1 .,mex.. - —, —w WII `wa-SYOkAA {--l— Dr F1NSiaiP EY X � $ �3s1• ,n URY--OWE r G MAP .. 0.75 150 725 300 SCALE IN FEET LEGEND �•••— CITYiwrrS Q FIRE STATION 01 SCHOOL FACILITIES ELEMENTARY SCHOOL +® ¢7 INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 37 MAP so' IR'�IINE e0QtEYRgR - ,]ry]T i.,a;f ,w[2 f1bR�_ iy-, � � 7[ _ •� �._ ,� j{{ „' _ _ I Ijf 1 '. .� 1J3iI 1]0]t y Fwu 'a7il N ,Wjk f4,etlatmY Yr `S.t03j ^- d fsmE F.,SiT s •,,iaw' � a 2.1mT 1` � .� � '.q, uw,q _ � R •.3- _•-I .J �. - x � .a uxu -,.wsi utw�i�(,•<rx war - ,w ' +>xz ,sw, i ,sos¢ ,,>on 8 ,so.x t _ _ - iw}x .wx, • - -. . - 41,4+t,Y rrn�c � - X '" 'R R R ,� � p r Y � 5 n ".n. Fssa - x • � � - ' ul.x �>N a • +� . a a rw f r a rs „a.,.t a,.x ,ana � � �„� � j' csai �s,rz ts2s] , Y ncy usTk �$` e .�vFr wn g i; � uwz ula: ,sls] ISIYI azaz uz .`ue.l � ,ts•Ax '� uw, i- ,sln Isult sa,ax u,u a Jl t'= � 'ypn rtf{T H.'!.G LU)NEf2.w 1].4v Y I�a2 "tL"�, 1S ,s]tla itEOT. '•u0i i 'c. f _Ti 'Jli/Rf:Ff ANf] aOfGY,Y, L]T„ Viii 151n- x•r,t tapas ,JAa, 1}Zia' "1( aCFCIX Re'M tT,. syy,.a kuvf �„r,'ELl ~ ,G•,u YY � _%� .t 112ri tsps] I,pYi - � � 1aaYt �} 1lhK a3� �y� w+alt f G auW _ - 4 uuri �t tuu ,.a,et ,arc: P d, �•; ,� �h - >aaz I Com+ tv,u] 1Y.}3, [SII] i33T I]aTi NYYt � ,SSt! ]Si TI ��ff li] Z - . t7i8i 11IYk ISYu yXa � I{yy xa.lyi I'i]ii � 'i4 Is,pi � FII!] 4' !]4]1 !S iyr]p tial t''•u •� ,JYa ih� p � C�.�� ual, F3a]] iYa]T C 13.11 Wsc ,Y ;�} le UO 43 ,w, IS+aa ,sw s«2 TJwz Y"x SalvaOrK lx[ D tay Vial � ,,tai's isal, J tYli+r tx>7 I.wn u.ts .• wn is.rz F � -- � � 53 SCALE IN -FEET LEGEND STREET ADDRESS MAI' 38 CITY LIMITS Q FIRE STATION SCHOOL FACILITIES gd ELEMENTARY SCHOOL qP� INTERMEDIATE SCHOOL •p9 4 HIGHSCHOOL '. SCHOOLS OUTSIDE OF TUSRN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAI' 38 ,w as fy4lrat tl,]ULtYgieo ■ S �j( Ir a,�rr�l„-1 E q Alll Al r O NS/N =]Pax ,?Oat ,wax RilbZwPY rt ■� .v4%,' f?oa3 - Y.Wet ty�: e}P], E' A,a uY 'A t]Pet ,aiSl fY,Pi f]SPI a r tai•". SSI., txs] Isla+ - e WIPE ]x]Px a rnP] .alP] ,>l� �• r u w 1 � .PFsi t]eC t.vs tY'xt` =Atl , 2T1 V]2 •f. a r, Ri t w A�viR PWD PPW o i �•, 1]xt2 isxa Iiae: uxe, =]xrt ii r Isxi,. t $ ,szPz ~ 'fAtl! Iy,p]YJWI `.�. t]]4i 1 I],iP2 rLSi SSy], +utx ` - � SaLx C t)it2 ill]I (k.'dM IA� Cl � � •s ,]wi ,]]u ' IVPa ,]nI hz X. wr r Iw:. ,SD.a i PuuPit Iw, nwtr ��''q� • ,s.m � CAPJFGFxMA 7iMFL6 Q 7$ l5Q 325 500 SCALE IN FEET LEGEND .— crry L1MITs QQ FIREsTATION &4 SCHOOL FACILITIES O ELEMENTARY SCHOOL INTERMEDIATE SCHOOL .g S HIGHSCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL OISTRICT STREET ADDRESS . MAP 39 ia+.r a AFYLLA T N, LOCATION .91 9A -)q rIg 99 MAP 41 25 yl� 1w 22� Ana SCALE JN FEET LEGEND STREET ADDRESS MAP 40 CITY LIMITS FIRE STATION SCHOOL FACILITIES V ELEMFUrARY -SCHOOL INTERMEDIATE SCHOOL O HIGH SCHOOL' SCHOOLS•OUTSIDE Of TUSTIN UNIFIED SCHOOL DiSTfUCT STREET ADDRESS MAP 40 r n(ATInKi AA Va �• .� --'iR�1HE y6uLEYA&P w - ' tsxW --_� urn SYds. -r rws:r ' � • s��u zucav AYAAF y ? ylgy il26i 14M 44 p44-lA "f ossa -•� , _• oSlaa dRTTA gVEvalE UO 47 v G 7'1IW 225 WO � SCALEIN FEET LEGEND CITY LIMITS FERE STATION & SCHOOL PACILI-WS 0001 ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE z] OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 41 ca 10m ■ MAP _u st 75 I'm 225 SCALFIN r XT PEPPERAEr 'ms1w 58 A48 V,WIRcr 4Dkffi9SFRA 109N &,ez"Na _ .1 LEGEND g Ni, CITY LIMITS FIRE STATION a SCHOOL FACILITIES 0W. WPl 7i ELEMENTARY, SCHOOL INTERMEDIA -FE SCHOOL SCHOOLS OUTSIDE ZY at OF TUSTIN UNIFIED Va SCHOOLDISTRACT T -T7-, F7 r-:lza- STREET ADDRESS . MAP 42 MAP _u st 75 I'm 225 SCALFIN r XT PEPPERAEr 'ms1w 58 A48 V,WIRcr 4Dkffi9SFRA 109N &,ez"Na _ .1 LEGEND g Ni, CITY LIMITS FIRE STATION a SCHOOL FACILITIES 0W. WPl 7i ELEMENTARY, SCHOOL INTERMEDIA -FE SCHOOL SCHOOLS OUTSIDE ZY at OF TUSTIN UNIFIED Va SCHOOLDISTRACT T -T7-, F7 r-:lza- STREET ADDRESS . MAP 42 crr: P`.+"rStr: - .. ,- "REQFµ7:t�exr •A„g,�er � . alp 6tl6 bA ..4MW. 5b ^" -1:- Q r+k-Ia Jd fll J^" ♦fI/It ' « ! a� /q JSJJJi JI�,rirle�. e;_a_ F .7w J/JdlJfisd!!/�J ao,r OCF'rC� F I lY " z 60 k i q'if�kt mo- n aw X tya "'1 PHQYPGCF SVFIL'{r 3iy ' rxewae x� •5� . f'+„�Itlay-w�-,r,1�'1°h[�i l�_�-+�p-raiz actakxu+nacu MAP �■MAP 30 Q 73 .75U 223 3tlt). SCALE KFEET STREET ADDRESS MAP 43 - LEGEND CITY LIMITS Q FIRESTATION lb SCHOOL FACILITIES 6 ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOCILS OUTSIDE zj OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 43 - TUS7115 HIGH SCHOOL SCALE IN FEET LEGEND CITY LIMITS FIRE -STATION SCHOOL FACILITIES FLEMGNTARYSCHoOL V INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Or TUSTIN UNIFIED SCHOOL DISTRICT vrr . rl y it PARK W2 STREET ADDRESS MAP 44 W4 —�,lltz;i� r6 r TUS7115 HIGH SCHOOL SCALE IN FEET LEGEND CITY LIMITS FIRE -STATION SCHOOL FACILITIES FLEMGNTARYSCHoOL V INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Or TUSTIN UNIFIED SCHOOL DISTRICT vrr . rl y it PARK W2 STREET ADDRESS MAP 44 W4 LOCATION 68, 77 No 57 � -- -- - - -----=''�'•-- MAP IK EC}lN6ER AV EN UE fib iaxv.•�� � • +cwe5oa sixtCr - �'� Iii r fl.: GOA 77 :ZZ SCALE IN FEET sm - AMIN '� ��:��� ,i "r�.'-•- f ,��t' �-P! � i I�i[ �'#'�3-1"l-t� 7'€ "3 i �'3! "T � t }t ",I� `""" �'=va wievr'f 5'�uwe �,\� :�"•• 1 `'."_".� mar`_:=".` ;,��,:-�„�°'�,�,, ° �-�s_���i�.ff�'x s�_f_r"ts_#�i�#•e�,t��k =•�if� itlwtt� ,� .wauswr Smtxr r`::..; v �• Y =;i - ?:... , '.nom `= , �� 'y�r\��' ,;Ct .� '�'•'r�r_ ��4F 1l .t,wffi.9. �..�1Y_„ �,.ifi,,,, t (, YYY �- � . ' •;�''i' '��J-. Yip- �,.. ��"� t-.,�"^ � '�� � �. •� � . , t ^*'�t � �;' , •:,-�'` z=.. iii« #t s t s r'--;... �t91<� i.�.!}}""*r'"�;f..r ,-t j► �� l LEGEND +.•'... .av Vit' t�-l]r.R=ws°--. R�3Y,n.J.r-. _._ •j +y 't -.. �, #lit#ttt:. ..:1f#••i�..ti1,;; �„li#�:�..#1#.,.. t -•" - i'i .,, `.�� ,.,:.. • l _ �.:.T, .» � i 1^. � 3 �........ CITY LIMITS FIRE STATION w.�-'o-�!fa•t,,,;F ,v,' i v,;r. �ruavty+ue t� •—•_..._._.�. ® SCHOOL FACILITIES ELEMENTARY SCHOOL, ' INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED E�' yYf TUSTIN LEGACY �f 1 � SCHOOL DISTRICT STREET ADDRESS MAP 62 'Nor tYJuo— AMP Wv4w �r AL I fiSf SAtiSR AMAFRCE:ygy &W53 SCALE IN FEET STREET ADDRESS MAP 46 LEGEND . ^^•---� CITY LIMITS QQ FIRE STATION SCHOOL FACILFIES Y�Y - O ELEMENTARY SCHOOL INTERMEDIA -I -E SCHOOL HIGH SCHOOL SCHOOLS OUTSIOE 2s OF'fUSlnN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 46 3 LOCATION 45, 46, 47, 48, 49, 50 ' ' - 50 a 49 i .0 48.. kW 4 47 r — rrrrrr*'rr r •„��'�f� fff f��ffl epytiN^'"£n�E. rr�rrrrrdrrrrrrrrrrrrrr V rf INAGT r.EG ! i Lq � 4jj .� I �+{E .ka,zrcE7�LhCc EARS �`cacw MCAR ` •' � j tY#ACF Wdl ' s � ' ST ...—. � Et L'hfilNL3kF1l -�•••_•_.._�I._...._�.__ _.._. :vsarc 2S7W �M1p arAlrr.c Bu p •� aC3VJI. .'rfAC — 4 'l iicx if & Cue �__�—'---' .� a i :, � h r• Q 75 SCALE IN FEET . � nUFafER �f ___ - ' C 1 •� 2'1Y17 'gyp I ¢ ,�AkxmtC Yaoiff k _ LEGEND cxxTca ;wne I FatrDx 5 t•� `�� R ii ff — QTY LIMITS ff A SCHOOL- FIRE STATION L FACILITIES -_ a i®t ELEMENTARY SCHOOL N�'n�rACE - FUSIN �• •�'' �P[ INTERMEDIATE SCHOOL, L.'CaLN- •' iIMYfNIIi '� O HIGH SCHOOL Ie w*KrTpLAcr . y 44 i,`ep� ytl' SCHOOLS OUTSIDE ' 'tract eiuie Z] OF TUSTIN UNIFIED j ''�,�1_ A r �,e �•F ,u'- ,mow SCHOOL DISTRICT G\" k rusm /� pdy� ��p� ` �SNx � -4fxUS Ya SAN ae ert■ e# ■slestl4ellll!'i alf eer e e a -lyR T3A APkk4aY ��""" STREET ADDRESS MAP 47 HGF 44 �• _ ,u*a Hul, +1.a'i2 taP3, ,. t.:,a1 ;.01, „p4a — - — ,.. ,w+x sw# taw2 w.. Hca �•ar2 kaG.c i.Oft•' . vIJH,XR _ � Hzm� cgercz ....i' �R S lZ t•1Pk s.py, ,.o1x suw 'm51 ,wPf < +.u.2 sra•: Y - .- a�11 ,tr fHIY 1.Oi2, ilYe ,.44A.• _ Tara, .in i 1 2 i h • f«xx - '" ,•: in. x4 .+.: ,a.ai „:2 atv iaaa px x[11! ,.�y to aa: te4P Hry, faea HIH � HiPF `1na • H,u ,,.r �axu7 ,.ur *•+.- taut l ren M s.ms � 1 y3y H,Pl taftlr �. r+rP2 HWS � HtP2 i.fP2 a.,f`t :if,#C. OPoiG au ,..'pl K ;.101 iNW �' raw2 ,a'Ipf f•113 .,..., +•�a: •2m aaz .�a�{ n � �T _i � 5_i i � � ,,.'tts TAG . lylr H1�; t.21, f<2,i i,1ti ,.1�2 ,kir akf2 n GT dZSf � _ ARCD g4Cl. _ J ,rxs+ rzax ++ar � �•2s1 uu. `•i'P iC � ' R �, X 3 sws "m, n 0 75 ° 550 775 g:'�,Q SCALE IN FEET LEGEND ••-- CITYUMITS ® FIRE STATION yO SCHOOL.F'ACIUTIES •tCtP ELEMENTARY SCHOOL O INTERMEDIATE SCHOOL HIGH SCHOOL. SCHOOLS OUTSIDE OF TUSTIN'UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 51 7 a i. nir—Atinpu i R. to - SCALE IN FE€T W,& HEISUN y M % v 'r w r a K t is a%_ .. t. MwM i yY ^ +MKGKD xux _ tf LEGEND �-+ '/ CITY LIMITS �FIRE STATION SCHOOL FACILITIES �k ELEMENTARY SCHOOL s � INTERMEDWTE SCHOOL i Y ' G 3 - ■ e - n� - HIGH SCHOOL SCHOOLS OUTSIDE. OF TUSTIN UNIFIED SCHOOLDISTRICT MAP u =L � "F STREET ADDRESS 18 MAP 53 I (V-A InhI �-) sw 5 we: rU1Dek AvckJE � moi+' r r3uG.1 . •ri� rr � . � gC�1Y: t I /f/ r � � 1 ,al�irx a>: y x. r»cs vz,vY -ry asi j yzr % SCALE IN FEEL • i t � � �� U. 9X 4t pLti�^H iR9{ . l ///"��`t.. �� ' f+ � •� l � ,>_ sa iY. !f.. .i'r2tY . .riYz . �/t,` ' f " ��L � >•F.iGY ;,z)p rMCr 1iJ4 ■ ! FM��E C f f- - t LEGEND 4* awe CITY LIMITS RRE STATION SCHOOL FACILITIES 13 1& ELEMENTARY SCHOOL ]HTERMEOtATESCHOOL tf�{ HIGHSCHOOL SCHOOLS'OUTSii]E d 1 1s>a��Yeaaf SCHOOL DISTRICT STREET ADDRESS MAP 55 LOCATION 11, 63 a, w3r.s+ur .s�jv;r Y,OG� swt �$ Fate sa�xen wze uH¢ +•<ns. � r WEse „� 1 ;p2r 1.621 W4a � .aYit e.6'li tMiJ 3 I--. I i 63 ru$ & W [Him } �.ei++ r..r. .w: a.aui j ,,,.nz a+cc• wya ,cuzus [BIR 1 [ `a t_" I . asnf ulT4 [. iW2 ra7xt . R LM ..c. raAWC. j t r) Ef seance � ••����r����`°lgl�� FdCIfRT v a� SCALE 1N FEET STREETADDRESS MAP 5& LEGEND CITY I-IMFrS Q FIRESTATIQN SCHOOL FACILITIES 10g Cf EI-EMENTRRY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLSOUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREETADDRESS MAP 5& I w w LOCATION 76 i ° 14, . d �wx wast . iizx _, •�` ' W 4 75 TStr 725 3t]0 SCALE KFEET i� LEGEND • •----- CITY LIMITS Q FIRE STATION! a SCHOOL FACILITIES ELEMENTARY SCHOOL - INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTfN UNIFIED SCHOOL DISTRICT STREET ADDRESS i MAP 58 14. h � K J �a q PARK rRNNf GFN a Ml •. n M1 _ aex - wix-l�ta1.9I.0 R +IK� - a}7.xps-1R�6 F.T 1GY uri'> `.Yn - u-ws-a.. >sUsx caw k s+ut� YRACY d45� MAST '4163 i - d - -i--� a -" -- -F-- - -___^_--_----------------- ---_--�- —+-- ___�__ MAP Qa if3P Q 4- 35� -SCALE IN FEET STREET ADDRESS MAP 59 LEGEND ""•--� CITY LIMITS CE) FIRE STATION A SCHOOL FACILITIES ELEMENTARYSCHOOL INTERMEDIATE SCHOOL O HIGHSCHOOL LIS SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT s STREET ADDRESS MAP 59 � � eui�.o.EaavcxuE � 1� a. i t 4 m, 1 t I b . vkr;.c,a avcrun hop dS a.nf., ee wms n 1s SCALE IN. FEET _ LEGEND — — CITY UMITS []Q FIRESTATION SCHOOL FACILITIES iU ® ELEMENTARY SCHOOL INTERMEWATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL- DISTRICT STREET ADDRESS MAP 60 -r I fii`ATirw aF ao _-_------------------------------------- -- YWx Arnr LE Ye,:. ±` 1�.1t L§T-17 .=L �1� l �k_L Tip i—1 l-1, J VM 4tSl 2 ' rssyyrl" _ waaux rwc, . . s - - ��i'riut99 - - ycyr s�n!«'•:ar�n `.. 'u�m.'.-''isia.: tivu. R +a0f2 is�s�a 3 ¢ 31� - � .. � A •� 3 � � _ - -= __ aver: ,'x,�a� ,wx' � 9Y,(. 'raxma ,s4aq � .: . r' ,.u.s s,xlts 7 mm�., `•. �x�---,mr `4 �;• f v lT ,s�'t ; n. iaaz . zri N . - "2v -r�r =S_ _i S $.. 5z =,'�'•,',i '•fin i ,aT44; T'.:IWShA; sYSFE, y�yM„ _._____..__.__'_._ _ ._. � ;,.,,. ,vnr"' :nxw ,szw; : -'. Y'ia i„ _ 'r-' - �' �� „ms: �;,sxa !�; 7a�uaa s-' u! �g��-"�F�♦ 2 1 ` z •,. � urs,; . ,`-.4 a>m� [ � :,s2a� l:av:; i,,,+• •....:r!n'� �`'�-'S`•S!\"�y`�• _ _N!z,'.-� � R� r 6fYR'•� dy `�- l.B ; aa[i!u/i SOlitSk ,/5.y � ��r itY-: B'•�r•`j;T,. � y� � / .i ` n ✓s` Tus nN LEGAL `4 s ✓ J�s ter. t• r��' s d•' d:a 4 i ., y > .moi-s:�l .+^`. ��-�..✓� ; P ,"'S �•+��`� `tt - 66 ttt pc:J ,s..s 0 74 •150 475 300 SCALE IN FEET STREET ADDRESS MAP 61 LEGEND — — CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL O INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Zj OFTUSTIN UNIFIED SCHOOLDISTRICT STREET ADDRESS MAP 61 LOCATION 13, 17 a MAP 32 w _= F � t�E LL -r---r-__________________________._,_.-_ As) 1) 75 iso V5 wo � SCALE IN FEET LEGEND ----- CITY LIMITS QQ FIRE STATION SCHOOL FACILITIES i® C ELEMENTARY SCHOOL INTERMEDIATE SCHOOL 9 HIGH SCHOOL SCHOOLS OUTSIDE �j OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 57 71 w ID LOCATION 16, 64 0 �a 64 s b � �x�, I€ �2➢66 p 75 15C 225 300 3= SCALE IN FEET f 16 TUSTIN LEGACY LEGEND /VA�n CITY LIMITS `❑F •� FIRE STATION ® SCHOOL FACILITIES iv ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 63 v ___' _ _.--_.,S_�}rr•a•11�i-: �t�a•tras-ru-s.wllFa-t•ri�A-t-Y.•r-�I�t-1F t-t+r�."fF•�- . 4 aN ary. j fA " �ff""" {${ 3• {� q , 0 h ilt�1�1 �.�� gp • -;-74ff H 1Y - ,y :! iS tR •- ;x{< Nb y ^^•'•".... nn 'C—'' _�`3+jai w��->Y;:; fw irr 75 150 2Z 390 SCALE IN FEET 52 -�' •i� .ws. ,{�YL�Ew=. ��' �=c,s� ,xua � u � cn Li[ :SCD r. .._q�—_. +� y�• fn�SM Cf L:1% ..Yx'Yn_tm�n4:.•-1fi 16 :G ;xtl:; , 'r1-__._:-ac=4-^ a xacrmrz� �. R � a iN4'flr i7FID 1 `�ti try, �+_yl '�• H?,'9' �W+iii"' . �„ alai' 3;"�"""' • �.�,'4, .4 ;`°/°•�� .�'-�..r� x. �es':::`-_wwZT.?+1 Sr1'',su „z !SiF'.inc? Sas iis; ;Yu'st6, ° O*,\ zR"X;a:.,iL:x; a i ? [ .yv3+t}x�....:�s.x'Yi ;.Si es�i.><<' "j z�T-�` 1• a35 K 5 S � � •31� v .� �%C ."ui �.t,gp5+ H :�3ss i5'.� i �� H �.s LEGEND CITY LIMITS V6 "� 13]14 x a G GR- I 3 s. = $ t .m mr ; xur . +Sa. R " . •- FIRE STATION SCHOOL FACILMES I sos ELEMENTARY SCHOOL INTERMI=QIATE SCHOOL mmHIGH SCHOOL 1- .°.fir w. •`,,,' ,aa`- a SCHOOLS OUTSIDE ! $ 2 i id---------- u1�- —'z i `Sz2 :' : � oz ■ n OFTE1STlN UNIFIED SCHOOL PISTRiCT � au i ♦K ,w y t ' ' � ,Sxz : 1 15t h • ,w ■ rutr usm . u I •li . Ytu w5r= t �"�' .__ t pp Rfb'iN F�Iy d R.A Us ' faa2 1 it, 3g ila iO+J � CWt eM. $ Dl_� r><a • ;SK � � t F uta r ^__R K STREET ADDRESS _ _ 65 MAP 64 �n v .L LOCATION 70 a I { D 75 750 225 SDO SCALE IN FEET r . J t'` TUSTIN LEGACY LEGEND — - — CITY LIMITS FIRE STATION r-•-_y-,'�"''/ £ 70 aSCHOOLFAClLIT1ES _ t ELEMENTARY SCHOOL Ef INTERMEDIATE SCHOOL i HIGH SCHOOL Ll SCHOOLS OUTSIDE OFTUSTIN UNIFIED a * SCHOOL DISTRICT I is O.C.f.Clt R1W (BAR!?AtJCA CHAIdYa) I i MR --wpm 0 mm 0 am wom now BMWQORIONNo* STREET ADDRESS -- MAP 71 14� T7 l --JiS7R_CT--- w..v ._.__�____...._ - 4 x ■ L J - TUSTIN LE&ACY ar \as m. • r �nMtlCREEROTff + �rF x ■ a rr■r r x r asr eF nsnk s:■rr rrw.. w r ■ rrrxssx rrs r.rs as arirr x r■rr xr • arr or m..r xw g� � iJ. ,SQ 72h 30R SCALJ~'1N FEET LEGEND STREET ADDRESS MAP 72 CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ge Ci ELEMENTARY SCHOOL, INTERMEDIATE SCHOOL Q - HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIE SCHOOL DISTRICT STREET ADDRESS MAP 72 LOCATION 7? MAP 44 rulew (} s 0 76 in 275 Sao rxrcr� a -SCALE IN F5RT ,OSe �'lm SF i' xrafS 1� _ � -- + f• mo 77 VALBYaA 124AMWV AliIENS TLRi E baba t s 'w { VIP WiE itlo ii7iP xeaa atom =m SDEfESJE7A�F AC � 55s FR4wk2 'INRx ft �'^ �L Yom• B �� �� m Ae0 IMP xrax 1 !� • YL W '�G r2 .'it ffi 3 Y, ? $ 3 lxn� % b xe7W IH �1t5 area � Y.:t Y Y. ti a I > °J n' x 1 r 2 a x MDAr LEGEND CnYLIMrrS n7a x 1 ] s�'#+•�<i% Ea f� / 0 RRE STATION = xusanwc, wr la.a iu SCHOOLFAGILIT]ES ELEMENTARYSGHOOL Mull'=,�y i•�' -' d � [PfE'ERMEDIATESCHOOL �B a at�J� 1 >f '9 HIGHSCHOOL ` nv rAW SEGOM FMNDDxs / � �I � � s ( 4 SCHOOLSOMIDF, oms- IN UNEFIED Lij err s ' SCHOOL.DISTWCr EB EB ' �S''J9)C46t1\RSESA PNe4wtY .r��. ✓� � ��~� .---�„1"`—~,��-�� "P 5 I�AP ya Q \rte STREET AQDRESS MAP 49 K FBeuQy "0 71 LOCATION 73.74- 73 a 76 %W 126 Sao SCALE Im Fj=Ff VAMN PLAZA C494& U HIM TAAMW AAVA w maw" Imaz t,w— LEGEND "Al crrylimrrs iziRr= STATION 4b SCHOOL FACILMFS waxwn ELEMENTARYSCHOOL Im MTERM�QXTF-SCHOO7— HIGH SCHOOL 'W" reatt 7m SCHOOLS OUTSIDE Vw -um :E.:] ,.,w OF TUSTIN UNIFiFa SCHOOL DISTRICT TWT cvav STREET ADDRESS _P7' 711!mi i MAP 50 74 MAP SS igri�.n.oeia 4� AYA1�1 /(tB y_yw�jyNy ppm � _ &WTR fY.AR3AVP1EtlE LgYfri-L4AYeM1,E�� ]S1E 3 IAWt is T im XS!!2 1954 a,� ,3nx im, a ama a.Me lsssz n 1364 - ,si4 a�a - xa�x 19e9R ,� Ff r3�L 'L16)1 1.154 fi'. a 11•.18 196xf ]93fi a9Ya4 47A— ai, nem ]9eoi +amu 9� ` {F,wiae wia y aRex ,mat a65ax alit 4 a699x ]6L11 71n2 >1 19at, Y6Afg 1--" ,96.13 ]9i4{ # LiYp4 tAE i 75 ]SR, � �. add t! R T� SCALE IN FEET 4 195ex Y9Ya,xijt iYk ]9Ea'[ I iJ6sY lxart 'CIH ,6162 —711 i1 — Y,,si, F YJt¢ r 6 SS F�N1 a56Yt 1'¢, ]^ '� % u� 1S6ts; LVR C 3 iiiZ ,� L i � Nii6E LWE � � ,'bRl bT ,3P12 a9p1 t 1}]Ok 1]fm ltl(a Y 1�1i� a6ii21]6i] *9EiaF amp ME ^99 �y �ar tYk# € ]J19t f.+tNP9 1t "M x LEGEND ##w'i11t##fie# "="_=� ` F `" =' ' •-= STREET ADDRESS MAP 16r ------ CITY LIMITS Y C FiRE.STATION ® SCHOOLFACILTTIES ELEMENTARYSMOOL MTSWEDIATESCKOOL ,9i.2 � HIGFiSC,NQQL SCHOOLS OUTSIDE OF TLJ"N UNIREO SC1400L DISTRICT ##w'i11t##fie# "="_=� ` F `" =' ' •-= STREET ADDRESS MAP 16r V FAIkXeXEHA4Fit0>< A I'i—l��—[ . [ ram]t r�nr l ,3= tE�n ,rwc r3arz Yana ' � ° "ZE ' 4n +wx] •c cc ,7' ,war 0 73 ,W 226 300 SCALE [N FEEI" ",3a3a x1Ga ,3a1e tsm ,am SSO,1 73r � 'laWx" YY9r )XXA r3oa, 4 i.Ylv1 iUy"1 I � ,3M i vvet � ] � rao3r ']w3t ,suJ1 YTeF EiWf ,3Cri rxrs lzm Y9N1 +tea root, rN:S r 9 ,mm[ ,aou->ssoo, 1u ,3o1¢sr r -Am2 ,xa *3oyY rano, ,gsax um 5 13ai2 1 { ,wst r3aet �� i mu �� imo �� sant, ] s,rs ,ame wt a Af'II .t,b , ,3414 F t9L42 ,%>'� ,s,YE ia1Er 1.11]y ,m74 aM+E 13M •� ,mt L.j 1iE5E tanz ~ - mawy 4NSfL -� rSfs, tMQ__#, i= mix rarax — t $ � i r; tmtt — L LEGEND _ rmaa r,aw ,aaai fsis, rsau °----� CITY L[Mf[S RRESTATION tna +rns Atimirkr oma a3an ,am, +xirsl[ttYdeK - *sm ,aat SCFfOOL FACIL177ES ,sam s r>m ELEMEMAWsmaOL [NTERVIED TATE SCHOOL ]asa, . J xmw Ink ,uax > , ,asn uvt ,sin 69 HIGH SCHOOL t Tyr` ] gg s 3 ,ma egg rSt4& i ]a>xt 3 �j SCHOOLS OUMDE OFTUSHNUNIRa) - 1333 ,z,sx S0400L UIS7WCT a3sa ff mn ,�, rasa ,33n — c i ,. ,1•Ft ,S,q ia>ti2 ,g4 ,aen 7 wac rsaa x,im nrnt "� Ata 33.301 i9a'1 ayaa ,aW2 � � 4�m � � � � ,ate ,sux ua, rxu >,rt.z] ]xn zsw :au, f.*�z +sen ,3,bx ,ata tsta Ys,ar rsuz rx,vr ,zr,v+ +aru ratiar]+AA ' 3AK'pAGtltaltAY✓R1L,E �i"'[� STREET AD n p 3✓ fiE�S MAP 16 MAP I DSF YS �>• R7 00 LOCATION 68177 rw a EDINGERAVENUE ..rsF:xrerx mom~ _ a>o. xnrYHrxr 77 f SCALE (N FEET •taxonS +x� • C S a -.m�.� ii E`3 a 37Tffft� frfflx a f.€.#? 4WV `Y �oxW.�r PNLY A^ti �� 4��'`}`- -� �� { �` ':w�-a���'�-r ��S✓xrca�.xr �..�U.[.� �.�yf �y � • 1M8 1 fir' ` f i S.•�- _ >i� \ � LEGEND x + .•;� fes' 3 [( ! ti,>. x►f�rsa ..tax— _�i3, 'itr�=.,..far+ }-",-� � l i•„`,��.--�- ;— T['� —i .. ..j i •E � ---^® ctrrl.Mtrs ext! Ixrtt` FlAESTA IQN ' y ti ,:• , i +' ! �± ..+i vvsrrcv, nvq+ur x9b SCHOOL FACILMES ^"ai .r. r -.•`r .r ...____.__-...___.�._-•-_'--. _ q ELL r=NTARYSCHQOL. AiTEttMEDULTE SCHQQL tilG^{i SGHOOL SCHOOLS x { o TusTrN umfla OUTSIDE t✓ wn 'ti3s'tttf.tEGACr _.CHOOL D[SI'RlCT STREETADDRESS MAP fit LOCATION 59 ( nr~ATinti 7'1 , t_ <t •• rt' F%.V L," _ � : 2•Yy A a "yr`�`+ 1 ` _f'• .} .`� . e `4y`e _ �L`tt £• �' .�ti. Y i ''.Y I'F4i `. :X j'�;�1�i1u.:Y•, - u', .�43 ,. ' ;. .•vr, y /` " ^°yet'. � � � -i' `� _ u,�ati �` s�� �..:iy _'.�t4�.. F�.� :.,� ^' �t:.., •� � ''?`' _'"i`.. �. F � F rt. ,t.:.:t-s• xx if.6JJfi3tY � n r, TUSTIN LEGAC;�' �t w,Y bA•``'. e 4`Y:':dr-� 's ., An. ;`�. �— _.i.1•'-1 ��,f `�e•.`x,A - tl� 4':i �MUF,'fsx ':'".' _'- _ 'try `�. .x".1'1. �-•5.. t2 �� .~i� r -.4:=,. �i.:':- "�~• \ E.`w... :i v. shy;. t :— r` No SCALE... LEGEND -- --u- CirY Uffis FW.E STA'00N SCHOM F'ACiiM S 7 S9 ELEMENTARYSC1f aL WERMEDIATESCHOOL B "GH SCHOM SCWY0L30ZffSDF SCHOOLUMT�FiF'-Gr LANDSCAPE MAINTENANCE LOCATION 91 T Ln 0 4,). J - w L*J rAA u 1k 1 �d AVME POM2!LA st ggzRff& n bi "m "A 67 MKIIIR s7vc-P 0 51 WEE® ABATEMENT i,_ _ _ L----jI 4 ; T. �.r��'€ FAtitPi:.VFkF AYEPIUc � a rs i 2250 r --I } € 130Sf f Tam '3=b i 't� I ry xa 1wa SCALE IN FEET cola rftiv ( f I 33a2a ,aoaF }sane I > 3wu 7ao57 }3012 s3o#a !3055 f3p1300faa5x ? � r Fswz ism {{ s l3py+{ x305€ 83082 Mm, £903€ s €30et 19052 }9piq lam iii � � x3092 �` I bRaCF ?3D92 x'rm1 13= 1� f 1307.. 190]3 laonl 51 wmy 13087 , 53ft € 1%07'1 {W7t VW€ 33074 ° '.90e2 73 1 #x032 43x92 E3}DE 1A1192 1JWE {SRTt t . }3102 f3fOx {3704 k3142 130. 13092 13091 -- € I � 73091 F9aH 11£01 ,FDF42 13M 3300E 1 13:t'€ }a£a2 } 1 LSFM A 13113 =xF=2 x31fF 13F€x #311229212 I E312f '€3Ix4 1317E' . y E3€22 1517} 1+11=2 I3€}} f3Fsz 2.2!21 E ' 13t7= F t x]45'4 jj tmx3 134x1 !32x2 231r I }JF2F 23182 3 0 EE57310te((2 F'J74f f]Fxf E}�— 1(Y)p#Z� 35!32 f 7 1 !9123 31'42 i+� 'i7 � 13#32 f343f }x432 wwrlEy 'S 19€87 331K T3,#2 tiff" � � lsan . E31D€ y r M xx RUM DPW Y^ 3927E 13372 , E32A iXLM12 3b7 3aux a:2S7 1322.2 € ` LEGEND F}St42 53 w } #�S s3f +9ztt {9za7 lsxmc — i5� latex . 7sxu 3x2{2 _ [ = ""••--- CITY LIMITS a} € Fa272 s3af 13x72 fan Q FIRE STATION } 13251 x j �€1 F x22 I SCHOOL FACILITIES 13271 #3$71 T3xeI 1750E Af,SXX{i723' IXtli£ 9321' 2 T32IIi }32Tc 1329£ �X }�`2E _am 0.1 13m1 23x52 132 ''ems 1 ,sans F33E3 133 29301 13 ' ELEMENTARY SCHOOL ` 1�fz 1an4{2 133ox } INTERMEDIATE SCHOOL #38at'� 14M F F329x 1350€ ill. 73321 E3a23 30321 "� 13311 t35$ 1322, 17x¢2 C NIGH SCHOOL lsasz R 1=1E331f E33Fx r: 1331f y'dSs1 433 Y2 t#7 ,3342 + 7935€ F 1 7?2 7 SCHOOLS OUTSIDE lama 33x33 1se1 { 275x2 le5mxlt5 low39353 }3s4s 1 _ xus Q b OF TUSTIN UNIFIED 151 ,9 sz 1332 23x5 ,�, x�m x3s{4 # SCHOOL DISTRICT 14=4 73x!2 £3ws [f 1"` .T xa X81 'x3332 ,ries Ism. 18 :�ez n w a WEED ABATEMENT 13312 3 ' 4V82 13M € _ 133ex x3562 � Um 73x12 uz 133!22 } i =333% 233x5 ' 1333E 43362 73 7+ E3€4E } f r q'7 ly Cf2 4S9yF } inn 3aH _ Iaa92 1353E 7/Oel r V 4e SSM2 73iGF 93M 9x¢01 ` f t3W7 13462 1 k £3M j Amo } €x £34" 73#2 i� E06Y ik9YE 1� ( � �1�a # [ =x362 [ 2312! f F 33(Lt{ 73#x€ T3{.� 1 g'a , 7x92'! f�a: F 1 ,Y = 7753E _ sj — F t j 435s€ 73414 j^ w ■ s � x s R +� r _ € �.._.._.� „,„ € x3fix .�} £ 33#52 � x3552 � rsehz 35{31 ip !''^'�----7--r , I SANTA C-RA�A1V.-,1UE#-� l-�- ^••`-� s[ ` t STREET ADDRESS O1 MAR tWfFAE4 A—�3II%i Ami A1Bk7fp D srt�r s Sl YTAGEARA AVMUE HUI— t35t5 EC F7. E3= 1=31M qg �Om 13TA2 i3G3k SS�2 '13Cit ■ �.�� LANE 1 E5� I 75361 lwA SANE Ow E�SAi itSebt �+' ESeei 556721 73e�Sit � 762 966E 10 r Et-��yj! {tom+ tis t5�7 � 3£VENF££NiN SiHEEF v 7$ 150 226 300 � SCALE IN FEET LEGEND STREET ADDRESS MAP 16 CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT Es WEED ABATEMENT STREET ADDRESS MAP 16 l I 1u► 1 d tatwf fsmre frim taste � #. w►r.i _.. a xJeat !9�+ t7871 y J�r i3a� iii t.E*'fmaa I I € aaasf f� i i taaa, ty faaFx t�{7P �} y a Bern Y 3 twat" Llmoe zr lsifz t € 4�r- (1732 ;# ta7A y Ja%m tuts D 75 1517 225 Sao SCALE IN FEET ,l t semSTREET ADDRESS a *1€ MAP 17 mo Iw 2 w .v sysz LEGEND -- CITY LIMITS "Z ® FIRE STATION SCHOOL FACILITIES 11O ELEMENTARY SCHOOL tz INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT s s e WEED ABATEMENT ,l t semSTREET ADDRESS a *1€ MAP 17 mo Iw 2 w .v d MAP Is _"� l J�.�J_4_..!.Ltl L.. �„�. ► ' �___._r , � � t Ilr I � �. � � �� �.t..� �. � t 075 i,50 225 30 SCALE IN FEET LEGEND ®•°•� CITY LIMITS Q FIRE STATION If1 SCHOOL FACILITIES 1� ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 26 Iw 34 Q Ion V. co kW 20 F. fi@I t93F£ FaS7 lY3lR ia67T K' g weo-s-F, p166E uF aef seen tm�± i g, q{ g 919 J j ¢¢ 1ni•Af s`]RiEi — � f �7 Y1B12 fi27IF _ } p 5>r�i-F, f 1T 70 t14b6Y j F� ,7�� { p 1'JLIF 8 Y 9c — Fze� 1 T sz5sa Y 'sem M1 Yam 7vnz ` I 12 , I ,fir -. ;L�2 f2332 1zsn3 _ 12571 is 52.171 wo�� a�3ri 1 F46, Q 1ar� 12 -MR Si �-----� 'd12lot" a tum H 1 Fzao ? 1 r i• Sas97 51x96 7 1 1250E. � xxWa faszf 37etYL � 3' I a rfLIGY n1s £ u F483S 5263E x affil � 12814 x26sY I azs4 06 14631 Ess` _ F6R4 7089 � F � EkABA At;A.�,tliE I — 1487E f2712 rofx 53� ! 1x341 r x DOUAi9 Lka 12741 F4743 I 12M •�1 � � 1 �+, 1174£ i12742 iF... .DQRk 7D 1276£ 1201 SRRDEN9 E r r fxtYt z }2zcr 7'� xztn x4744 �� FLVt FJpE ; � ,^" 12791 127021.. FiM n 12n2 IZS6F ---.2 12mm h2enz F1 TJOf .. i3 f 1ml :c F i 61212 I= i 72n ! 7983E ... .. .... ..... —J . i. r ��+ f415YL 13672 CITY LIMITS — FIRE STATION I �S� S � � ^ Mama 1zea1 INTERMEDIATE SCHOOL zea �� S � � � SAik 3'11622 I 127�z £zest Wm 1x21 rmm TRAE40? 119 £ fi266i 9ffifF Fa9tR wf'S 13434 .'c £7D68 3 i2AiF g3�ANY 3 1266€ 12981 11961 7USM LIiJES x2ae9 1221 tun —£9472 I gg a� �.i xwesc+6e srn..xt 12216E 3Ziif � FTip'T't 13662 � „�} x1211 12m< � ial KaiAm DW 1=2 zzrfF2 $ sa l 12m 13932 f � 9F.D MW 800-MARD 1RO14E BOULEVARD � m ! ! °! ! ! 1�lllt if 1 ! 11M S! � 75� SCALE IN FEET LEGEND —� CITY LIMITS QF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL 7m:n INTERMEDIATE SCHOOL Saii� 4293E � 31432 � ! 17944 PL 1'21F4 ��R. 9ffifF t3142 i+ GHURCYf A 1247¢ g3�ANY 3 1266€ 12981 11961 72461 OF SLTETJ70tt}E7Y 1221 tun —£9472 ■ 9F.D MW 800-MARD 1RO14E BOULEVARD � m ! ! °! ! ! 1�lllt if 1 ! 11M S! � 75� SCALE IN FEET LEGEND —� CITY LIMITS QF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT waw a WEED ABATEMENT STREET ADDRESS MAP 29 d 26 1402 V A= DME 17SZi 14. v fnx 4738y 17102 174M im 17�ef ii33i R T w15Er 1931 rhes 1r.2et ntwt msm rxn1 1 acmes diGftniZr 1YAr NetSf TIe42 Hare! � t87i9 t Itf! i g 1 # # 4RANALIA P&AZA i woon A mmz n 1 � . " 1 {� r � L7iE4RON , • ssa,1 Y Ya2,tt >u F94 , f elsam -As 14 1i n > > I � R4 r 4 ,3 a �`�i�"`� AA -r-\ t>' finita WULE PARD �� ' iN.1ci f�Y _ — I sr�,f I�vra AP.rHfi5k3'ra t 1ih 4 `a � 1 2. 136 29 Stc f- • 91a --r 236 1_ t� tae 163 a AA 1s3 " ina ■ el _ uR yza ',.c��c.om rwtc rtAce f u '� � m � f• - i S #� 535 i3fF 133 �4 F1'. y� V AM AM _ AN WEED ABATEMENT C {� ifF € !t jjI F 'A F A now AV (A d 26 1402 V A= DME 17SZi 14. v fnx 4738y 17102 174M im 17�ef ii33i R T w15Er 1931 rhes 1r.2et ntwt msm rxn1 1 acmes diGftniZr 1YAr NetSf TIe42 Hare! � t87i9 t Itf! i g 1 # # 4RANALIA P&AZA i woon A mmz n 1 � . " 1 {� r � L7iE4RON , • ssa,1 Y Ya2,tt >u F94 , f elsam -As 14 1i n > > I � R4 r 4 ,3 a �`�i�"`� AA -r-\ t>' finita WULE PARD �� ' iN.1ci f�Y _ — I sr�,f I�vra AP.rHfi5k3'ra 396. F7O Fid 170 i$S � r�orava � 1ih 'F!3 � 1 2. 136 29 Stc f- • 91a --r 236 1_ El�,i; glgj . ��J: � s 1 : ! Bj A dff4` 0 75 150 225 30D 8 SCALE IN FEET t S i 74tl6? 7 540e{ Si66i iiE69 � , N651 f ]i�tf 33 147SY2 1 x.ilf[ af M721 F 1 F 14141 r wAa LEGEND * ' —•_•— CITY LIMITS ti ® FIRE STATION SCHOOL FACILITIES �-i s - ELEMENTARY SCHOOL jy - INTERMEDIATE SCHOOL Y1's I Tsso 9!3 176 I ,� lYi � � � i ' n I i6 ciY 1RF S9E rrs 170 175 9e3 au mxeat�eoan R — SCHOOLS OUTSIDE fe3 Asa t� tae 163 a AA 1s3 " ina FW 9i3 P 93e F31 923 _ uR yza ',.c��c.om rwtc rtAce f u '� � m � f• - i - x3 �+� 535 i3fF 133 �4 F1'. y� AM AM _ AN WEED ABATEMENT 61RST MEET STREET ADDRESS "7- *,tw"-77:t), fm**r" '�" . r.. � f- MAP 34v v .-W 'VA ," 9 HIGH SCHOOL SCHOOLS OUTSIDE �] OFTUSTIN UNIFIED SCHOOL DISTRICT AM AM _ AN WEED ABATEMENT I^ 61RST MEET STREET ADDRESS "7- *,tw"-77:t), fm**r" '�" . r.. � f- MAP 34v v .-W 'VA ," : HI x cx 14Kb 1450 U10M WAY DX 4AY t>44rx iF117x wwaiJ at CITY PARC G7Y PARKWVATA EW7x WAY 14M 4! x1Jsw ROMA WLY gg # 4'P86 uax2 3Yaw arra cocu%seus f T4ECS 4441E �� � rx� �2 � r�i � � 7tlSTlN PARK IE€ u�m 14M }« 1. S h 1.zt=K WAY 2ta'� 2t71r rine y /A' t+7AfffA�frii 14714 ?t7i 2taz£ rtan ?4x22 [ �.., q 1 2 ! C6T,Y3t8U3 Ti7£1N 2473€ u7a S473i iRSZ a^ ? ■f� � 1141 1474;t4x41 '44742 M etxsi � Y �y '34753 i+�ggp [ 14/M U 1r 14761 � 2ilM 76tR T4� �O 13eJ1 147x2 e477f ?t%P2 1477( 23772 34773 ? ?1371 nom, 34731 01"Re14781e KA2 n r�srSPtx aArx exe¢tt4 < mar aa"In Y,iiY7YCL�[2 aine q it3SRt+� LYJli17iYAR17 c rnfcr J°aJ,z�� r m � .�rr itj 3 ows t33tl w� Y Ys? :Y.t."Ji1HG`iGV ?42W rr ' �y AHl1UAt 441 14M its 1 5� I rr 7f1JGi EYSiJ 75 iVmI.M-8 i low -M PlIMSTREEf aka 1 #� DD 75ISD 225 300 � SCALE IN FEET LEGEND -- — CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL rt I SCHOOLS OUTSIDE b OF TUSTIN UNIFIED SCHOOL DISTRICT WEED A13ATEMENT r�srSPtx aArx exe¢tt4 < mar aa"In Y,iiY7YCL�[2 aine q it3SRt+� LYJli17iYAR17 c rnfcr J°aJ,z�� r m � .�rr itj 3 ows t33tl w� Y Ys? :Y.t."Ji1HG`iGV ?42W rr ' �y AHl1UAt 441 14M its 1 5� I rr 7f1JGi EYSiJ 75 iVmI.M-8 i low -M PlIMSTREEf aka 1 #� DD 75ISD 225 300 � SCALE IN FEET LEGEND -- — CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OF TUSTIN UNIFIED SCHOOL DISTRICT WEED A13ATEMENT STREET ADDRESS MAP 35 MUT J 1402 + VAM �J Mkor Mg— � t44ft � � � le �5� �• ,� � &iSli "W2 144x2 y#jT4UC3 X92 14. qF 14on � i43iR x4671 x� �4s5ffi 72711 -} ' ' 14$17 1tS^if i x1632 t1042 ?1012 $ U71, # tf�{ f46s2 x362!£ ' 14632 V741 4662 [ 145= qq T4462 14321 14W4f 1456T i 14682 x4�E Tf6#I 14062 i 6 33631 � x46k ■ xiakx {{(( 14T06 yy Si l+FR7l WRY iiiCCi ■ ssrdz � � 14762 1477s xaa7x � � YW SFYINiw 80i7LEVRi2D , --i 2 a c I 30'2 I lop., MVD CREST p7Y' PL47A LAPAVE'i'tt' E' I � rs 0 75 1� SCALE IN FEET LEGEND STREET ADDRESS MAP 36 CITY LIMITS O FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Zj OF INUNIFIED SCHOOL DISTRICT m w ®m WEED ABATEMENT STREET ADDRESS MAP 36 d MAP, air acn VOW aaxrcuxia rr a :I i� INE 30C#.EYAFi© 3m g ■ ,— A i $a1ti��� Ij '�i �sm�xx ver i Rif hXL PLAZA )�� S '� M e_• f rA' �i3C12 i iU5'f�( IfEfGXi=i GN7£h' r3, 13672 ii tl i CNi&fiiQ AiEIY� W9L476 Ai£Nm � Ruers sa>aaa��eaxs qz� 1mIn 18y02 : ,31i2 _ 3RW7.7U�S------------------_ ._ .. YkiYZ f 1 13122 k33ri � PADkiOM SOVARE' & A F. 11121 � i8i2i. i3ig2 '3 � >� IN � f3t1.2 1.131 qq YJi3i 10112 �_�-��aRYk*i RVENiiE mw 4L 4 0 75 150 225 300 SCALE IN FEET LEGEND ------ CITY LIMITS t Q FIRESTATION ` SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL g9ry 9 HIGH SCHOOL SCHOOLS OUTSIDE �} OF TUSTIN UNIFIED SCHOOL DISTRICT t s s 9K WEED ABATEMENT STREET ADDRESS MAP 37 MMP .30 iRi7Ne 64'iEi1.5YASB1 _ )3001 73542 13om 13022 )�2f i3m2 43A2E 13{@y _ 913.#BHmv 7RY RR « FS4L2 1663k I= -- 45052 45tl3f{ ^5 i3G3a 363! t9llul' tmai s S iaOb2 i3WF 13352 .y]051 `S i3D3a r 13062 1m*4' HSkEFFRY iYAY fsA6 j Q f '0 '�25 1StlR 13M 43051 �` i'xfR mr, 13. Imn 6 � 75 160 3[00 l3m fame _ '�° 1mm Firs f�rwz r3ocn SCALE IN FEET SAMIig �u AFggDY3C y i a'I 13 H of Z+.YO�VfAf AggVF781E d 3 VM2 IFS E3tfA f31F# ..-. •• 13112 •• r- -. { 13tii2 53F1t C.F f3fi2 �15li! �i £3)i6 d �� ■ a I $ 1 o $ n f551a ESf21 5314a 3f2f .iO-} X M ` ' M a "� R ■ ✓` ■ F 1iEiS@F YiAY 1355a 13101 )313! }c t 13111 i= tRi2 T3i4i ` a n 3 �•'� 45t62 it ,y 131m a 'S3F32 Imm } i y' SIOa )9134. – Fs 46e6E r ii faF32 l i6 a1]1 43HI1 1-2 t3i62 s'SIEe . 13161 i31n MAI 8 :° °`� � 454T2 i/2 131m g ,7} 15102 i3tYi S{ )32fl2 FSiC0 5340E � 43l$ 432®1 :5403 131ffi TSFef 17'702. 73201 � � I � i I -- e !` e fTffla no HALL f117NEtm )31€1 }3' 1�i 4^a �f l[ ` CiURiH Ali 53272 #T3MSC lI� iK 1 tam 53e'i 13544 432{2 F5Zi1 i.,4Y2` i�52 11+11 ' k LEGEND ¢Gf f% A.FA' 4i JK� m ••• 12150.' p2E4a7.1 15464 3164 13MF SS S aa 1'6 "mlace �i3x� , P" Fiona CITY LIMITS ww t1Ar " )326t i3m .trsat I 13282 ' ® FIRE STATION . r "M�R 3 $ •• )3m )3162 13M 133Wi53iafi 13301 1AQ V53M O O SCHOOL FACILITIES ELEMENTARY SCHOOL "M2 Fs n ssT 15322 ) do lNTERMEDIATESCHOOL KAUFlLlM 15331 1.x941 f5 +3x2 11.1� 133+4 ts542 $ , HIGH SCHOOL • O N a 91 •• 13564 13� i am d fi; )a3c1 � ��� � SCHOOLS OUTSIDE OFTJSTISCHOOLDISTRIUNIFIED CT IM; Y3362 13962 a h )3361 tA� f '3.IDF 4:sn2 iSilF tS lssrz s3m � hk 13172 { �$ m m m m WEED ABATEMENT tasty )Ssi2 15332 3516E �RE 13341 n` k 137Qt .11, � '3 £5581 5334E )3502 15342 13364 15343 I'm F3S2 13144Ep 43381 134M Zgk1 y,. ia3ii i'S `�E �fk 1541E 1� 58 33H2 a3K) 13411 Ulm 12aII1 i F3K13 1510,2 Cf 43$1 1 43402 13421 i3– )3131 � � 2.t5� �g . 5913[ 7644£ 13812 f5cyt 13471 13441 2F 131534 93442 7313E f3i54 134.11 13iD2 43131 5 +- y n° ' �� 4 'i�'�sv 1 Z ESMS fEA4 E5469 S34Q2 t396F F34fi4 F*4n 13464 ,,Yilbj +fiT8N0014 1111E 154[f� 15491 st@. 134tlt iWs 43(72 15424 43102 13472 +G I_ � ;34TH F3i]j 13472 3pi STREET ADDRESS m" AVENUE MAP 38 1.329Ir T390a 19110E f33a2 f3WF r 13661 f55IP2 r MMP AO "q;z:;r . Yd f1,sa 13 a; .a. MAP 3t IRIONE BOULEVARD ■ A A 114 4 i €E l "m a a a mom" :3dY€ s 1302€ s30zz 2141 €� —� — 13[M5 #33142 1114€ 73642 13041 13041 VI`.113A q9� 73652 33353 136tl5 1301tEr... g 13651 = atlmarr lay w 13061 x3062 r3«n 125!2 f3aef t £S ;130>€ ?3m 13C� UNM x3776 s.'ID9:&S 1364!2136p2 15331 & 1302 :306€ a , }}} F3f01 13162 1311P1 13162 ; # CARRERA 1316€ 5t t ■ 13317 I 1311% i3f73 1516€ t RC61 0 smWE €"" 1 s3'ir8 NK 1312± 1Si2] tSe23 214,1' $ 53122 7 2144 t%17 :1rsz 3312E x. � m ,- � ••• 2i 433&1£ �y � N n�^e � F � i f 133% 13142 731q 3442 13£4# � S � f3r3t PMi<[tR6 m S � � T31Si � 13x52 1335t 13352 iSi6f m °� 18351 RUlBA4fi 6fFhNTIF Y€SYn 73€55 7St60 33155 13x50 174 Q 131x'! x315'1 73Effi 73161 18302 'JI �n y ■ 13x23 F319d m 431!1€ 13142 Z4nn 7336€ � ?31C£ 18282 ?326[ 13252 Um ii B } S Sw Tmo We _ 4wz ram r3Yz1 132112 C r. r 4 j 2111 No R i} 5i r3rr1� 13211 q 33x�z & +sn 1' 33z5x 131st 1�>z °' 1524! � 3m 1= 1S1p2 73241 I✓. 134x12 732A1 1336€ � � r324z 13363 13362 3161 3302 131!1 i336I A i3r4b a3af1 4Sk[2 :351 & r d7 �yv iy 135x€ 3sa 3�1 :.eo 11373 13122 133 +5 3;c q� 13331 13552 15333 13434. E3331 :KkEt 1K � >� > "'4 13351 €3354 ,� � , ■ €3531 tSri$ 13$4 � F f'�F � /.� 4845 w � �= t3352 �1 r33� P fS$Z Aye ,7} #3311 1AT2 1191 g _ UX2 A. Imm r. Fi iCr 13372 Gr j �, 31WN71� imw 3[ mplr 11x2 R67o �0i1g 19h1 _ a 8v m'& $sm `A4 xxn 1x+u 13€13 u1 ffyl it4x 1s1>� x+a1� r3krf x Jwsovaa r�amci: v HP.YA.N AVENUE NIN y4 Y E� 0 75 150 225 300 SCALE IN FEET LEGEND STREET ADDRESS MAP 39 CITY LIMITS [p] FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT s WEED ABATEMENT STREET ADDRESS MAP 39 I AW x Firs'€ 3sreer rti�BLL £1S £i0 4s5 t 14 Y!% g £6u 1%6-m Ift s57 77W7Y1 C3N�%k'iYBJ PEPPm7REE i 135E FW £m =f6a sen PARK ij 1£tn �5a j £74 ++ee[[ Y�➢ f Y35 F 470 t— �� id � $ � 3 � � � 3 rt�3 43p � » � � is fqp � 7AG � �i S R # Y➢0 FiT9eCOMu 55tkYT 53PE£i L - I zsa SFNfiNt civ 2 zro s z+s 9 p x2a 2a5 25a 20 �' 7usnrs uNrt7m tl�yr1 37. `§14 j) 3£5 i3 'a` S +� ZW •K 735 = DISMCT •� S ` } i 2m 7"m mrmr AtYAMIS-RA7M L•• 315 a'[1f 1 352 am 3pn i £.ro fjj� '� Yw 4 4E5 ff am Mm � 6W � AIR c3 R e4 362 i83 1W SAS YW iea 245 2£p 293 u6 235 w ®� E } 256 '!! � f � � SECA`k5 SYFF�Tgg p g a�t�����e� 636 AZi ^. w: 396 63a iL i � rm a i� d � 3IIf 3X' yy gg gg q x S65 A50 Sap pl 545 1£ Sep ! jjfp � j { R' 7A 24D 2'lff Rm 2a5 T73 £1S £i0 4s5 t 14 Y!% g £6u 1%6-m Ift s57 77W7Y1 C3N�%k'iYBJ PEPPm7REE i 135E FW £m =f6a sen PARK ij 1£tn �5a j £74 ++ee[[ Y�➢ f Y35 F 470 t— �� id � $ � 3 � � � 3 rt�3 43p � » � � is fqp � 7AG � �i S R # Y➢0 FiT9eCOMu 55tkYT 53PE£i L - I zsa SFNfiNt civ 2 zro s z+s 9 p x2a 2a5 25a 20 �' 7usnrs uNrt7m tl�yr1 37. `§14 j) 3£5 i3 'a` S +� ZW •K 735 = DISMCT •� S ` } i 2m 7"m mrmr AtYAMIS-RA7M L•• 315 a'[1f 1 352 am 3pn 7.6A P £.ro !us F5G 4E5 £so am Mm � 6W � AIR c3 R e4 362 i83 1W SAS YW iea 245 2£p 293 u6 235 w ®� E } 256 £1S £i0 4s5 t 14 Y!% g £6u 1%6-m Ift s57 77W7Y1 C3N�%k'iYBJ PEPPm7REE i 135E FW £m =f6a sen PARK ij 1£tn �5a j £74 ++ee[[ Y�➢ f Y35 F 470 t— �� id � $ � 3 � � � 3 rt�3 43p � » � � is fqp � 7AG � �i S R # Y➢0 FiT9eCOMu 55tkYT 53PE£i L - I zsa SFNfiNt civ 2 zro s z+s 9 p x2a 2a5 25a 20 �' 7usnrs uNrt7m tl�yr1 37. `§14 j) 3£5 i3 'a` S +� ZW •K 735 = DISMCT •� S ` } i 2m 7"m mrmr AtYAMIS-RA7M L•• 315 a'[1f 1 352 am 3pn 8iX' 1.L11Hfi iii1NG glN:k7 1 �n 350 1?5 i ( 3Ap >r 1 7t/571N { g PRE5917EIMAN n jj ; 3w GYf!lRCf1 � u RYA£t25?i;�T S1E 565 SSB 3i3� M0 3t777Aa1 iPYA3 W6 i g TUe7fYAr� a35 1 a � 5et aha Slp g >v'A SF7 Ban S4L am Ifs 350 2 T� L �6n i `fir` t jj t `e I !us -9_001' 8iX' 1.L11Hfi iii1NG glN:k7 1 �n 350 1?5 i ( 3Ap >r 1 7t/571N { g PRE5917EIMAN n jj ; 3w GYf!lRCf1 � u RYA£t25?i;�T S1E 565 SSB 3i3� M0 3t777Aa1 iPYA3 W6 i g TUe7fYAr� a35 1 a � 5et aha Slp g >v'A SF7 Ban S4L am Ifs 350 2 T� L �6n i `fir` t jj t `e I FIRE STATION SCHOOL FACILITIES s45 am Mm � 6W � AIR c3 R e4 362 ELEMENTARY SCHOOL 3#3 INTERMEDIATE SCHOOL 3AS iea { t ! MAt• IID v 0 75 950 225 SW SCALE IN FEET LEGEND e — CITY LIMITS ® FIRE STATION SCHOOL FACILITIES ggga ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE � OFTUSTIN UNIFIED u6 SCHOOL DISTRICT w ®� WEED ABATEMENT � fY p g a�t�����e� 636 AZi ^. w: 396 63a iL i ca rm a i� d � 3IIf 3X' yy gg gg q x S65 A50 Sap 545 1£ Sep ! 97p { t ! MAt• IID v 0 75 950 225 SW SCALE IN FEET LEGEND e — CITY LIMITS ® FIRE STATION SCHOOL FACILITIES ggga ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT w ®� WEED ABATEMENT STREET ADDRESS MAP 42 '"'2 — :s 32� aas aze 320 'fl.ft wa an f ara aso 154 Ma ZhR1NJt roll.4FE ao a4a axt 6£4 34i t a0a 642 616 44 a49 W2 0 � 311 4� � c;lyax�t wxx le -t3-26 � ' ?)71VY 19a - u 410--42-'M moo ' 31a TUS71M P.r.7i+ cF 0MOE � "MEMW 340 s• 2>6 *r r4s a76 ` 24a �Zan � ,�...� 276 07letlV aum '�Yx�x P�6.1ZA s [ sexrices a I; _ a7racr xsmr • FR0. P2CTAVZNUEFj gm `YPIAHE iaaPlA#ROSE iApE&�h'3' 4d a4 it ss w 1 Z 3t CAAdfNb gOn3, }j) d e s Ti 3-#� c ---"'l r .............. NAP 42 MAP 50 0 75 150 225 300 SCALE IN FEET LEGEND — — CITY LIMITS ® FIRESTATION SCHOOL FACILITIES lQ ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 43 c MGTI Steals �, FY1F g q � THE CU7TRtFS 3 I 14M Am .C=b6 MAP 43 'hiENTORTAVEAM�'E F611 S-6 ?� w4z c�aaz 14n I 00 75� SCALE IN FEET 3„ ILL--) 3t6A JACK gg tm 1 BOK 7022 � Zx fYfl<fh'G:+� . S � -Evm? S6S1-�!R � }per � SDIp. yl S6€f 7M1 76€7 �� 73FS+ 1=2 S66x 3368.... ?6R2 tE167 31M1 NG4 7673 `lf 76EE}6GM iGT2-7d i6b5 tf3l€ ?6fk saF6 F6MF 7073 _ — ❑F S42C � 476} i}tp S6F5 1S6F # g1 1 tYtfiRtE SIRktT yy c MGTI Steals �, FY1F g q � THE CU7TRtFS 3 I 14M Am .C=b6 MAP 43 'hiENTORTAVEAM�'E F611 S-6 ?� w4z c�aaz 14n I 00 75� SCALE IN FEET ISES A s� 1� IR WEED ABATEMENT 73Px L F3ai +413 FSiS I urs roFE PRVE 7RIT oftmm VAM AVaRx PARK 7fi7 Km 14M r7 445'F $ ra a }s _ 3R2 sTff STREET ADDRESS K°HL4,^yFN'� MAP 44 ITETFI Iran t iiT ii I T i'Tf i i ����1 3„ �1F 3t6A LEGEND — CITY LIMITS cfFABENh DR 7 & 7222 Tan — ❑F FIRE STATION 1 g1 SCHOOL FACILITIES ELEMENTARY SCHOOL 3�x FFEx6exi 7mx 733 Fa6x not < INTERMEDIATE SCHOOL euar� Fxs F :gym I F:.7( 3YL{ 7a7.z } 9 c HIGH SCHOOL 3s€x tm urf on= SCHOOLS OUTSIDE MT BMW aF x x &OFTUSTINUNIFIED isx 312E Me y^ � N 3 Z� ti— SCHOOL DISTRICT ISES A s� 1� IR WEED ABATEMENT 73Px L F3ai +413 FSiS I urs roFE PRVE 7RIT oftmm VAM AVaRx PARK 7fi7 Km 14M r7 445'F $ ra a }s _ 3R2 sTff STREET ADDRESS K°HL4,^yFN'� MAP 44 ITETFI Iran t iiT ii I T i'Tf i i ����1 3„ �1F 3t6A ISES A s� 1� IR WEED ABATEMENT 73Px L F3ai +413 FSiS I urs roFE PRVE 7RIT oftmm VAM AVaRx PARK 7fi7 Km 14M r7 445'F $ ra a }s _ 3R2 sTff STREET ADDRESS K°HL4,^yFN'� MAP 44 ITETFI Iran t iiT ii I T i'Tf i i ����1 mw as ERYAN AVF.NIIE ]WiiCT E%Q . _ 1360€ S35R2 8`Fdlt 13502 f95p€ ^�; i]361 €9502 Yi501 :J9i12'. I 1354€ ;9614 =1 M12 't3L6t 's$ 6 'kY a ta3ti 13N2 L'Sf! 1 73831 €3532 € ' € m 1603€ Frx uw y sszn 13s'2 i362t PTs�m ]- m $f95tlE 1A72 _.$I €3562 s LOW ME 13442 14 w IN E3001 4 qq�� $ ZS � R3 33612 +•�� � �` � $ � � � � � � I � x� f3E5$ S.f �. •- •• G 31P2 te'-�i. Iii c -t-, .4733f€xs>e 'res arrasE I MARIORM VI€`H 1367E 13B12 f3671 116pT1 13671 � i�73 €3341 'y9Y2 mm Ism IM W12 I—YY/h/7 73'M3 im6t €3r_2 p"n 13T.,2 (a s+�€ au2a sme-T i3742 !2 . F or I SYiS CHRIST x €3e0E I 1R�i0YYef6 €9eiDz tAih'R Fb3Y ieF�cQ>.'e 4Y7®C9DE Id'�AfiftWa S/.Ad1S $ it 's n f,:=;t n 1 R SOW ii7bI flr2 TAC 1 > i ,3342..€3630 ° C17E61(= M&toow UAW PLAM 13632 - ,• Ulm 6+C L07S t it €max tom. I 1.1m 193x2 13T s . 911 +3,0Z CRMCJi:)t:3'AE hH::lit0lQu SME KEY Imr 1 fzy 4004r WCAWs �€ n 7374t m REAL 0S) SANTA TINA FRF.EMfAY MAP v tai gig 00 75 150226 300 � SCALE IN FEET LEGEND -� CITYLIMITS ® FIRE STATION 1' SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT r . t WEED ABATEMENT STREET ADDRESS MAP 45 YM 40 MR 41 -..•,.•,•• IR; . - - BRYAN AVENUE LEGEND !•• CITY LIMITS ® FIRE STATION 9 SCHOOL FACILITIES 9 ELEMENTARY SCHOOL it INTERMEDIATE SCHOOL y®► ® HIGH SCHOOL SCHOOLS OUTSIDE 4 OF TUSTIN UNIFIED SCHOOL DISTRICT L NK r! WEEDABATEMENT llCli) � A6 d� I a ME MAM57PLUr �tC-0U`/1EAR } � 7IG3CY zMl sru ----------------- ufsr a �EL GAMINO REA: f � r + W3TIN MCKf ayo U i" A61m Wm CICO£ WSW MAWA j AIIRA ft�)SAMA ANA PREBRAY war " m P 75 150 225 300 � SCALE IN FEET STREET ADDRESS MAP 47 w..ib }•• :i LEGEND !•• CITY LIMITS ® FIRE STATION 9 SCHOOL FACILITIES 9 ELEMENTARY SCHOOL it INTERMEDIATE SCHOOL y®► ® HIGH SCHOOL SCHOOLS OUTSIDE 4 OF TUSTIN UNIFIED SCHOOL DISTRICT L NK r! WEEDABATEMENT v STREET ADDRESS MAP 47 w..ib }•• :i # rawuw nnr rasa* gs E A ~ az t ria � rawrr � � .�6EEEti' rasn tt $lam effan sw ;9Li.SGE i�'Ss S sr,5at saws ll x_2 ,� ra \. rs5aw zap a : a �u --� w.uxaa_s sn7m MM In 0 75 150 225 300 SCALE IN FEET ARIM 3CE' F*ARiI ZOD STREET ADDRESS MAP 48 LEGEND — — CITY LIMITS a FIRE STATION SCHOOL FACILITIES r P ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL �v e SCHOOLS OUTSIDE 'OF TUSTIN UNIFIED e SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 48 MRP M 0 -R5 150 22-5 3100 SCALE IN FEET t � �euerrs s7q�r � leffll ,dstts –,a tas,s • (( tdd42 idpF t {5f S `23 /Y� lased 701.4. vAGdJLYA .SAAEi/�" i ALUER5' reasz resat T) fdda8 lam °rdear teemy,,,I7 3 idddd 1 PCRIMA �@ fT10 vx ldeet tddu r–•– Yr t'`` ".b Lr' `.� S;, � m E_ � / < ARFSlOP4 twist ®® ®� Y �Ya 4}� . % 4t i g sac? a, SE a , dam ANC PART t=;g ®® ®Lf3 u ,�y t_ �'xv �_W � � � �2 1363 ram tadda4,7 ! x ItoLEGEND voie NIXeFAY S ,2s RQ In% f : c; r " ,12 yah ' CITY LIMITS _prrrerntx��u= ,a ,m f� ■ ❑F FIRE STATION ■ '" ((}}�[ sac x13 ! f SCHOOL FACILITIES $ reset LEI 1 s rm I 23�5��5at �p ELEMENTARY SCHOOL o r® F�# evatco–ti B INTERMEDIATE SCHOOL / FT HIGH SCHOOL idJp[ t71Rtt1vE PARK SECOWA FEar�ams MET:] �tA � / f< (i� SCHOOLS SOUTSID lUfdYAUA f+LyN1£ L#! „,��ffi3''' m JOF TUSTIN SCHOOL DISTRICT EEBB ®�1 � I w s = t WEED ABATEMENT (sq.bgl bOgTA MESA FREEWAY MyV: 42� Y V STREET ADDRESS MAP 49 �l \ t i 1 Us Cash Lu ®I i f ! 7r+antn j835i IM112 I" ,mes qty r�7si 4'� rear � rsem tl .MWi1 Ci16$ � � u`�. YlUal auaa T 170 mw N � i( y i�'riN bWh%Ekxt+ W � I � 8 rear aatxFE Al I O 1 f tl i .. f fl MF T 7 RAZA glC ADMN AVENUE �r.. f I I 7 w go 60-K It 75 150 225 300 SCALE IN FEET LEGEND i — CITY LIMITS Q FIRE STATION ® SCHOOL FACILITIES 16 ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Z] OFTUSTIN UNIFIED SCHOOL DISTRICT r WEED ABATEMENT STREET ADDRESS MAP 50 'm.=;, Mw 1a t� vp t4�4 t4� �*t $0 t4rm arro2 r44m 141St H4I2 feria I '$�, S M '64x21 £4x22 I4r2t 14422 MfixHt ' MAIM 74£.12 �td531 14'. 14{32 141- 14x32 x41m x4162 47F 1+172 Ie171 r4rn 14x71 wm 14171 H6i loo Imm 14r t 14104 �7 ?+fg� i4tAi £1241 -04M 1+201 14m VAMFS 14'30@ Mm �, 14214 T4212 5+2R 14212 r+2£f 142£2 14244 �' x4� r423z rust � 142xt r423z. x4v3r , mn*m Am3w { j x'''1 74173 i A1TLi7 1424r 14= �` 14m FN NN z jC�C E g t_ G Wer AVeRM v i 0 75 150 225 300 SCALE IN FEET LEGEND CITY LIMITS ® FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL {� p INTERMEDIATE SCHOOL 407 HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT p_ { WEED ABATEMENT t4o}I 3W4Z i4u4r � t� r4o2r Ii®2 t932F M[}{L tVA �� y r4SRR t4RF x40ffi 14"1 14042 144" iiNl F" :4o4z t4am 14eszia cert z ; x4as2 14m4r 140m t 14Uffi. f4 m 74£02 C 7 I 1 14022 140d2 r,ry01 14041 14332 f40p2 14814 xN12 41 141 14011 E#S02 x4rm #41x2 14401 I *4447 31 14m mfr tom 14421 u1,2 iHR 14RE {C is 1+ t4rar "m1 E4132 ?419r 14432 1446! [ AN3 14 x4ss2 1#194 rN0.1 * d 34151 '1j([ � Vf 14207 #4206£ ltt]i OIY4F 142#1 { j x'''1 74173 i A1TLi7 1424r 14= �` 14m FN NN z jC�C E g t_ G Wer AVeRM v i 0 75 150 225 300 SCALE IN FEET LEGEND STREET ADDRESS MAP 51 CITY LIMITS ® FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL {� p INTERMEDIATE SCHOOL 407 HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT w WEED ABATEMENT STREET ADDRESS MAP 51 .. ... _ A[i[?FiFCLAVENFFB • — � i FR PARA. I AP.til7A1£#YS 7 ,xe ,av5 RYALRV _ _ .tF'ARiRfP7✓i5 �ilatilcil 'SFr [ sssx ,csf �„ ssax fsm � � �r I i ,aoz FSWI tmY ROME POW Ism AFS7LYtESiE12 PR7![ t Gcc % AP.iR7MAis � ) SkLx itl4f TafB i�Ff, xeaz � ,uf 1ef2 FGR $$ t F6i2 SUCBR94K �IN� !� ;tiZy� �1�� W ro htEeaF� rre, { g S7Qf -.J lWa "m � ilm ,E3i fgy� HCAii1311kSD HRF£ F Q I� ,m 147F1 _.__ saowfsm�wv�f�ue MM 03 0 (�o 75IM 2z5 no� SCALE IN FEET LEGEND STREET ADDRESS MAP 52 ex:F vx3 b CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT t - WEED ABATEMENT STREET ADDRESS MAP 52 ex:F vx3 b jur � BROWWRG AVENUE iz 3 aresawn smECT i I 0 76 150 225 300 7R 9iMYffieBd[ #1pRE SCALE IN FEET 1 t2 k*Pisan d,^i ad I €� 24+IR y#d7 [ ild2 + pCFY3R IXw`'= 2l73 2}'i4 24M xFT4 2SM �� �' x >rh E �'' w LEGEND I CITY LIMITS' 4 1 Q FIRE STATION a1 SCHOOL FACILITIES ELEMENTARY SCHOOL PAW � INTERMEDIATE SCHOOL ddd _ S(I HIGH SCHOOL SCHOOLS OUTSIDE N UNIFIED SCHOOLOOL DISTRICT WEED ABATEMENT nub OPP Him MAP e4 STREET ADDRESS MAP 53 MAP a . t "-tit � `� "•, } Y+sst:�ar�`•ricetrsoac }1 `"--`�.,.i,L{,�, AW S TMCY a996 y g } k { y s 0 € s 3� 1L d q y ; 201 0 75 '!5U 225 80U AIR Y J � � SCALE IN FEET III a uPoo; \ E @S112 244 l or i ( s '`— ---_� j A? 7mfT am 242 YO {j LEGEND £ 3 I { 1 xmr # ( t ®_.•— CITY LIMITS I 1 gn FIRESTATION � I } I& SCHOOLELEMFN FACILITIES ELEMENTARYSCHppL INTERMEDIATE SCHOOL I } f HIGH SCHOOL G7 } SCHOOLS OUTSIDE xntt jg# b OF TUSTIN UNIFIED J SCHOOL DISTRICT WEED ABATEMENT **wm*." *I STREET ADDRESS MAP 54 >p so 3i ■ R ke B.cPb44@€E AYEti's7E � i i i i t4g.! 15802 ■■( 'S6eD3 1".866 " } € 7 P . t ■ ION € d 18824 r� Y fy ..moi ( SAAYE [f pfj{fJ I 7tiSAY tXV6Eh'S 35672 33.:2' [ 4itt / IN - ma t best 6r 3°' II C'` 2= 17m ow I="RVA g ■ , om6 � r?lm q t t 6vm j( +. 17X. m�vcr rrsr mm€rxtx € I SIMS n3 aL 9e. t72t4 17 t]716 � 4 tS td, 7R ta, tazre ?'r2F2 i t t77te r zeal. R x. N31 43.46, ia�y�1nLlCY Spn iaACl r1d8K 3r; Y i iC 1C r. ... 1 _ xtt:toFttr, orate ININL t59IIi €8iD2 969P{, ca � €66fQ SW, � t6mt t6i€€i � .02 y� y €6072 _ r r ' "'�_.`` 1..rG r rpt'✓ ! # 4 .ura�ra�.tn�tirer+s �L�° a � c€ 4 75� SCALE IN FEEL` LEGEND STREET ADDRESS MAP 55 CITY LIMITS QF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL O HIGH SCHOOL SCHOOLS OUTSIDE �j OFTUSTINUNIFIED SCHOOL DISTRICT a i w WEED ABATEMENT STREET ADDRESS MAP 55 d MAP at WALNUT AVENUE g i w iom lf6P] T18fi 31#Si2 Zi YXIIN' ((( ?4'616 ' �i �y y { PAW u T/111 y tAE'12 1,{51T liN�2 p K g, i# T 24M T itt 1um 410 :#6yia a § Is6.i 14.,. s4aa 14ata "s`'s � f4m bi662 149961 14662 E �^` "W'14Wf 0 75 150 725 Sao 14M 4ttecie %H6 PLKE ia�u i fis61 SCALE IN FEET *UK Oe0w t tow q 1S i'I F m j isGDf um2 i ii m m I 1 Y4iSeiF 39675 —2 4b1? 14M 14M 1"m { H62i 441= 4472 lam f "m 1L37R/ i4CY W 'l4L- :�fLE217 1RYiA' H64? i9QSF}}yy 7iEIFT fAQ12 7#84F I s 3#Qi2 7%Bi T4662 L• 44oh1 T,y Elf SIR5214!21pc IS644616 146®ti6d1 loft i493y I 14 14�{T� 77.StTd1 � 117 746N 13avt .4.9647 U [ 1 4� 1k 3Y6 RE Ta �.. tESTAEE a94 � 562 T3691 67 c�CYuS 44762M IS MALF I4YPF 146tl7. r= 14661 l 1#722 TiTli f#Tf2 T#TFf 13757 .y z FA,lxrr s Tm 1 14T42 AN 4 YPFJSfT b473t 147M 54m . t#7S2 5#73'9 T7= ' OSYCAMOREAH=_NUC r LEGEND a $ ? F 14742 z 447#z _ T4rM i �•�•— CITY LIMITS TILS { 93741 111 T476¢ 1 ❑Q EIRE STATION �° F ° e3 SCHOOL FACILITIES tun 'r16! r T�Ax T}S ® ELEMENTARY SCHOOL T ^� "t�D' 1 k CiSStRIl? j INTERMEDIATE SCHOOL SiiONNdtt "�tt HIGH SCHOOL 4se� SCHOOLS OUTSIDE tom V#Y OFTUSTIN UNIFIED 1..�. SCHOOL DISTRICT III i#eo3 �. WEED ABATEMENT 14M YAM= atuvwN t)Euppm - --'STREET ADDRESS CCFCa A/A'lSVT:A AW- 5Mt131c' aumFEJ V 9Gi SWCYMY i[f1' MAP 56 w ea 4n•F w;1E 15 A�j 1483£ iA632 3i63i 5485! l7AMl p#I A4E1W1E Ti86f F48Ck ?4ta5 � �? 54862 14881 z 7�, E461t ?4s72 54x15 a ?scat 149az ssns� s T48af 14ml P4Z 4 5410E E4N2 t41f11 t4iW. T47,1 54P{R 34A5 fifR2 ?475t � to SiCNs{>AE A�8?E rur s 14742 Ti141 Mw w ?4Ys5 ,4792 stm O tpb11 wuuus if£1.LWAfhF17 3i7) AVEt113E ITr »e{_ 14771 sT81J lib 14182 t.t78? HIGH SCHOOL Y4783 SCHOOLS OUTSIDE 14711 4551Wf _ 14881 15872 5485! WEED ABATEMENT ';' �- �-.. MAP 57 1 4G !1x31 14847 m .?4 W [ ?44312 :493 14sn 4M ,"`ry °' •. � j'^ � 54x82 54641 4 ?sem 148a2 14883 t BB .. �+ _ .. 9 .. - w �a EEE t49H t48911 t4Gf2 ?4645 ?4692 ]i05F T�Bu t43S2e _ tl R ,464! ?' 1 54682 ?49a1 ?40x2 1812. % 1fi auxmu AMM A�j 1483£ iA632 3i63i 5485! l7AMl p#I A4E1W1E Ti86f F48Ck ?4ta5 � �? 54862 14881 z 7�, E461t ?4s72 54x15 a ?scat 149az ssns� s T48af 14ml P4Z 4 5410E E4N2 t41f11 t4iW. T47,1 54P{R 34A5 fifR2 ?475t � to SiCNs{>AE A�8?E mw all wo 82 Y q� 0 75 � SCALE IN FEET 14JJ4t 14742 Ti141 CITYLIMITS ?4Ys5 ,4792 stm O tpb11 14182 5418! ELEMENTARYSCHOOL 14771 74M 14n1 14182 t.t78? HIGH SCHOOL Y4783 SCHOOLS OUTSIDE 14711 4551Wf 14881 15872 5485! WEED ABATEMENT I H281 W49 54881 MAP 57 1 4G !1x31 14847 gg 3 T4a42 54641 54x82 54641 4 ?sem 148a2 14883 mw all wo 82 Y q� 0 75 � SCALE IN FEET LEGEND — CITYLIMITS 0 FIRE STATION O SCHOOL FACILITIES O ELEMENTARYSCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT m _ ®' WEED ABATEMENT STREET ADDRESS MAP 57 �• �_ ___— ..o _ e 1w 53 f� �}� s4a� slezx 74rQH 148 Tty � 74;g2 t) 14" 14848 'l�6FM1 14iS�Q }J 'fRd45 v;�h. ,ilk 1435! 1. 1�lt i481s S4CSk C ,iAF3 ='� 7+�2 MAP � 9 75 ISO 225 300 1+ 2 14ac1 swaz ,.wax W$ ?4662 14as4 _ SCALE IN FEET ,...tr3 1' 74532 7487 i Y{67z 14371 14W21 5' } 14;483 74362 14664 14aT4,t I i+tl84I i 144682 — i$ ,rte ( s ------III 14YuGI fla -8kE ��E jji{ �` j 4 �I 1451i 7461 �; 74S2Y j MaWruA r relax 74�« 74852 448d7� f4e32 F41VSF N4862 14661' t 14aaf [4ca2 r,ya ��' r4aar 146G1 _ $ F� _ ,y 1 1487? 14472 L4B7t 14872 14bt2 `n l j —tmm _} i40Z 14W 44 44882 7 d ri pi .346p2 4+388€ � 748142 158J! � 9MY3 y s`� q i4 i C 1 7481 1+735 "�' [ A _!_ 1S]I7 147aL 14784 F4�ay i47fa ,K iRIi3J pp ��1.Y f ; T t 7412 45741 f+712 '1 n N si s M 3 ®! Aom434{ Oil 14731 t X41 I LEGEND ,541 �x iAt Y Yom, x'" 7+ -- CITY LIMITS _ _ ,4781' n� ,; 1+37 I �® FIRESTATION I 14tH uwm tt ` a SCHOOL FACILITIES J ������� ELEMENTARY SCHOOL INTERMEDIATE SCHOOL i461� # X32 HIGHSCHOOL 1+ g sax m nn 2 6 SCHOOLS OUTSIDE '-4a�4 1.xisz FI Rif €t '3 Y z a ED SCHOOL DISTRICTT 1` , M I I s we �, s WEED ABATEMENT i ,rte ca a sur mm n�a, % ASF AAW4-,1Z STREET ADDRESS > xY MAP 58 mo art t ggfVigH�r # � � r i 147iS 44712 WTI \i4R2 5✓ 14712 54742 p( 54184 P4742 lei _ # 54742 1aISY � f� t PARK gn4hE ClW e 2W- 4 c Q% 4p + V � ��CC i 6 SFR - 43a�Y0s E li}Pii -4.12-E6S-;„j' i4a F 44774 -432-.'05-•'16,47 C 'eL72 .. 4Y2 --903-30.3y TRACT 12188 Kdd3t-+72. ,yFAx ; . a 2dTA_u2�os-�,4u 4n y � 4452 - :zvas l €s OW AM"TT i 24M #i TRACT 5461 # =WT A78S aCF,CA XAP WWA Alvis w S A kr all* E} MAP U ai a >s 550 225 300 SCALE IN FEET LEGEND -- CITY LIMITS OF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OF TUSTIN UNIFIED SCHOOL DISTRICT t WEED ABATEMENT s k �• STREET ADDRESS MAP 59 6rti3 N.;: i3 .ate MAP as ♦ ` acscu trylrtskvrn xt+s — s�xra rrra,r . t �! Z EDINGER AVENUE N ssc l PANM tj WrAW ,ate 71 s ! tJ ! /t%!or MAP .s rr g(Ism j � F6i63 f +ams W. A r OWK �..._._� T ws saws laci I i'.MS! t619F 15flF r g { F3N4 1643b l5w F6t9F VA.ENCA AVENUE �- ❑ 76 150 225 3DO � SCALE IN FEET LEGEND STREET ADDRESS MAP 60 wasp: ras :o CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIC,H SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 60 wasp: ras :o 1SA�55}Ci353'A f,16bA Ff;�WAY tam war =v • 1'� � uosvz ewe II � I a H 1311 vm 18e5 1uh 1.srs 2 x382 raxCS 7NficY7Ya1 I. I 403' T WY 8 ve 14(SE I �rrx�r 4fi5 FIRE STATION � SCHOOL FACILITIES 1g r�@p f43i T42t 74},�. 14ti 3406 I INTERMEDIATE SCHOOL i SCHOOLS OUTSIDE a OF TUSTIN UNIFIED II SCHOOL DISTRICT m m w m m� 3t1f MSnN C. AWAY ���_ PRRX j ' slsx 1f7iS face I 12a 11b3 Fie? fiee ,� GpEWAY C8�3.E F1e9 j 8 17T3 747ti 4577 1fS5 � ' 1372 11,1Z war =v • 1'� � uosvz ewe II � I a H 1311 vm 18e5 1uh 1.srs 2 x382 raxCS 7NficY7Ya1 I. I 403' T WY 8 M0717w— Vmor77. f TititR'7J'2ff rNxaY s'78i LOr. LOr 5 LOr b Lar s 1482 Nm 7= 1 1 0 M 750 ?25 300 SCALE IN FEET 3� a LEGEND — — ve 14(SE I �rrx�r FIRE STATION � SCHOOL FACILITIES 1g r�@p f43i T42t 74},�. 14ti 3406 I INTERMEDIATE SCHOOL i SCHOOLS OUTSIDE a OF TUSTIN UNIFIED II SCHOOL DISTRICT m m w m WEED ABATEMENT M0717w— Vmor77. f TititR'7J'2ff rNxaY s'78i LOr. LOr 5 LOr b Lar s 1482 Nm 7= 1 1 0 M 750 ?25 300 SCALE IN FEET 3� a LEGEND — — CITY LIMITS FIRE STATION SCHOOL FACILITIES 1g r�@p ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OF TUSTIN UNIFIED SCHOOL DISTRICT m m w m WEED ABATEMENT STREET ADDRESS r MAP 65 MAP 57 �y BA7ENY.fY EPING£P,A`JEUUE 7447 1A3T. FS4F 11i7 F5103 � 57II7 � +- t Y, � � g- c n �t 11f8 155162 �P,271 FSTa2 1410E 57nk F '• 1SLIt � gg n 1aY0a #6'AQ¢ 152Ca Fb204 tYtlFi ply{ � F 1 seaef � 16115 � � � Taz6r t�6 uxa 1am6 6x6a ■y 1:038 i 16027 1AAza � y+ yy KN1.4u Sit6f'F 'Fa21a 1535711 7SN1d 1 F 7'$11 '} [ •* t T2 o- 4 S 1 E Ff M115.2%15.2%tb 1 = i 1527 Y 1(tE19a % ; ..�. �...,.._.[ F4ptT � ; TRY.�S� � x � 'ia 3• < � 1523Fa �\� , 1N•"' it `l� F`'Jt� } [ tdfS2 Iwo SoaT m � nT Sic �R 1 ,meg � ,tom j13'F-ls Ta4m 11M11KE 16'N4 16tl� ` ,g � +' � y 1�' 16 �' /' 701x3 fa;1{ 762031 [T620i 16163 �\l. `ar /' t676a s / 7627: 1623a t6,NE 15xmf v'� 1'.1706 �.� � � � 5Y' /��p-..^-•-^.) � a Fane€ Ftaxu. 1ui1 5t�' a ,� �� ���• ,� 16162 morom caiwwfe ea1avvig � �r �' r^ ♦ � {/rte TUSTIN LEGACY rR to •�ys�� I� yys syyy�v ,��� ¢�A ' � T � 1s:T6I �♦f •' VALERMAVENUE mmimt=smi W WW Iwo �i�ur a (15 0 75 t5D 225 DDD SCALE W FEET LEGEND STREET ADDRESS MAP 6'1 4.a:. CITY LIMITS ® FIRE STATION 45 SCHOOL FACILITIES 9 ELEMENTARY SCHOOL V INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OF TUSTIN UNIFIED SCHOOL DISTRICT >• WEED ABATEMENT STREET ADDRESS MAP 6'1 4.a:. mo a RM3 jgAE Y 361p5atf S"IflFif a;�a,t'sini7 srta2-r ' OEM L-199 412 7 uss saz ����?I��� mag Baa smQx a Illtli ice€it It Ilit tacama�nr sayer 0 75 150 225 300 SCALE IN FEET slz , i �qY .CE_" *1 1 e Iul i LEGEND o � w « « CITY LIMITS II IIS « _ E CD FIRE STATION arts « « ---------- —�---- d SCHOOL FACILITIES ELEMENTARYSCHOOL p ,� r•�A++ VALEMAAttMC � -- - INTERMEDIATE SCHOOL HIGH SCHOOL r �✓ Ir ell lib SCHOOLS OUTSIDE i OF TUSTIN UNIFIED SCHOOL DISTRICT ti TUSTIN LEGACY ! s i r WEED ABATEMENT STREET ADDRESS MAP 62 i7 0 A/9�IM v.. WAY R Eo)NflER Av=NUg .ItAt8LV7EE ------------- STi nQV Tw7m 7074 0 75 150 225 300 I aiy SCALE IN FEET Y TUSTIN LEGACY LEGEND — CITY LIMITS Q FIRE STATION SCHOOL FACILITIES . b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE �j OFTUSTIN UNIFIED SCHOOL DISTRICT R m m m WEED ABATEMENT STREET ADDRESS MAP 63 mo a v a� cc 4 0006M? RAE lm 2975 JAMOORF.E PLAZA €€ s +t w an8' a ♦ '� ao9f MAP so I >� � 9p iy 10+8-ytY}��i$$p ttlf Ff8 125 1'18 F35 fay tib If 1911 Stay aa� E5 �tb I g;t 1-1.1 1 X10' ❑ 75 15❑ 225 300 al l ' ua SCALE IN FEET �. Eiw Net �ri trAlpY ifL � � `17t i71 57 AN tt{rni F{¢r, {a. EE ■ 43 t F ZW s7 rr eri i,�i i itfl 0 2't 10, fz I f E ,trs unec 18 is m W2 3M £D{NGL•R ZaYE{J❑E � ■ ` LEGEND fa�sxr 4ir, 4u I t _ <• ■ 6 CITY LIMITS FIRE STATION W ,zm1 112" r��a t SCHOOL FACILITIES iI ll 42+ ELEMENTARY SCHOOL INTERMEDIATE SCHOOL 30"86 $ C HIGH SCHOOL 1'1116 a 149p ! T raze $ sie4 I SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOLDISTRICT eta 6e 1435 j s e' m WEED ABATEMENT ma eta 6fe w7 t Ef7 , 8� i� anal iK t484 $tD � 812 te4f � r�!,- •St.. � � ''�t' N t 7.. 1s'fr. it " 1t474 ■�T ( FGj4 fUiB 1 ff t i•A4 R100*15HP.1v tit STREET ADDRESS ""° MAP 64 me iYwr. .tihJ .. d iur at IN 7S 150 M 300 SCALE IN FEET s HOPE �d t l LEGEND I� I �--�-- — ( — - — CITY LIMITS ! } FIRE STATION It j 181 SCHOOL FACILITIES O ELEMENTARY SCHOOL TUSTIN LEGACY INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE m �j OF TUSTIN UNIFIED SCHOOLDISTRICT WEED ABATEMENT STREET ADDRESS MAP 66 MAP 0 4 75 150 =5 Soo SCALE IN FEET TUSTIN LEGACY 19 LEGEND CITY LIMITS ❑F FIRE STATION Q SCHOOL FACILITIES a ELEMENTARYSCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT f fit■ ■�lrM[= . 66 OFER�AiiP19NFA'kP a ¢09 STREET ADDRESS '-- MAP 68 MAF 72 ;, co O D MAP 64 CITY LIMITS Q FIRE STATION . I _ i�1{CF(Fi$S A�fl9l� SCHOOL FACILITIES {--j s4434 48444 $ Nil� INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE f 446,1{ %14538 3iiF #BSA 4e6 446RF `: 15ow .0a, 43836 i4s{p IxeSD2 3.k8 3517 4� OFTUSTIN UNIFIED 48e�p r4614 r4p3$ f6r<S{ 1G4f] '14648 X344 { 1ffi>•'+ 14625 r44zT t� 164 $S61>z +,{?<$} 31F8 ! WEED ABATEMENT 448x{ 4l4p,� l"25 14K27( {6638. MEFE6 - =3 it Iam r t� te6f3 S x�x � g ■ { ■p 3FA1n g I°p$S regy. i y ,?Hi'F4 sc t�iF r! $Ee$i aazz IBAfs $f WfF gv xgg Bio OF II m WALL K �t n i N. gz � V '� T4346 a{4ay � 4SSns �1f tai „t � 'R 14444 � g 4 . r8piy $� 464x8 t� � � � � � iNreQ � � 465tA3 + } ■ $S3a1 $ e} 14 TfldOR maw Isms 4gtggrEe�a�gg�if€le�acs�e�€�I■ ^ MOT a , of terra r.4p$p � X142 4�41s .� � rt4 '� j/jJ f WARi4ERAVEN4IE 00 75 150 22.5 3W � SCALE IN FEET LEGEND STREET ADDRESS MAP 69 A'n.3'r tip 's3 CITY LIMITS Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OFTUSTIN UNIFIED SCHOOL DISTRICT t - WEED ABATEMENT STREET ADDRESS MAP 69 A'n.3'r tip 's3 0 75 150 225 300 SCALE IN FEET 71 �a to LEGEND a a \ -- ••! CITY LIMITS Iy Q FIRESTATION `� TUSTIN LEGACY 3� SCHOOL FACILITIES ELEMENTARY SCHOOL a st INTERMEDIATE SCHOOL HIGH SCHOOL a 1 SCHOOLS OUTSIDE ■ . ': �] OF TUSTIN UNIFIED ■ SCHOOL DISTRICT s *� WEED ABATEMENT aaa-0aa Wm m as—a a a0-0aA a� x aiaas �X0a�a � Ewa a�[ � l3E# �■ —.— —— — __— _+ .� --- STREET ADDRESS MAP 70 s:;.sa ;�Q fa d MAP a t) 0 75 150 125 300 SCALE IN FEET STREET ADDRESS MAP 71 LEGEND — — CITY LIMITS �F FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL q� INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OF TUSTIN UNIFIED SCHOOL DISTRICT 01 w w ' WEED ABATEMENT STREET ADDRESS MAP 71 ANA EDWWM AM" 3. Pohmo " STT LrOAip7U1 4. Q%M= ST. & KARA CT. " a SAMVSM Cr. 7 EQL70UETCT. a YAmr QRQN[ CT. 0. Dow Tm Ci. 10. TARQCOD Cr. 11. LMOM CE 12 [NE617N7i CT. 14. DAMCT CT. sY AWRM CT. IL Mm ya urrnow QT. 17. SUNG= CL IL kKM Cr. 20,1 21. es777ec22.7RQNcT71t7ileLCL24. rAul 36 IUPQO UL ON. iwErAdONO Go"� a AlNuffm UL 7. Coi" UL LL IOLASIXKLYA 171. Y 1� LWE %W I Meter Number GENERALFUND WATER METER INFORMATION Meter Location 12726596 14241 Tustin Ranch Road 13099955 2743Edinger/Jamboree 13236437 14031 Tustin Ranch Road 13377970 14741 1/2 Tustin Ranch Road/N. Edinger 13377973 15501 1/2 Tustin Ranch Road S/Valencia 15063530 2083 Bryan 15063608 2814 Pioneer Way 15367095 10093 Jamboree 15367139 10657 Jamboree 15367190 2701 Walnut Median 16999745 2431 Bryan 16999793 3177 1/2 Moffett Drive 16999794 15601 1/2 Park Avenue 17884918 Cherrywood /Walnut 18860502 12531 Jamboree 43791765 2201 Raintree Hydrant 51120149 15442 Lansdowne Road 51120151 15443 Lansdowne Road 51932325 Dow Avenue 52987961 15901 1/2 Tustin Ranch Road N/Warner 52988252 15229 1/2 Tustin Ranch Road S/Edinger 52988472 15730 1/2 Park N/Warner 53351199 2775.5 Warner 53351531 1435 1/2 Warner 60258142 Walnut /Cherry 60291216 12531 Jamboree 60417235 12888 Tustin Ranch Road 60417271 12563 Tustin Ranch Road 60470205 10006 Upper Wick 60470206 10081 Conv. Spray 60492186 1463 Moffett 60498433 2417 Irvine 60498454 Kennsington Park 60498470 12270 Tustin Ranch Road GENERALFUND WATER METER INFORMATION (CONT'D) 60498474 13062 Robinson 60498477 11551 Jamboree 60498484 11836 Tustin Ranch Road 60498499 2417 Irvine 60498501 11257 Tustin Ranch Road 60498508 2988 Portola 60498514 11027 Jamboree 60498516 10291 Jamboree 60498524 12991 Tustin Ranch Road 60524014 1628 Valencia N. Loop 60527573 10006 Jamboree/Billed 60527573 10006 Diff./Slope 60549527 12217 Jamboree 60550240 2975 Edinger/Billed 60582293 13316 Jamboree 60582294 11929 Jamboree 60621829 2733 Bryan 60683509 13381 Jamboree 60683524 12943 Jamboree 60738952 13151 Tustin Ranch Road 60738958 12567 Tustin Ranch Road 60738960 3443 Edinger /Harvard 60896531 13702 Tustin Ranch Road 60896717 1630 1/2 Warner 60896750 1600 1/2 Armstromg Avenue 60966187 16015 1/2 Armstrong Avenue 60966189 16013 1/2 Armstrong Avenue 67304216 15442 Red Hill Avenue 68245831 2345 Barranca Parkway 83802863 15440 1/2 Lansdowne Road 97071954 Walnut ./Sinclair 98041008 10081 Jamboree 98041008 10081 Jamboree (Lower Wick) 334038367 Library Metrolink 2975 Edinger 32005277 1171 El Camino Real GENERALFUND WATER METER INFORMATION (CONT'D) 16739651 Fashion Lane 75545150 Fashion Lane 35741416 5351/2F irst Street 17213246 600 First Street 31568407 First Street /A 32336961 515 "/2 First & Pacific 78259457 Hall 44835013 Irvine 16871172 18141 Irvine 17205126 18001 Irvine 16329788 17802 Irvine 60342329 17876 Irvine GM (ST) 34030310 Irvine/A Street 76589718 Main / Bryan (Island) 44759637 Main Street bridge 32730945 Main / Williams 12224284 14722 Newport Avenue 60325658 Newport / 6th Street *New* 13542 Newport / Bryan 15886432 Newport / Holt 96075425 Newport / Mitchell 60013592 Nisson 33153010 Nisson Road 89345786 Old Irvine / Irvine 16601144 Red Hill GM (ST) 95898946 Red Hill / Bryan 16329797 Red Hill / Sycamore 97737729 Sycamore / NPT Freeway 16772785 Sycamore / Red Hill 206479 14841 Yorba & Irvine (City GM) 34056258 13302'/2 Browning /Bryan 32004910 1301 '/2 Edinger Avenue 47070919 Irvine W/O Newport 16784024 IRR 17th Street Across from EI Torrito 47070921 Newport Avenue N/O Irvine 17764618 Irvine GM 17497584 Irvine GM GENERALFUND WATER METER INFORMATION (CONT'D 17497597 Irvine GM 17497595 Irvine GM 17497580 Irvine GM 17213245 Irvine GM 13588953 Vandenberg at Enderle 32005276 1701 '/z Edinaer Avenue GENERALFUND BACKFLOWS -P N Cb O O N CTi V V O O .P -P W W CT O O W CP 6l O CTi N V V O N O• CT W V O? N W m .-O S S m S S 70 O w S S Z v Gn S 3 S S 3 v t 3 -V 3` 3 T 3 Q n 3 m 3 3. 3 3 3 5 3 o a- o o ni o m CD v m m m m m m m m Q a a vou v v' fli' O L m T- C1 N c; T y p O m m �, a,' < cn _ _m o 'oo o Doi m a o m m m C"7 m Q m o o o n0 3 to CD �. coo _. _ v Ro m y v O Gn y c y ni Qo P. Cn S ga-N N N C N- N O CO -WJ N O p- �' O O O O Ul y 3 1 O (D 3 N 27 Q m �- cn v o T rn o o m = fD O .-.- N (D CNO y CD D n T d O CTI Ink — IO I� O IO I� IrOn I� IO rOn N N NCNn CT Cil CT CTi N F CS CS [S ZS CS � ZS � CT CT Q" CT Gn o v o 0 0 o y o y o 0 0 0 [P co N N d - t �� N O W N GOJ,�I O N N N W M W OV -OP COit CO -WP E A V+ N 67 A Z N CO N� N N O O O CD N CD Grn Ro Sp p- � O O A N O O z O Ocn B m m O m m r" m m m m m y a s o o � � v'- 3 ce 3 _� m CRo N Q NE3 O EL y Gs tT m O Q o v Z N F OJ N a [1 cn N Gn Q m n N CD y O N O_ N O C CC C CCCC fD C C C C CTD CTD C CTD N N N -- CTD ic y y y y O O y O y O O O O O m -o ra ca 03 r v o ro v v v v m ti O fll V V ro� ca'il N a "� GNiI cNsi cNri c^'il N O 0 o No a a D a r a CT CT V A 6J CT Cil Ul Cil Ul CJl 'S W W W OJ � 00000000000000 _ CP � ." N ___ N �' Q. c5- N %'i t11 W m .-O S S m S S 70 O w S S Z v Gn S 3 S S 3 v t 3 -V 3` 3 T 3 Q n 3 m 3 3. 3 3 3 5 3 o a- o o ni o m CD v m m m m m m m m Q a a vou v v' fli' O L m T- C1 N c; T y p O m m �, a,' < cn _ _m o 'oo o Doi m a o m m m C"7 m Q m o o o n0 3 to CD �. coo _. _ v Ro m y v O Gn y c y ni Qo P. Cn S ga-N N N C N- N O CO -WJ N O p- �' O O O O Ul y 3 1 O (D 3 N 27 Q m �- cn v o T rn o o m = fD O .-.- N (D CNO y CD D n T d O CTI Ink — IO I� O IO I� IrOn I� IO rOn N N NCNn CT Cil CT CTi N F CS CS [S ZS CS � ZS � CT CT Q" CT Gn o v o 0 0 o y o y o 0 0 0 [P co N N d - t �� N O W N GOJ,�I O N N N W M W OV -OP COit CO -WP E A V+ N 67 A Z N CO N� N N O O O CD N CD Grn Ro Sp p- � O O A N O O z O Ocn B m m O m m r" m m m m m y a s o o � � v'- 3 ce 3 _� m CRo N Q NE3 O EL y Gs tT m O Q o v Z N F OJ N a [1 cn N Gn Q m n N CD y O N O_ N O C CC C CCCC fD C C C C CTD CTD C CTD N N N -- CTD ic y y y y O O y O y O O O O O m -o ra ca 03 r v o ro v v v v m ti O fll V V ro� ca'il N a "� GNiI cNsi cNri c^'il N O 0 o No a a D a r a CT CT V A 6J CT Cil Ul Cil Ul CJl 'S W W W OJ � 00000000000000 ATTACHMENT 2 Request for Proposals (General Fund Areas) TU5TIN CITY OF TUSTIN 300 Centennial Way Tustin, California 92780 REQUEST FOR PROPOSALS for BUILDING OUR FUTURE Landscape Maintenance Services for General Fund Areas HONORING OUR PAST February 2019 PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to: Christine Zepeda Landscape Contract Supervisor Public Works Department City of Tustin 300 Centennial Way Tustin, California 92780 no later than 10:00 A. M. on March 19, 2019 to the City Clerk's office located at 300 Centennial Way, Tustin, CA. 92780. Three (3) copies of the proposal shall be submitted in a sealed envelope and marked: "Landscape Maintenance Services for General Fund Areas." Proposals received after the specified time will not be accepted and will be returned unopened. Questions regarding this request will be limited to written form and shall be submitted no later than March 11, 2019 at 10:00 a.m. Verbal inquiries will not be accepted. Questions shall be directed to Christine Zepeda by address above. Plans, specifications and proposal forms to be used for proposal can only be obtained by prospective bidders at the office of the Public Works Department, Tustin City Hall, 300 Centennial Way, Tustin, California 92780, upon payment of $15.00 per set or will be mailed out upon payment of $20.00 per set, which amounts are not refundable. INDEX 1. Project Description 2 11. Schedule of Events 2 iii. Scope of Work 2 IV. Proposal Requirements 3 V. General Requirements 5 V1. Contractor Evaluation & Selection Process 9 VII. Administration Specifications 10 ATTACHMENTS Attachment A - Notice to Contractors Attachment B - Proposal Documents Attachment C - Contract Agreement Attachment D - General Provisions CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February 2019 Page 2 Attachment E - Special Provisions Attachment F - General Notes, Locations, and Details PROJECT DESCRIPTION The City of Tustin is soliciting a written proposal for qualified contractors for landscape maintenance services. As a Request for Proposal (RFP) this is not an invitation to bid and, although price is.very important, other factors will be taken into consideration. 11. SCHEDULE OF EVENTS February 19, 2019 Issuance of Request for Proposals March 11, 2019 Deadline for written questions. March 19, 2019 Proposals due at Tustin City Hall City Clerk's office by 10:00 A.M. April 8, 2019 Anticipated interviews (est. date) May 7, 2019 City Council Approval of Contractor Contract (est. date) May 16, 2019 Issuance of notice -to -proceed (est. date) July 1, 2019 First day of contract City Hall Offices are currently open from 7:30 a.m. to 5:30 p.m. Monday through Thursday and 8:00 a.m. to 5:00 p.m. on Friday. 111. SCOPE OF WORK Although the City is attempting to identify the limits and services required, this should not unnecessarily limit the contractor in the development of a scope it believes is necessary to meet the City's goals and objectives: The City is seeking a qualified licensed Contractor to provide Landscape Maintenance Services that will include management, supervisor, labor (including day porter), materials, equipment, and transportation to accomplish all landscape maintenance services at the specified areas as defined in this request. The award of this contract will be made at the discretion of the City, based on the qualifications and the cost proposals submitted by Contractors with responsive proposals. The contract will be for a period of twenty-four (24) months from July 1, 2019 to June 30, 2021, with renewal option on a one-year basis for an additional three (3) years at the sole discretion of the City. Unless otherwise directed by the City Council, the Director of Public Works will renew the contract based on the Contractor's overall performance, and upon renewal of all bonds and insurance certificate(s). A Faithful Performance Bond in the amount of 100% and a Labor and Materials Bond in the amount of 100% in the form attached to the contract documents shall be provided in the submitting proposal. Said bonds shall be issued by a surety company duly authorized to issue CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February 2019 Page 3 such bonds in the State of California. Prior to execution of contract, Contractor shall provide City with insurance certificate(s) with endorsements evidencing commercial general liability and automobile liability insurance as prescribed in the contract, with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or rated Grade A - or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade B- or better and Class VII (seven) or better, or offered by State Compensation Fund, is acceptable. The City of Tustin hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit proposals in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex or religion in any consideration leading to the award of contract. Every person submitting a proposal must have a Contractor's license for the work, in the classification of B, at the time of making a proposal. Further, it is a misdemeanor not to have a license at the time of the proposal. (Business and Professions Code Section 7028.15(a)). In the case of joint ventures, each person comprising the joint venture shall have a Contractor's license at the time of the proposal. (Business and Professions Code Section 7028.15(c)). However, the joint venture itself must have a "joint venture license" not later than the time of the award of proposal. (Business and Professions Code Section 20103.5). In the case of City contracts, which involve Federal funds, the Contractor must be properly licensed at the time of the award of the contract. (Public Contract Code Section 20103.5). A Contractor who is not properly licensed will have his proposal declared non-responsive (Business and Professions Code Section 7028.15(e). Any Proposer or Contractor not so licensed shall be subject to all legal penalties imposed by law, including but not limited to any appropriate disciplinary action by the Contractor's State License Board (Public Contract Code Section 20103.5). The City Council of the City of Tustin has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed and a copy of the same in on file in the office of the City Engineer. Not less than said prevailing rates shall be paid to the workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. IV. PROPOSAL REQUIREMENTS Proposals must be prepared on the approved proposal forms in conformance with the INSTRUCTIONS TO PROPOSERS (Attachment B and C) and submitted in a sealed envelope plainly marked on the outside. CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February 2019 Page 4 1. Content & Format The City requests that proposals submitted be organized and presented in a neat and logical format and are relevant to these services. Proposals shall be clear, accurate, and comprehensive. Excessive or irrelevant material.will not be favorably received. Proposals shall contain no more than 10 typed pages (this would be in addition to the City's proposal documents found in Attachment B using a 10 point minimum font size, including transmittal/offer letter; but excluding Index/Table of Contents, tables, charts, and graphic exhibits. The purpose of these restrictions is to minimize the costs of proposal preparation and to ensure that the response to the RFP is fully relevant to the specifications. 2. Approach A description of the Contractor's approach and work program to meet the City's objectives shall be included. It should explain the technical approach, methodology, and specific tasks and activities that will be performed to address the specific issues and work items. ' 3. Team Organization The purpose of this section is to describe the organization of the project team including subcontractors and all key staff. An account manager and an alternate field manager shall be named who shall be the prime contact and be responsible for coordinating all activities with the City. An organization diagram shall be submitted showing all key team members and illustrating the relationship between the City, the account manager, key staff, and subcontractors. There also should be a brief description of the role and responsibilities of all key staff and subcontractors identified in the team organization. 4. Statement of Qualifications The information provided in this section should describe the qualifications of the Contractor and key staff in performing projects within the past five years that are similar in scope and size to demonstrate competence to perform these services. The projects listed should be those that the key staff named for this project were responsible for performing. Information shall include: Names of key staff that participated on named projects and their specific responsibilities. CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February2019 Page 5 • The client's name, contact person, addresses, and telephone numbers. • A brief description of type and extent of services provided. • Completion dates (estimated, if not yet completed). • Total costs of the projects. There should be included, in the section, brief resumes of key personnel who will provide these services demonstrating their qualifications and experience. Resumes should highlight education, relevant experience, licenses, and specific responsibilities for services described. 5. Statement of Offer & Signature The Proposal shall contain a statement that the proposals are a firm offer for a 90 - day period and signed by an individual authorized to act on behalf of the Contractor. V. GENERAL REQUIREMENTS 1. Insurance Requirements Public Liability and Property Damages. The Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $2,000,000.00. The following insurer endorsements are required if not part of the policy: The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; The policy covers blanket contractual liability; The policy limits or liability are provided on an occurrence basis; The policy covers broad form property damage liability; The policy covers personal injury as well as bodily injury liability; The policy covers explosion, collapse, and underground hazards; CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February2019 Page 6 The policy covers products and completed operations; The policy covers use of non -owned automobiles; and The coverage shall not be cancelled or terminated unless thirty (30) days written notice is first given to the City of Tustin. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is acceptable. Workers' compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. Contractor shall provide to the City, within ten (10) working days after the date of Notice of Award of the contract, evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non- negotiable and City will not consider waiving insurance requirements. There are no exceptions. 2. Standard Form of Agreement The Contractor will enter into an agreement with the City based upon the contents of the RFP and the Contractor's proposal. The City's standard form of agreement is included as Attachment C. The contractor shall carefully review the agreement, and include with the proposal a description of any exceptions requested to the standard contract. If there are no exceptions, a statement to that effect shall be included in the proposal. 3. Disclaimer This RFP does not commit the City to award a contract, or to pay any costs incurred in the preparation of the proposal. The City reserves the right to extend the due date for the proposal, to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified Contractor, or to cancel this RFP in part or in CITY of ` uSTIN Landscape Maintenance Services for General Fund Areas - RFP February 2019 Page 7 its entirety. The City may require the selected contractor to participate in negotiations and to submit such technical, fee, or other revisions of their proposal as may result from negotiations. The proposal shall remain open and valid for a period of at least 90 days from the designated due date indicated for proposals in the RFP. Please state in your proposal that it will remain valid for this period. Once your proposal is accepted during this period, the price quoted in your proposal must remain unchanged for the entire period of the resulting contract unless otherwise specified in this RFP. 4. Assigned Representatives The City will assign a responsible representative to administer the contract, and to assist the Contractor in obtaining information. The Contractor also shall assign a responsible representative (Account Manager) and an alternate, who shall be identified in the proposal. The Contractor's representative will remain in responsible charge of the Contractor's duties from the notice -to -proceed through project completion. If the Contractor's primary representative should be unable to continue with the project, then the alternate representative identified in the proposal shall become the Account Manager. The City's representative shall first approve any substitution of representatives or subcontractors identified in the proposal in writing. The City reserves the right to review and approve/disapprove all key staff and subcontractor substitution or removal, and may consider such changes not approved to be a breach of contract. 5. City Business License A City business license will be required of the Contractor and any subcontractors for services under this agreement. 6. Contract Bonds Both the Faithful Performance Bond and the Labor and Materials Payment Bond shall each be for not less than one hundred percent (100%) of the total contract amount. Bonds shall be of the form attached to Attachment C and secured from a surety company duly authorized to issued such bonds in the State of California and shall be subject to the approval and acceptance of the City Council and City Attorney. The Labor and Materials Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Faithful Performance Bond will not be released until one year after said date. Additionally, the Contractor shall concurrently submit, with the bonds, a certified copy of the most recent Certificate of Authority issued to the bonding company by the California Insurance Commissioner. CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February 2019 Page 8 7. Execution of Contract Within ten (10) calendar days after the date of the Notice of Award, the Contractor shall execute and return the following contract documents to the Agency. Contract Agreement Faithful Performance Bond Labor and Materials Payment Bond Public Liability and Property Damage Insurance Certificate and Endorsements Compensation Insurance Certificate and Endorsements Certified copy of Certificate of Authority, from the California Insurance Commissioner, issued to the Insurance and/or bonding companies. Contractor shall provide to the City within ten (10) working days after the date of Notice of Award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non- negotiable and the City will not consider waiving insurance requirements. There are no exceptions. The Contract Agreement shall not be executed by the authorized City officials bidder is licensed in accordance with Professions Code. considered binding upon the City until No contract will be executed unless the the provisions of the State Business and A corporation to which an award is made may be required, before the Contract Agreement is executed by the City, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 8. Extension of Contract The City shall have the right and option to extend the term of this contract for three (3) consecutive additional years following the original 2 year term of this contract, by giving written notice to the Contractor prior to the end of the original contract term. Contract unit price adjustments may be provided annually at the discretion of the City as described below: Contracted unit prices are subject to annual review effective July 1 of each year to reflect a not -to -exceed Consumer Price Index (CPI) changes in cost. The rates may be adjusted each year on July 1, at the sole discretion of the City or, upon written request for an increase from Contractor one -hundred twenty (120) days prior to July CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February 2019 Page 9 1, all based upon the percentage change in the CPI for All Urban Consumers for the Los Angeles -Riverside -Orange County, CA Metropolitan Area ("Index") published by the United State Department of Labor, Bureau of Statistics for the preceding year (December to December) calculated to the nearest one cent. The Index published more immediately preceding the effective adjustment date is to be used in determining the amount of adjustment. If the Index has changed from the previous Index basis, the unit prices for the following year of the term of the contract shall be set by multiplying the previous unit prices by a ratio, the numerator being the new Index value and the denominator being the previous index value. The index value for the beginning of the original contract term shall be the Index in effect at time of the proposal. If only a portion of a unit price changes, that portion alone shall be adjusted by the ratio. The portion of the total unit price to be adjusted shall be determined by the Director of Public Works based on documentation submitted by the Contractor. The first rate adjustment will be effective July 1, 2020. The same method of adjustment shall apply to all future renewal years. Unless otherwise directed by the City Council, the Director of Public Works will renew the contract based on the Contractor's overall performance and upon renewal of all bonds and insurance certificate with increases not to exceed the annual CPI as described. 9. Termination of Contract Agreement The City reserves the right to terminate this Contract Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor, except that where termination is due to the fault of the Contractor and constitutes an immediate danger to the health, safety and general welfare, the period of notice shall be such shorter time as may be appropriate. Upon receipt of the notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the City. Contractor shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by City thereafter. If termination is due to the failure of the Contractor to fulfill its obligations under this Contract 'Agreement, City may take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated, provided that the City shall use reasonable efforts to mitigate damages, and City may withhold any payments to the Contractor for the purpose of offsetting or partial payment of the amounts owed to City. VI. CONTRACTOR EVALUATION & SELECTION PROCESS The City's Contractor evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The following criteria will be used in evaluating the proposals using a point value system (100 points) based upon the weighting indicated below: CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February 2019 Page 10 1. City's evaluation of the Contractor's Statement of Technical Ability and Experience. (15 Points) 2. Contractor's ability to show "Qualified Proposer" status by detailed answers to the Maintenance Service Questionnaire. (25 Points) 3. Commitment by Contractor to supply necessary equipment to fulfill the contract specifications. (10 Points) 4. Local experience and knowledge of landscape maintenance in the public sector. (15 Points) 5. The best economic value of the proposal. (25 Points) 6. Contractor's ability to provide the required bonds, insurance certificate(s) and satisfactory references. (10 Points) The City may elect to interview a short list of qualified firms or to interview only the top rated Contractor based upon the proposals submitted for the project. The City staff will negotiate a contract with the best -qualified Contractor for the desired landscape maintenance services. Should the City staff be unable to negotiate a satisfactory contract with the Contractor considered to be the most qualified, negotiations with that Contractor shall be formally terminated. Negotiations will then be undertaken with the next most qualified contractor. Failing accord with the second most qualified contractor, the City staff will terminate negotiations and continue the negotiation process with the next most qualified contractors in order of their evaluation ranking until an agreement is reached and a contractor is selected and an agreement is executed. Additional information related to the contractor selection process will be made available in the future once the City has executed this contract. Please refrain from making any verbal inquires or requests for a formal debriefing related to the subject RFP until the City of Tustin completes the ongoing contract process. VII. ADMINISTRATION SPECIFICATIONS A. The City of Tustin's Rights to Proposals All proposals, upon submission to the City of Tustin shall become its property for use as deemed appropriate. By submitting a proposal, the offer covenants not to make any claim for or have any right to damages because of any misinterpretation or misunderstanding of the specification, or because of any misinformation or lack of information. The City of Tustin has the following prerogatives with regard to proposals submitted: - to accept or reject any or all proposals; CITY of TUSTIN Landscape Maintenance Services for General Fund Areas - RFP February2019 Page 11 - to correct any arithmetic errors in any or all proposals submitted; - to utilize any or all the ideas from proposals submitted; - to change the proposal's due date upon appropriate notification; - to adopt any or all of an offeror's proposal; and - to negotiate modifications to the scope and fee with selected offeror prior to contract award. CITY OF TUSTIN ORANGE COUNTY, CALIFORNIA NOTICE TO CONTRACTORS PROPOSAL, CONTRACT AND SPECIFICATIONS FOR LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS JULY 1, 2019 - JUNE 30, 2021 February 2019 Field Services Division City of Tustin 300 Centennial Way Tustin, CA 92780 (714) 573-3350 CONTENTS ATTACHMENT A------- B------ C------- TITLE NOTICE TO CONTRACTORS PROPOSAL DOCUMENTS CONTRACT AGREEMENT D ------------------------------------------------------------ GENERAL PROVISIONS E ------------------------------------------------------------ SPECIAL PROVISIONS F GENERAL NOTES, LOCATIONS & DETAILS SECTION A NOTICE TO CONTRACTORS SECTION A CITY OF TUSTIN, CALIFORNIA NOTICE TO CONTRACTORS SEALED PROPOSALS will be received at the office of the City Clerk, Tustin City Hall, 300 Centennial Way, Tustin, California 92780 until 10:00 A.M. on the 19th day of March, 2019 for performing work as follows: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 - June 30, 2024 This work shall consist in part of furnishing all labor, materials, tools, equipment, transportation and incidentals as required by plans, specifications and contract documents for the above stated project. The work to be done hereunder consists of providing Landscape Maintenance services in all landscaped areas that will include proactive management, detail oriented supervision, transportation, mowing/edging of turf, fertilization, pest control, irrigation management/repair, and the pruning/trimming of shrubs and groundcover to accomplish all required Landscape Maintenance services at all General Fund Areas, all as detailed on the plans and specified herein or as customarily necessary to complete the intent of the proposed work, which is to provide a lush, visually pleasing, well maintained and high quality landscape, with all work being completed within the specified timeframe. Plans, specifications and proposal forms to be used for bidding on this project can only be obtained by prospective bidders at the office of the Public Works Department, Tustin City Hall, 300 Centennial Way, Tustin, California 92780, upon payment of $15.00 per set or will be mailed out upon payment of $20.00 per set, which amounts are not refundable. This is not a Public Works project, but rather a Landscape Maintenance Service Contract and therefore is not subject to award to the lowest bidder. This contract is structured like a Public Works contract for convenience purposes only. The award of this contract for General Fund Areas will be made at the discretion of the City, based on the qualifications and the cost proposals submitted by contractors with responsive proposals. The contract will be for a period of twenty-four (24) months from July 1, 2019 to June 30, 2021, with renewal on a year -by -year basis for an additional three years at the sole discretion of the City. Unless otherwise directed by the City Council, the Director of Public Works will renew the contract based on the Contractor's overall performance, and upon renewal of all bonds and insurance certificate(s). A-1 In conformance with Section 37931 of the Government Code, all bids shall be presented under sealed cover on the proposal form provided and accompanied by bidder's security in the form of cash, cashier's check, certified check or bid bond issued by a surety company authorized to issue such bonds in the State of California. The security shall be for the amount not less than 10% of the amount of the bid. A bid shall not be considered unless one of the forms of bidder's security is enclosed therewith. A Faithful Performance Bond in the amount of 100% and a Labor and Materials Bond in the amount of 100% in the form attached to the contract documents shall be provided. Said bonds shall be issued by a surety company duly authorized to issue such bonds in the State of California. Prior to execution of contract, Contractor shall provide City with insurance certificate(s) with endorsements evidencing commercial general liability and automobile liability insurance as prescribed in the contract, with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade B- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. If a bid bond is supplied, a proposal bond from an admitted surety is required. If the bond surety is not admitted, the City shall reject the proposal as non-responsive. The City shall not accept a surety provided by a surplus line broker; nor shall the City allow a Contractor to substitute a proposal surety after the proposals areopen. Additionally, the Contractor shall concurrently submit, with the bonds and insurance certificate(s) with endorsements, a certified copy of the most recent Certificate of Authority issued to the bonding companies by the California Insurance Commissioner. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. The City of Tustin hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit proposals in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex or religion in any consideration leading to the award of contract. The City's final selection criteria for award of contract will based on, but not limited to the following analysis: 1. City's evaluation of the Contractor's Qualification Statement, Experience in Landscape Maintenance Service Questionnaire and proof of professional certifications/licenses. A-2 A. State Contractor's License A or C-27 B. Certified Arborists (ISA,NAA) C State of California: 1. Pest Control Applicator - Class B 2. Pest Control Advisor- Classes B, D, & E D. Certified Water Auditor 2. Commitment by Contractor to supply necessary equipment to fulfill the contract specifications (equipment, type, brand and number), at level ensuring no production interruption. 3. The best economic value of the proposal. 4. Contractor's ability to provide the required bonds, insurance certificate(s) and satisfactory references. The City of Tustin reserves the right to reject any or all proposals, and/or to waive any informality on a proposal. No bidder may withdraw his proposal for a period of forty-five (45) days after the date set for the opening thereof. Prior to proposal opening bidder may withdraw his proposal. Proposals received after the proposal opening time and date herein will be returned to bidder unopened. Pursuant to the California Public Contract Code, the Contractor will be entitled to post approved securities with the City or an approved financial institution in order to have the City release funds retained by the City to insure performance to the contract. Every person submitting a proposal must have a Contractor's license for the work, in the classification of A or C-27, at the time of making a proposal. Further, it is a misdemeanor not to have a license at the time of the proposal. (Business and Professions Code Section 7028.15(a). In the case of joint ventures, each person comprising the joint venture shall have a Contractor's license at the time of the proposal. (Business and Professions Code Section 7028.15(c). However, the joint venture itself must have a "joint venture license" not later than the time of the award of proposal. (Business and Professions Code Section 7029.1). In the case of City contracts, which involve federal funds, the Contractor must be properly licensed at the time of award of the contract. (Public Contract Code Section 20103.5). A Contractor who is not properly licensed will have his proposal declared nonresponsive. (Business and Professions Code Section 7028.1 S (e). Any bidder or Contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractor's State License A-3 Board. (Public Contract Code Section 20103.5). Failure to comply with these license requirements may also result in a forfeiture of bidder's security. The City Council of the City of Tustin has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed and a copy of the same is on file in the office of the City Engineer. Not less than said prevailing rates shall be paid the workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. City Hall Offices are currently open from 7:30 a.m. to 5:30 p.m. Monday through Thursday and 8:00 a.m. to 5:00 p.m. on the Friday that City Hall remains open. The Contractor's activities shall be confined to the hours between 7:00 a.m. and 4:00 p.m. Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Engineer except in emergencies involving immediate hazard to persons or property. This contract is one of two Landscape Maintenance contracts to run concurrently. The intent of the City is to have two (2), separate Contractors providing landscape maintenance services to the City. A-4 L E G A L N 0 T I C E NOTICE TO CONTRACTORS NOTICE INVITING SEALED PROPOSALS FOR THE CITY OF TUSTIN DEPARTMENT OF PUBLIC WORKS NOTICE IS HEREBY GIVEN that proposals will be received at the Office of the City Clerk, Tustin City Hall, 300 Centennial Way, Tustin, California 92780 until 10:00 A.M. on the 19th day of March 2019, for performing the work as follows: Project Title: Landscape Maintenance Services for Landscape $ Lighting Assessment District Areas AND Project Title: Landscape Maintenance Services for General Fund Areas This work shall consist in part of furnishing all labor, materials, tools, equipment, transportation, and incidentals as required by plans, specifications, and contract documents for the above stated projects. The work to be done hereunder consists of providing Landscape Maintenance services in all landscaped areas that will include proactive management, detail oriented supervision, transportation, mowing/edging of turf, fertilization, pest control, irrigation management, monitoring, and repair, and the pruning/trimming of shrubs and ground cover to accomplish all required Landscape Maintenance services at all areas, all as detailed on the plans and specified herein or as customarily necessary to complete the intent of the proposed work, which is to provide a lush, visually pleasing, well maintained, and high quality landscape, with all work being completed within the specified timeframe. OBTAINING PROPOSAL DOCUMENTS: A copy of the RFP (including the maps, specifications, and contract documents) are available for purchase at Public Works Department, Tustin City Hall, 300 Centennial Way, Tustin, California 92780, upon payment of a $15.00 per set or will be mailed upon payment of $20.00 per set, which amounts are not refundable. The successful proposal(s) shall be required to enter into a contract with the City of Tustin, in a form approved by the Tustin City Attorney. City Hall offices are currently open from 7:30 A.M. to 5:30 P.M., Monday through Thursday and 8:00 A.M. to 5:00 P.M. on Friday. QUESTIONS REGARDING THIS RFP: All questions regarding this request will be limited to written form and shall be submitted no later than March 11, 2019 at 10:00 a.m. Verbal inquiries will not be accepted. Questions shall be directed to Christine Zepeda by address above. Published on: February 21, 2019 February 28, 2019 A-5 SECTION B PROPOSAL DOCUMENTS SECTION B PROPOSAL TOTHE CITYOFTUSTIN, CALIFORNIA 79 •; LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 Name of Bidder: Business Address: PhoneNumber: The work to be done and referred to herein is in the City of Tustin and is to be constructed in accordance with the plans, specifications and contract annexed hereto and also in accordance with the latest edition of the "Standard Specifications for Public Works Construction". The work to be done is shown upon plans and specifications entitled: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 Said plans and specifications are on file in the office of the City Engineer, Tustin, California. A high level of service is expected with a minimum of daily service for complete landscaping services of all General Fund areas as per the contract: TO THE CITY OF TUSTIN The undersigned, as bidder, declares that the only persons or parties interested in the proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of the contract, and the plans therein referred to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of Tustin, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction/maintenance, and to do all work and furnish all materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take full payment therefore at the following unit prices to -wit: B-1 PROPOSAL FOR LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 CITY OF TUSTIN ITEM NO. QUANTITY UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A. 12 Monthly Turf - Mow/Edge $ $ B. 12 Monthly Turf Maintenance $ $ C. 12 Monthly Landscape Maintenance $ $ D. 12 Monthly Irrigation System Maintenance $ $ E. 12 Monthly Facility Maintenance $ $ F. 12 Monthly Weed, Rodent & Pest Control $ $ G. 12 Monthly Hardscape, Bomanite, etc (Clean-up) $ $ H. 12 Monthly Trash Pick-up $ $ Quarterly Weed Abatement (Page F-54 to F-93) $ $ Annual Total 1 $ LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and inclusive landscape maintenance as per the specifications and the individual attachments. The areas are representative and measurements are to be taken by the Contractor; however, boundaries are to be inclusive in your proposal item price. The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month. B-2 The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to furnish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. Note: The City Hall complex and the Main Street Reservoir site shall be kept in pristine condition. MINIMUM STAFF REQUIREMENTS Positions At a minimum, contractor shall provide one (1) full-time supervisor and eighteen Work Performed Required Vehicle Location/Purpose (18) full-time positions as depicted in the table below: Refurbishment positions are additional. (1) Supervisor (1) Pickup truck All Contract Sites (3) Fully stocked trucksAll (1) Irrigation Specialist Include Irrigation with irrigation controllerremotes Contract Sites (2) Irrigation Technicians System Monitoring and for Calsense Maintenance for and Weathermatic Calsense, Maxicom, Weathermatic, Signature, and (Cental (1) Mow Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew Laborers Maintenance (6) Detailed Maintenance Detailed Maintenance All Contract Sites Laborers (2) Detailed Maintenance Detailed Maintenance (2) one -ton stake bed All Contract Sites Drivers /Leadworker trucks or equivalent General litter control, (2) one -ton stake (3) Trash Patrol Laborers refuse removal, bed trucks or All Contract Sites and grounds policing equivalent (1) Pest Control Operator Fully stocked spray truck with a valid QAL from the Pest Control Operations with a minimum 100 gallon All Contract Sites State of California tank: B-3 (2) Installation Maintenance Installation (1) one -ton stake bed Refurbishment Items Laborers trucks or equivalent (1) Installation Maintenance Drivers Installation 1 one -ton stake bed () Refurbishment Items /Leadworker trucks or equivalent 1 Irrigation Technician () g Include Irrigation g (1) Fully stocked truck with irrigation controller Refurbishment Items Installation remotes for Calsense The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a weekly basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal for this Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below: No. of Total Weekly Hourly People Hours Provided Rate I. Supervisor/Quality Control Manager 1 40 II. Pesticide Applicator(s) 1 40 III. Irrigation Specialist/Technician(s) 3 120 IV. Foreperson(s) 2 80 V. Landscape Laborers 11 440 VI. Fireman (To resolve daily City hot issues) 1 Total Full Time Positions Proposal 19 Total Weekly Hours Provided 760 B-4 40 *Average, labor will flex to accommodate seasonal growth periods. W Ln Landscape Maintenance Contract General Fund Areas (Medians) UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY From SR -55 Fwy to just east of Prospect Ave. north of Vandenberg 8 Medians Landscape & A-1 117TH Street Ln. at Enderle Center Drive 1 Parkway Hardscape 9,160 0.21 From SR -55 FWY to Newport 17 Landscape & A-2 Irvine Boulevard Avenue Medians 1 Hardscape 34,992 0.80 A-3 Plaza Drive North of Irvine Boulevard 1 Median Hardscape 400 0.01 Irvine Boulevard & Old Irvine Landscape & A-4 Intersection Boulevard 3 Medians Hardscape 4,150 0.95 From SR -55 Fwy to Newport 22 A-5 First Street Avenue Medians Landscape & 1 Median 1 22,770 0.52 A-5 Pacific Street Pacific Street & First Street Parkway Hardscape A-5 Yorba Street Yorba Street & First Street 1 Median EI Camino Real/Way & From First Street to Newport A-6 Main Street Avenue including EI Camino Way 1 Median 1 Landscape & Hardscape Parkette A-6 Main Street Main Street at Bryan Avenue island 50 Islands 48,550 1.11 Landscape & A-7 Intersection El Camino Real & EI Camino Way 1 Median Hardscape 2,650 0.06 A-8 Halls Circle North of First Street 2 Medians Landscape 1,000 0.02 From First Street to Irvine A-9 Fashion Lane Boulevard 2 Medians Landscape 780 0.02 Bike Trail 19 From McFadden Avenue to Wass Medians Landscape & A-10 JNewportAvenue IStreet 19 Parkways I Hardscape 59,490 1 1.37 W rn Landscape Maintenance Contract General Fund Areas (Medians) UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY From Edinger Avenue to First A-11 Red Hill Avenue Street Between Newport & Red Hill A-11 EI Camino Real Avenue 9 Medians 2 Parkways Landscape & Between Newport & Red Hill A-11 Nisson Avenue 2 Walls lHardscape 57,590 1.32 A-12 Not in use 4 Medians Landscape & A-13 Sycamore Avenue From SR55 Fwy to Alder Lane 2 Parkways Hardscape 40,300 0.93 From corner of Browning Avenue Landscape & A-14 Walnut Avenue to Myford Road 8 Medians Hardscape 19,980 0.46 Landscape & A-15 Walnut Avenue Browning to Tustin Ranch Road 3 Parkways Hardscape 12,200 0.28 From Jamboree Road to 2400'+ Landscape & A-16 Edinger Avenue West 2 Medians Hardscape 20,300 0.47 Southside Peppertree Home & OCFC Ditch Between Red Hill Avenue & Tustin A-17 (Katherine Spur) Ranch Road Area General Clean Up 22,000 0.51 Landscape & A-18 Tustin Ranch Road From Walnut Avenue to 1-5 Fwy 1 Median Hardscape 39,000 0.90 Landscape & A-19 Tustin Ranch Road From Walnut Avenue to 1-5 Fwy 2 Parkways Hardscape 94,000 2.16 A-20 Tustin Ranch Road From Auto Center Drive to 1-5 Fwy 1 Median Landscape 8,400 1 0.19 From EI Camino Real to Auto - Landscape & 21 Tustin Ranch Road Center Drive 1 Median Hardscape 4,850 0.11 LA Landscape & -22 Tustin Ranch Road From Bryan to EI Camino Real 1 Median Hardscape 2,900 0.07 1P V Landscape Maintenance Contract General Fund Areas (Medians) UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY Landscape & A-23 ITustin Ranch Road From Lagierto Bryan Avenue 1 Median Hardscape 5,090 0.17 Landscape & A-24 Tustin Ranch Road From Heritage to Lagier 1 Median Hardscape 3,620 0.08 From Irvine Bloulvard to Heritage Landscape & A-25 Tustin Ranch Road Way 1 Median Hardscape 12,110 0.28 Landscape & A-26 1 Tustin Ranch Road From Irvine Bloulvard to Greenway 1 Median Hardscape 11,500 0.26 Landscape & A-27 Tustin Ranch Road From Greenway to La Colina 1 Median Hardscape 7,220 0.17 From Tustin Rach Road to West A-28 La Colina City limits 1 Median Landscape 17,310 0.40 Landscape & A-29 Tustin Ranch Road From La Colina to Township 1 Median Hardscape 9,930 0.23 Landscape & A-30 Tustin Ranch Road From Township to Gallery 1 Median Hardscape 10,560 0.24 Landscape & A-31 Tustin Ranch Road From Gallery to Rawlings 1 Median Hardscape 8,300 0.19 Landscape & A-32 Tustin Ranch Road From Rawlings to Portola 1 Median Hardscape 21,350 0.49 From tustin Ranch Road to Landscape & A-33 Portola Parkway Jamboree Road 2 Medians Hardscape 5,440 0.12 From Portola Parkway to Pioneer Landscape & A-34 Tustin Ranch Road Way 1 Median Hardscape 6,260 0.14 From Tustin Ranch Road to Pioneer A-35 Pioneer Way Road 1 Median Landscape 8,190 0.19 From Pioneer Way to Jamboree A-36 Tustin Ranch Road Road 1 Median Landscape 1 7,730 1 0.18 W 60 Landscape Maintenance Contract General Fund Areas (Medians) UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY From Tustin Ranch Road to North Landscape & A-37 IJamboree Road City limits 3 Medians lHardscape 281,760 6.47 From Robinson Drive to the North Landscape & A-42 Jamboree Road end of Lot 20 1 Median Hardscape 13,210 0.30 Landscape & A-43 Jamboree Road From Irvine Boulevard to Robinson 1 Median Hardscape 22,660 0.52 From Irvine Boulevard to Bryan Landscape & A-44 Jamboree Road Avenue 2 Medians lHardscape 13,810 0.32 Landscape & A-45 Jamboree Road From Bryan Avenue to West Drive 1 Median Hardscape 5,400 0.12 Landscape & A-46 Jamboree Road From West Drive to 1-5 Fwy 1 Median Hardscape 12,530 0.29 Landscape & A-47 Bryan Avenue From Heritage to Jamboree Road 1 Median Hardscape 9,610 0.22 From Myford Avenue to Heritage Lanscape & A-48 Bryan Avenue Way 1 Median Hardscape 4,970 0.11 From Market Street to Myford Landscape & A-49 Bryan Avenue Road 1 Median Hardscape 6,900 0.16 From Tustin Ranch Road to Market Landscape & A-50 1From Bryan Avenue Street 1 Median Hardscape 6,260 0.14 Parkcenter to Tustin Ranch Landscape & A-51 Bryan Avenue Road 1 Median Hardscape 4,040 0.09 From Browning Avenue to Landscape & A-52 Bryan Avenue Parkcenter 1 Median Hardscape 6,890 0.16 West of Browning Avenue - Landscape & A-53 Bryan Avenue Northside 1 Median Hardscape 4,130 0.09 From Ranchwood Road to Tustin Landscape & A-54 Irvine Boulevard Ranch Road 1 Median Hardscape 44,620 1.02 From Tustin Ranch Road to Landscape & A-55 Irvine Boulevard Robinson 1 Median I Hardscape 1 14,640 1 0.34 0 Landscape Maintenance Contract General Fund Areas (Medians) UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY Landscape & A-56 Ilrvine Boulevard From Robinson to Jamboree Road 2 Medians Hardscape 10,000 0.23 Newport Avenue to Red Hill 5 Medians Avenue & 15171 Del Amo Parking Parking lot Landscape & A-67 Edinger Avenue Lot and Warehouse Frontage 1 Frontage Hardscape 18,045 0.41 Red Hill Avenue to Kensington Park Landscape & A-68 Edinger Avenue Place 2 Medians lHardscape 50,000 1.15 From Park Avenue to Tustin Ranch Landscape & A-69 Warner Avenue Road 1 Median Hardscape 1,800 0.04 From Warner Avenue to Barranca 2 Medians Landscape & A-70 Tustin Ranch Road Parkway 1 Parkway Hardscape 39,920 0.92 From Red Hill Avenue to Tustin Bioswales A-71 Warner Avenue Ranch Road 5 Medians 1 Median From Barranca Parkway to Valencia 10 A-71 Armstrong Avenue Avenue Bioswales Landscape & 6 Medians 4 Parkways Hardscape From Warner Avenue to Walnut 7 A-71 lTustin Ranch Road Avenue Bioswales From Columbus Square to Tustin A-71 I Valencia Avenue lRanch Road 12 Medians 1 1 526,250 1 12.08 Landscape Maintenance Contract General Fund Areas (Medians) 1 Total 12,843,8461 66.19 N 0 UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY 7 Medians 5 Landscape & A-76 Red Hill Avenue From Barranca Parkway to Edinger Bioswales Hardscape 146,797 3.37 Landscape & A-77 Edinger Avenue South of Kensington Park Drive 1 Median Hardscape 4,788 0.11 From the property line of the 76 Station to the property line of the A-94 Edinger Avenue Allied Regrigeration Area Hardscape 199,915 4.59 Newport Avenue/Del Corner of Newport and Del Amo - Landscape & A-95 Amo Avenue (triangle area) Area Hardscape 91,096 2.09 Newport Lot; Valencia Avenue to Del Amo A-96 Avenue/Valencia Avenue lAvenue jArea Landscape 663,733 15.24 1 Total 12,843,8461 66.19 N 0 Landscape Maintenance Contract General Fund Areas (Facilities) Total 11,315,8661 30.08 UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY Landscape & Hardscape & 300 Centennial Way & 34S E. Parking Lot & A-57 I City Hall/Library Complex Main Street Facility Gravel Beds 117,200 2.69 Landscape & Hardscape & A-58 Tustin Area Senior Center 200 South C Street Facility Parking Lot 58,270 1.34 Landscape & Hardscape & A-59 Tustin Field Service Yard 234S Barranca Parkway Facility Parking Lot 23,105 0.53 Landscape & A-63 Tustin Family Youth Center 14722 Newport Avenue Facility Hardscape 12,800 0.29 Tustin Commuter Rail Station Landscape & 22,250. 0.51 A-64 & Dow Avenue Entrance 2975 Edinger Avenue Facility Hardscape Landscape & A-97 Annex Building 15445 Lansdowne Road Facility Hardscape 101,658 2.33 Landscape & A-98 War Memorial Building 156 East First Street Facility Hardscape 17,160 0.39 1160111/2 Armstrong Water Avenue (Red Hill Avenue, Basin Landscape & Barrranca Parkway, (Open Hardscape 963,423 22.00 A-99 Tustin Legacy Linear Park Armstrong Avenue Space) Total 11,315,8661 30.08 W N N Landscape Maintenance Contract General Fund Areas (Wells & Reservoirs) UNIT ITEM SQ. COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE FEET ACRES PER MONTH ANNUALLY Main Street Landscape & A-60 Reservoir 235 E. Main Street Reservoir Hardscape 58,340 1.34 4500 East Fowler Avenue, Santa Ana Corner of Hewes Avenue & Fowler A-80 Foothill Reservoir Avenue Reservoir Landscape 26,660 0.61 2038 Foothill Boulevard, Santa Ana A-81 Lyttle Reservoir Below La Cuesta Drive Reservoir Landscape 17,600 0.40 13331 Foothill Boulevard, Santa Ana Landscape & A-82 Rawlings Reservoir Across from Foothill High School Reservoir Hardscape 43,000 0.99 11811 Outlook Lane, Santa Ana Landscape & Corner of Outlook Lane & Valhalla General A-83 Simon Reservoir Drive Reservoir Maintenance 20,000 0.46 18602 17th Street, Santa Ana Located between Stratton Way & Landscape & A-84 17th Street DeSalter Windsor Place DeSalter Hardscape 10,800 0.25 Landscape & General A-85 I Newport Reservoir 11301 Newport Avenue; Santa Ana Reservoir Maintenance 9,000 0.21 Landscape & A-86 Vandenberg Well 17575 Vandenberg Lane, Santa Ana Well Hardscape 640 0.01 Simon Booster General A-87 Station 11921 Simon Ranch Road, Santa Ana Booster Maintenance 400 1 0.01 14521 Livingston Street, Tustin Landscape & Located between Livingston Street & General A-88 Beneta Well Shasta Way Well Maintenance 600 0.01 12751 Newport Avenue, Tustin Landscape & Located between Warren Avenue & General A-89 NewportWell Irvine Boulevard Well Maintenance 1 2,000 1 0.05 Landscape Maintenance Contract General Fund Areas (Wells & Reservoirs) W wI Total 1211,2901 4.84 UNIT ITEM SQ. COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE FEET ACRES PER MONTH ANNUALLY 14510 Livingston Avenue, Santa Ana Located between Beneta Way & General A-90 Livingston Well Lucero Way Well Maintenance 700 0.01 1862 Jan Marie Place, Tustin General A-91 Pankey Well Access from Tustin East Drive Well Maintenance 1,750 0.04 13161 Yorba Street, Santa Ana Located between Fairhaven Avenue General A-92 Yorba Well & Rainer Drive Well Maintenance 1,300 0.03 Pasadena Avenue Landscape & A-93 iWell 1170 Pasadena Avenue, Tustin lWell I Hardscape 1 18,5001 0.42 W wI Total 1211,2901 4.84 REFURBISHMENT ITEMS Instructions: Proposers may submit pricing information on their own forms but this Proposal Offer Form must also be completed. UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. F. All work shall be performed in accordance with the specifications described in the RFP. G. Plant installation unit prices shall include appropriate amounts of soil amendments and fertilizer tabs. ITEM NO. PRODUCT/DESCRIPTION MIN. QTY. TYPE COST TOTAL COST POCs Connection Product 1 Calsense Controllers 1 Ea. 2 -LR Local Radio Communication Option 1 Ea. 3 -RRe Enhanced Radio Remote Receiver Board 1 Ea. 4 TP -1 Controller Station Transient Protection Board 1 Ea, 5 TP -110 AC Line Protection 1 Ea. 6 LR-Dome-RRe Local Radio and Radio Remote Enhanced Dome 1 Ea. 7 ANT -CABLE -RR -6 Calsense integrated radio remote receiver (RR/RRE) antenna cable, 6' yellow 1 Ea. 8 ANT -CABLE -LR -6 Local radio 6' antenna cable, blue 1 Ea. 9 Solar Controller 1 Ea. 10 Calsense Flow Meter FM 1.251 1 Ea. 11 Calsense Flow Meter FM 1.5 1 Ea. 12 Wilkens 2" Model 600 Water Pressure Reducing Valve with Integral By-pass Check Valve and Strainer 1 Ea. B-14 2" Griswold N/C 225ORE Pressure Reducing/ Surge 13 Anticipating I Ea. 2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 14 Mesh 1 Ea. 15 Wilkens 2" 720A PVB Backflow Preventer I Ea. 16 Wilkens 2" 975XL RP Backflow Preventer I Ea. 17 Sentry Union Guard SUG200 1 Ea. 18 Sentry Valve Guard SV200-20 ........ . ...................... . ... . . Carson/Oldcastle 0910 18" Depth Round Valve Box 19 (F.S.) 1 1 Ea. Ea. . ....... .. . .. . .......... . . ............ Carson/Old castle Vaults L Series 2448-18 w/4blt.'T 20 cover I Ea. 21 Brass Ball Meter Vales (Keyed) 1 Ea. 22 Brass Ball Valve 2" 1 Ea. Pedestals 23 Calsense SSE Enclosure 1 Ea. 24 MPS-D18-10K* Metered Enclosure 1 Ea. 25 Calsense SSE-MPS-Base 1 Ea. 26 Meyers MEUG16X 120/240V 1 Ea. 27 Meyers MEUG46X 120/240V I Ea. Valve & Flow Sensor Runs 28 Trenching - 8" Wide by 18" Deep 15,000 L.F. 29 14g Wiring 50,000 L.F. 30 Schedule 80 PVC 1" Conduit 3,000 L.F. Crossings 31 1 Boring 600 L.F. Mainline 32 Trenching 8" Wide by 24" Deep 10,000 L.F. 33 2 1/2" Sch. 40 PVC 10,000 L.F. 34 6" Sch. 40 PVC Sleeving 600 L.F. Lateral Line 35 Trenchinq 8" Wide by 12" Deep 15,000 L.F. 36 11/2" Sch. 40 PVC 15,000 L.F. Pedestal Footing R&R 37 Calsense SSE-MPS-Base Footing 1 Ea. 38 Meyers MEUG16X 120/240V 1 Ea. 39 Meyers MEUG46X 120/240V 1 Ea. Concrete Removal 40 1 1,600 C.Y. Paver Installation 41 1 22,000 S.F. Irrigation Zone Valves 42 1 Rain Bird XCZ-1 50-PRB-COM 50 Ea. Irrigation Heads/Nozzles 43 N/A Ea. 44 Rain Bird RD12SP30FN 300 Ea. 45 Rain Bird MPR Series Nozzles 500 Ea. 46 Rain Bird SQ Series Nozzles 200 Ea. 47 Rain Bird HE-VAN Series Nozzles 100 Ea. 48 Rain Bird R-Series Rotary Nozzles 100 Ea. 49 Rain Bird R-VAN Series Rotary Nozzles 200 Ea. B-15 50 Rain Bird1400 Series Pressure Compensating Bubblers 100 Ea. 2" Griswold NIC 2250 PIN 520 1 Dripline 51 1 Rain Bird XFS-06-12-XXX 20,000 L. F. Wire Tracing/Fault Locating/Repair 52 1 5000 L. F. Miscellaneous Irrigation Parts 53 2" Griswold NIC 2250 PIN 520 1 Ea. 54 2" Griswold NIC 2250 PIN 6347 1 Ea. 55 2" Griswold NIC 2250 PIN 8528 1 Ea. 56 2" Griswold NIC 2250 PIN 2 -PV -2 1 Ea. 57 Carson/Oldcastle 1200 Jumbo Rectangular 1 Ea. 58 Carson/Oldcastle 0910 10" Depth Round Valve Box (Q -C-) 1 Ea. 59 Rain Bird 200 EFB-CP Valve Replacement Diaphragm 1 Ea. 60 Rain Bird 200-PESB Valve Replacement Diaphragm 1 Ea. 61 Rain Bird QC 33-DLRC 1 Ea. 62 Replacement Solenoid for PGA, PESB, PESB-R, EFB 1 and GB -R Valves 1 Ea. 63 Rain Bird PRS -Dial Pressure Regulator 1 Ea. 64 N/A Plant Material Installed Minimum "G" Rated 65 Annual Color 200 50 C.T.Flat 66 Ground Cover 200 Flat 67 Five Gallon 1,000 Ea. 68 Install Mulch 2,500 C.Y. 69 Rototill 80,000 S.F. 70 Soil Test 6 Ea. 71 Planting Soil 61 C.Y. Labor $ Equipment 72 Landscape Maintenance Supervisor 1 Hour 73 Pest Control Applicator 1 Hour 74 Irrigation Specialist 2,080 Hour 75 Landscape Maintenance Leadworker 2,080 Hour 76 Equipment O erator 1 Hour 77 Landscape Maintenance Laborer 8,320 Hour 78 One -Ton Truck 8,320 Hour B-16 PROPOSAL/EXTRA WORK COSTS 1. Extra work costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf Maintenance 1. Edge & Trim $ /If 2. Fertilization $ /sf 3. Aerification $ /sf 4. Dethatching $ /sf 5. Weed Control $ /sf 6. Additional Mowing $ /sf B. Ground Cover, Shrub and Tree Maintenance 1. Edge & Trim $ /If 2. Weed & Clean-up $ /sf 3. Soil Injections $ /sf 4. Foliar Applications $ /sf 5. Tablet or dry formulations placement $ /sf 6. Pruning/Shrubs $ /each 7. Vine Care $ /each 8. Vertical Mulch Trees $ /each 9. Vegetation Removal $ /sf C. Plant Material (installed including labor) 1. Annual Color $ /flat 2. Ground Cover $ /flat 3. One (1) Gallon $ /each B-17 4. Five (5) Gallon 5. Fifteen (15) Gallon 6. Seeded Turf 7. Sodded Turf 8. Stolonized Turf $ /each $ /each $ /sf $ /sf $ /sf D. Irrigation Installation (including all labor, fittings $ equipment) 1. 1/2" Valve— Electric 2. 3/4" Valve - Electric 3. 1" Valve - Electric 4. 6" Pop-up 5. 12" Pop-up B-18 $ /each $ /each $ /each $ /each $ /each The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail. The basis for determining the low proposal shall be by correctly multiplying the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price is not legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. If both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS (NOTICE: Insert the words "Cash ($ ", "Cashier's Check", "Certified Check", or "Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) B-19 The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If the bidder or other interested person is a corporation, state legal name of corporation and names of the president, secretary, treasurer, and manager thereof; if a co- partnership, state true name of firm and names of all individual co-partners composing firm; if the bidder or other interested person is an individual, state first and last names in full. Signed: Title: Date: NOTE: If the bidder is a corporation, the legal name of the corporation shall be setforth above, together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if the bidder is a co -partnership the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign contracts on behalf of the co -partnership; and if the bidder is an individual, his signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a co -partnership, a Power of Attorney must be on file with the City of Tustin prior to the opening of proposals or submitted with the proposal; otherwise, the proposal will be disregarded as irregular and unauthorized. Business Address B-20 In accordance with Public Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent (0.5%) of the total bid and the portion of the work to be done by such subcontractor. % PORTION OF WORK NAME, PHONE NUMBER AND ADDRESS OF SUBCONTRACTOR STATE LICENSE NUMBER AND CLASS DIR REGISTRATION NUMBER TYPE OF WORK By submission of this proposal, the Bidder certifies: That he is able to and will perform the balance of all work, which is not covered in the above subcontractors listing. 2. That the City will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. B-21 QUALIFICATION STATEMENT The Undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter (attach additional paper as needed). SUBMITTED BY: CORPORTATION NAME: PARTNERSHIP ADDRESS: INDIVIDUAL El PRINIPAL OFFICE: OTHER E] 1. Bidder must submit a list of five (5) references in the Southern California area that indicate he has successfully completed (within the last three years) or is presently engaged in similar type of work, that are at least of equal size and scope. The following is to be included with proposal: A. Name and Location of Each Reference Name and Phone Number of Contact Person (familiar with project) Contract Amount Scope of Work with Proposal Item Amounts. B. Submit a summary of all claims made in the last five (5) years on the aforementioned projects: Name of Claimant Amount of Claim Nature of Claim Final Status of Claim 2. Largest number of personnel in the past five (5) years. Number of Employees Year 3. Resume of type of work in which your firm possesses experience. 4. How many years has your organization been in business? A. Number of years company has provided Landscape Maintenance Services: B. Number of years company has provided Landscape Maintenance Services for Public Agencies: B-22 5. How many years has your organization been in business under its present business name? A. Under what other or former name(s) has your organization done business? 6. If a corporation, answer the following: A. Date of Incorporation: B. State of Incorporation: C. President's name: D. Vice-president's name(s): E. Secretary's name: F. Treasurer's name: 7. If an individual ora partnership answer the following: A. Date ofOrganization: B. Name and address of all partners (State whether general or limited partnerships): 8. If other than a corporation or partnership, describe organization and name principals: 9. List states and categories in which your organization is legally qualified to do business. Indicate registration or license numbers if applicable. List states in which partnership or trade name is filed. B-23 10. Describe the work your organization normally performs with its own forces: 11. Have you ever failed to complete any work awarded to you? If so, note when, where and why: 12. Within the last five (5) years, has any officer or partner of your organization ever been an officer or, partner of another organization when it failed to complete a construction contract? If so, attach a separate sheet of explanation. 13. Total Quality Management: What is your company's plan to insure compliance with the contract specifications and insure quality work? 14. Equipment: A. List the types of primary vehicles/equipment and number of each to be assigned to this contract. B. Note any equipment, which will also be used on another contract. C. List the back-up equipment assigned to this contract to assure no production interruption. B-24 15. Personnel: A. Number of employees committed to Landscape Maintenance Operations • Supervisors • Irrigation Technicians • Foremen • Pesticide Applicators • Landscaper Laborers • Fireman B. List total number of employees to be assigned to this contract. C. Who will be the Contractor's Representative with the City? D. What is his/her background? E. What is his/her education? CONTRACTORS NAME: Signed By: Title: Note: Attach proper Notary Acknowledgement for signature of authorized person (Use copy of blank form provided in this section.) B-25 LANDSCAPE MAINTENACE SERVICE QUESTIONNAIRE Please answer the following questions in detail, using additional paper as necessary: 1. What makes your company the best company for this job? 2. What type of in-house training do you provide for your staff? 3. Who is responsible for training the Landscape Maintenance Workers and what type of training is provided and at what intervals? 4. What is the address of the facility from which work crews will be assigned? 5. What communication system do you use to communicate between field staff and office staff? 6. Are you able to provide quick emergency responses? And how? 7. Can your insurance and sureties broker provide you with the required rating and coverage? Specify the A.M. Best's rating (grade and class) of your current insurance(s) and sureties. 8. Provide a Maintenance Schedule, utilizing your proposed man -power from page B-4. B-26 BIDDER BOND CITY OF TUSTIN STATE OF CALIFORNIA KNOWN ALL MEN BY THESE PRESENTS, that we, Ias PRINCIPAL; and as SURETY, are held and firmly bound unto the City of Tustin, hereinafter called the CITY, in the penal SUM OF TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Tustin for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-mentioned bid to the City of Tustin for certain services specifically described as follows, for which bids are to be evaluated at Tustin, California At 10:00 A.M. on March 19, 2019 for the services of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 NOW, THEREFORE, if the aforesaid Principal is awarded the contract; and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files two bonds satisfactory to the City, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. B-27 In the event suit is brought upon this bond by the Obligee and judgment is recovered, the surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this of A.D., 20 Principal (Seal) (Seal) (Seal) (Seal) (Seal) Surety ADDRESS: NOTE: Signatures of those executing for the surety must be properly acknowledged. (Use copy of blank form provided in this section.) B-28 NONCOLLUSION AFFIDAVIT To be executed by bidder and submitted with proposal. State of California ss. County of Orange being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in the section.) B-29 UTILITY AGREEMENT Honorable Mayor and City Council City Of Tustin, California Ladies and Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: B-30 Contractor By Title CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that heor she is: of (Party making foregoing proposal) (Hereinafter the "Bidder") 1. Bidder's Contractors License Number is as follows: Classification: 2. The expiration date of Bidder's Contractor's License is ,20 3. Bidder acknowledges that Section 7028.15(a) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed on , 20_, at (Insert City & State where declaration is signed) Signature Typed Name Title Name of Bidder This form must be completed, signed and submitted with the proposal (except for federally - funded state projects). B-31 CONTRACTOR'S LICENSING STATEMENT TO BE PROVIDED BY SUCCESSFUL BIDDER PRIOR TO AWARD OF CONTRACT The undersigned Contractor or Corporate Officer, declares under penalty of perjury that the attached copy of the Contractor's pocket license or certificate of licensure is, is current and valid, and is in a classification as required by the project specifications and appropriate to the work to be undertaken for this project. PROJECT: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 NAME OF CONTRACTOR: SIGNED: TITLE: Note: Attach proper Notary Acknowledgment for signature of authorized person. B-32 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such. provisions before commencing the performance of the work of this contract. Date: B-33 Contractor By Title CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On before me, Date Here Insert Name and Title of the Officer personally appeared _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above Description of Attached Document Title or Type of Document: Number of Pages: I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing: i�`,.�.�Yx,�4.�-`sic:�`ic``{`,���:�`�>.i��fss�`.��f>�:t�.� :-..:ds3�fe�.,�:�€:5:�`r. •�s;�Ts�S�^�,���a�' `�"�-ne��.1��� B-34 SECTION C CONTRACT AGREEMENT SECTION C CONTRACT FOR LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 This agreement, made and concluded, in triplicate, this day of ,20 , between the City of Tustin, California, hereinafter called City, and hereinafter called Contractor. ARTICLE I. Witnesseth, that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the two bonds, bearing date with these presents and hereunto annexed, the Contractor agreed with City, at his own proper coast and expense, to do all the work and furnish all the materials necessary to construct and complete in good workmanlike and substantial manner and to the satisfaction of the City, in accordance with the plans and specifications entitled: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 Which said plans and specifications are hereby specifically referred to and by such references made a part hereof. Said plans and specifications are on file in the office of the City Engineer of the City of Tustin, California. ARTICLE II. Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in the Agreement; and also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Engineer under them. C-1 CONTRACT I=1 LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 CITY OF TUSTIN ITEM NO. QUANTIT UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A. 12 Monthly Turf - Mow/Edge B. 12 Monthly Turf Maintenance C. 12 Monthly Landscape Maintenance D. 12 Monthly Irrigation System Maintenance E. 12 Monthly Facility Maintenance F. 12 Monthly Weed, Rodent & Pest Control G. 12 Monthly Hardscape, Bomanite, etc (Clean-up) H. 12 Monthly Trash Pick-up uarterly Weed Abatement (Page F-54 to F-93) Annual Total 1 $ LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and inclusive landscape maintenance as per the specifications and the individual attachments. The areas are representative and measurements are to be taken by the Contractor; however, boundaries are to be all inclusive in your proposal item price. The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly, and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered as four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month. C-2 The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to furnish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. MINIMUM STAFF REQUIREMENTS Positions At a minimum, contractor shall provide one (1) full-time supervisor and fifteen (15) Work Performed Required Vehicle Location/Purpose full-time positions as depicted in the table below: Refurbishment positions are additional. (1) Supervisor (1) Pickup truck All Contract Sites (2) Fully stocked trucks (1)Irrigation Specialist Include Irrigation with irrigation controller All Contract Sites (1)Irrigation Technician System Monitoring and remotes for Calsense Maintenance for and Weathermatic Calsense, Maxicom, Weathermatic, Signature, and (Cental (1)Mow Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew Laborers Maintenance (5) Detailed Maintenance Detailed Maintenance All Contract Sites Laborers (2) Detailed Maintenance Detailed Maintenance (2) one -ton stake bed All Contract Sites Drivers /Leadworker trucks or equivalent General litter control, (1) one -ton stake (2) Trash Patrol Laborers refuse removal, bed trucks or All Contract Sites and grounds policing equivalent (1) Pest Control Operator Fully stocked spray truck with a valid QAL from the Pest Control Operations with a minimum 100 gallon All Contract Sites State of California tank: C-3 (2) Installation Maintenance Installation (1) one -ton stake bed Refurbishment Items Laborers trucks or equivalent (1) Installation Maintenance Drivers Installation 1 one -ton stake bed () Refurbishment Items /Leadworker trucks or equivalent 1 Irrigation Technician () g Include Irrigation g (1) Fully stocked truck with irrigation controller remotes Refurbishment Items Installation for Calsense The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a weekly basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal for this Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below: No. of Total Weekly Hourly People Hours Provided Rate I. Supervisor/Quality Control Manager 1 40 II. Pesticide Applicator(s) 1 30 III. Irrigation Technician(s) 2 80 IV. Foreperson(s) 2 80 V. Landscape Laborers 8 320 VI. Fireman (To resolve daily City hot issues) 1 40 Total Full Time Positions Proposal 16 Total Weekly Hours Provided 590 C-4 *Average, labor will flex to accommodate seasonal growth periods. V L N r C V � u C h M m C •C� G LLL CL (1� u N r C � m J C-5 U J a Q Q z O Q H L _ LLJ z H LL O a U N ui r I O ri Ln N H LD N N I� w N 00 O a) Ln r -I O O O M U Q O O O O O rI O O O ri O O Ln O^ O C) U- Q1 O LL1 Ln 0 000 U M N N 00 ") ^ Q1 Ln N W v Q 06 06 06 06 06 co 06 z v v v v a) w w a) 0) 0) v (11 0) a) v v v LU a a a a a a a a s a s a s n a a s m m m m m m m m m m m m m m m m m Z u u u u u u u u u u u u u u u u u V1 _0 N -a VI -o 0 - 0 0 -a 0 v VI VI v -a VI Vf a -a VI -a 0 -a VI v 0 v V) -a N a c J o c J rLv a c J o c c`a c c c c c S S S S J S J S J S J J J S C m C c rI C C r1 c v VI w0. ra 3 m m c ro r_v m a c m m m <v c 3 L m F- m L- a) a) a) v a) a) L y y 00 ri ri ri M N -I d ri riLn r -I N N m rri 0) to _0 Vt CA z O v m N -a t C t O 7 O a~ m m> a -a '� a v v Q c c c v o N o a ° 3 c � O L Z 0) v Z 41 ;; to aa) M Z U ¢ m N LU O i C m U m 41 N t C 0 p 06 O L 4O w v, Q z 3 O c a) u LL 06 06 41 00 � m � ac) LL a1 O IL c > u.. ++ 00) + m a) 41 ai L -a Ln > a Ln '� a) L „ a) O N U 1 a: i N Q U l)') -a l)') 7 O -a Ln L.. 41 C L •� a) L O LL � *' L 'a L IL U U m 0: l% � C m E C m T E 0 N 0 0> a) O C '� 7 a) U -0E a) 0> m V O O 7 O a) L L�a�L�az O ca > m o_r 0 Lia w z�Lm O LL 41Ln LU 66 z -a v z L m m c m a Q v O= +� O C i -2 u J V) CO a � u N to N a u C O O cu N H U V C C ut t CL m a 41 L a m m 4- 2 z H ii >O- w LL- LUCi F- Z ri N Cn Ln LA Un LO W 00 0) a a s a a a s a a a a a a C-5 v m L i V N V m •m G CL m V N M c m J C-6 U J a Q Z O Q H H _ w �- U- Z O O d U W N M w 00 rl O 4.0 01 r1 1*l OC M 01 �t N Ln 0) v -i r1 r1 O QcI O O O O O O N O O O H LLI 0) M 00 ON M O O a Ln U- Ln cn O V co 001 d Ln 1* VV -1 H NO N M cn 00 d N N W C• U � Q 66 0 66 0 06 � 06 66 0? OiS Z a) a v a) a) a) a) a) N v a) a) a s v N N v a) LLI C. C. CL CL CL C. CL C. C. C. U C_ C. CL C. C. C. C. C_ C. F- m m m m m m m m m m m m m m m m m m m Z u u u u u u u u u u m u u u u u u u u u N -0 N _0 0 -0 N0 -0 _0 0 _0 0 -a V) -0 VI _0 V1 -a a1 0 _0 0 -0 0 -0 0 _0 0 _0 V1 -a VI -0 0 _0 0 _0 Q L L L L. C •- i- C m L0 c m m C m m c m f0 c m m a) c m m c m m C m C m L m c m m J S J S J S J S J S C7 J S J S J J S J 2 V, T 0 V LV m m m f° m m m (10 D (1) M m a) a v L a a) v 0.. 01 N N N 00 M N a r1 N rl rI r1 c >' Z C +I Ln >. ' >, ' Li O 0 O LL LL Ln p m F- LL 2 S c> m a t N 66 1n 1n 0 3 � ,.O .II L CO U LL _ _ 4-a O oC $ a, v Of v ,c c o n O O a) p c 66 66 3 m > o Jj m m LU t t Q Q cu u (u p p o o°Lo aci aci O_ Q C o m ' a, = a' a' o o 3 a, H OA 0) O LL W O O 0 -p 3 3 U E a) > c Q C Z Z 111 c .O +' m c c p U O c W v c v v oC O O m C Lu m 3 m ?� 41 3 V w c c _ Q L a) m E° 3 3 E E> 3 E � +� O i +' N N 0 0 O O a) a) C O L O O L O L C a) O L L1 N m Q m Q Ll LL 3 .{.+ m LLL, � m C CC LL LL LL LL U LL LU 41 G cu t Q Z a, v 42 Z a :3 m c v (L) :3 a, =3 v M CL C. U L 3 o 0� 0 CC 0 cr- 0 w 0 oc O c Q) > C C c a) LL 0- N t t s t L a) > CC p O > > > 0- U 0 v U C U C U C u c u C V Q z LU v O .1 = v OiS- 0mG _ c O E c C 00 a) L c c c c c U U m m C a= C p m cu N 3:3:w 7 7 7 ww Z LO LU rl rl rl N m �' Lf) L0 I" 00 01 O ei N Z c -I ci c -i rl H r -i r-1 H —1 r -I e 4 N N N _ a Q Q a a Q a Q Q a a Q a Q C-6 4-0 V o� L y C M o V � GJ N M M a) L � Q 3 LL ^� rx u m J C-7 U a Q Q Z OO Q w IL Z O O a U W t\ 00 00 W 1, O M 01 01 N C11 00 cr-I O N N �--1 N N ri r I e -I r -I ci U O O O O O O O O O O O O O O Q LU M LwL O lND O �: 0 ^ OM1 0 o M N 001 lf1 M I� Q1 ,� 00 N V) lD 00 I� N W U Q cif 0� 06 (z 06 oiS 0 06 66 06 06 Z w a) 0) a) a) a) a) a) a, a, w v v v v v v v a, v 0) a) a) 0) v LU a a C. C. C. a n s a C. a C. C. a C. n a C. a. n C. C. C. C. CL m m m m m m m m m m m m m m m m m m m m m m m m Zm u u u u u u u u u u u u u u u u u u u u u u u u u 0 VI L VI VI L 0 0 L VI 0 LC 0 0 L- 0 to H h H 0 H H 0 N VI 0 h VI VI C m M C m m C m M C m m m m m m M m m m m m m m m m m m m J = J = J S J S J S J J S J S J = J = J = J S J J C C C C C C C C C C C C C C LU mm m m m m m m m m m m m m -a a) a a) "O a) _0 (1) 'a a) "O a) 'O a) "O a -a a) 'O a) 'O a) -O (1) _0 a) -a (L) T m L a) tko 4J CU CO v Z m C 0 v O 0) m N O a O C S l7 c 3 o O a O 41 v b > L O O U c O m m U -° o o _ 0 > m w o W m m 3 a0 CC 0 J ; ; O O O m L > Z ca 7 7 > -C U +' 41 c 41 u C m U C O ° ov o O co O m m 3 m cc mQ. C t O * ' On W a o M L f— L_ v L v N C C C v U .v U a) L O m a) a F m O m m j w 0 dC FE7- aE O E EE>. E EE E E E EE -CE >. -D M O O m . 1O O O O O O E O m 00 0 LL lL lL � LL LL LL U ll LL LL 11 LL � 11 � lL � Ll � W Z a 6 O O a "O "O 'a -a O O m m m m m m m m m m m Z O 0C O cr- O w O w O W O oC O w O oC O> W mw O O w_O t t t t -C t s s t Y t > t U U U U U U U U U L U m U U0C w 1= w C 0C w cr 0C m c L cc H V) N h of O V1 7 7 7 7 F- a F- F- F - F3 F- a F- n- F- W M 111 to 01 N M d Ln w F- Z N N N N N N N M M M M M M M Q Q Q Q Q Q Q Q Q Q Q Q Q Q C-7 c -s U J � J n Q Q Z Z 0 O Q L _ LU LU L1 Z Cf COC L N � O a U W 1- O N N N O1 N e-1 w O1 LO Q1 N CC M Ln M e l N N r -I r -I r -I O r -I O O M QLO O O O O O O O O O O O O e-1 O W O O M ON PO O O O O l0D 001 M ct LL N c}co LO 0) 0) N O 00 ri rj cq 111 01 d� l0 lD 1p d N H N H H dam' r�-I N W U Z Q co 06 co co co 06 66 06 (Z 06 66 co 06 06 Z v v v a) v v v v v v (v v a) v °6 v v a) v a) v v v v v a) v v v v LLJ a a a a a a a a a o. a a a a. v a a a a a a a a a s a a a a a m m m m m m m m m m m m m a m m m m m m m m m m m m m m m Zm u u u u u u u u u u u u u u m u u u u u u u u u u u u u u u Q VL a h a h a N a VI a VI a H a N a H a N a 0 aaa N to V1 a U �, Ln aaa N N 0 a 0 a H a H a N a N a H a N a 0 a H a h a to a m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m G J S J S J S J S J S J 2 J S J 2 J S J S J S J S J S J S J S N VI C C C C C C C C C C C C C C C LiJ m m m m m m m m m m m m m m m n.. a a a a a a a a a a a a a a a v a) a) v v v v v a v v v v v v M H r-1 N r -I c -I r -I e -•I t-1 r-1 H ri I c O 41 � L C Z •> L p m bA u O Z Z w ! L. O 2 m v O w cav � H a° o o a) v S > ° 0 0) o41 a ,1 ,1 o o a 41 -p m W > m LLo v 3 41 O v Q aC D t u L p >> > C C v v v u Q °�° a u Z C m C 7 7 v v > o +, > Q +1 C L v O C V) O O m O m > Q L p v to a +1 m w +, c � C O m _O C C N v v C +� +m+ O Y C u C 3 L O t -p C Q U o o c C m L .� ' o O v +� mL v c �° o *' C O 1- � w m v S m W o a m o � f- +, Q. w H'- J E E O E E C E E E E >- E a E v E a E Y ET u C O_ O a O O v O O O O m o m o a) o m O L v O C O= L L C L L > L L L L L O L }1 L O L m O L m L O LL U LL v LL LL Q LL LL LL LL LL cr LL N LL CC LL d3: Z LL w LL 0' LL Q Z Z m m m m m m a a. v v a) v v v v O � 3 N � OC w d' w w C c c C c C C c c C C c C a>) a) a) O) vv a) a) a) v v a) v a) 7 7 a) a) a) cu L- L- a> a> Q> Q> a> Q> Q> m m O o O O O o o o o c c c v v m m m m I m m m C C m m m m m m m Lu 0 1*l (14 M Ln W 1- 00 0) O r••1 N M Ln Z M v d Ln Ln Ln Ln Ln Ln a a a a a a a• a a a a a a a a c -s 4-0 u m L V N m A� W .C� G CL m u H G m J C-9 U J � J a Q Q Z O Z Q � F-LLJ _ W F- LL Z (AO 2 D N aC O a u LLI r -I Ln C4 00 cc N d' -1-I O a) O u O O ri O O N rI O O O O O N IWi o, d C) 00 `C) r -I to mIN LU u Q 06 0� OSS 06 06 Z v v v v a, a) a, a) v a) a) a) W a s a a a Q. a a a a a s H m m m m m m m m m m m m Z U U U U U U U U U U U U Q N -0 1-i N -0 N _0 N -0 N _0-a N -0 N -0 N -0 -0 N N -0 N -0 N m m m m m m m m m m m m = J S J S J 2 J = I J 2 N N +' O a)(A N >, N r- N >, N W m m m m m m m o m m a)C m m a) m a 'O c C "a 'O -O Y +- m 3 -O 16 m 3 -O Y L m 3 -O a) v O a) a) 0) a) a) v a, 2 2 2 2 a O 2 2 O a O LL O N Ln a r -I N r -I N r -I m 0 r -I r -I m t0 m N -0 UD m m U m C C V C N C Z O Y m C C 3 ++ O m m ObID 1 m 7 ~ i O O_ = O gym+ C ++ m F- O � o c ~ o o m v U E Q " +o, LLL O W O N a) Y O O > > 0 O a) j 41 a) a m ac) CY Ln 3 `i o v C > a > a a > a` N O O rI a) D >C u H c Q m; c Q c = o m m a) c -0 m U O t °2S Q m> N o m 0 O Op °� a 3 L m: 3 3 u L a= -0 3� U C C U 0 3 + O f° o L o C o 0 o 0) o r- LL Z > Q O J a' a L LL OL LL m a L LL m CC L LL > Q L LL > Q L LL m w W _0 a) Z m :3 m Z m 7 7 7 OC j > > 3 O > C C C � C Q ,�, N v (, a) v u v u > a o a> Q> a> m Q> m u m L L L w L O 0a) 00 OA C C C vt i C C N W W H Q I-- > W O tD r\ 00 Gl O r-1 r -I r -I ri Z Ln to tD tD r- r\ a Q a a Q a a a Q C-9 V m L C O V V m A= W •cm G CL m V N M c J Cl) r -I LO LO tD 00 m 00 Ph, C-10 U J � J a Q J D 0 Q _ uiLLJ F- LL Z 0CC )�5 G D N LULU 0 d V W n rI 01 dl d N o::. M ri Ln O Q fr1 O .4 N Ln r -I LU I� Ln W M LL Ol I- 00 00 r -I 01 0 M n n d 0) tT W N W V Q o2S oiS oiS Z v v v v v v a) ai UJ a a a a a a a a Z Q H w h h w 0 J S J S S J 2 J h 4! W Vu c9 3 v cCU G O m m L1 M L1 I- Ln ao -4 a a a L to � Q W ^ w .L v Q Q _p _Q a ++ Y 4-- 0 - N 3 a c t LU c - w ami t`v � wai > Oa o c Z a a c*a CL > O tv c N a o s L 3 Q F m c w L a L v Z v L as _ 'u U bo M O m an r o aa) CC O L. y aci L +, +� or v pp c m > c O 3 O cvO L ,� L F+ a! LL N LL N Q V Q N 3 W_ Z N Z CU m Z 3 3 3 c V c a Q a> a> a (U > O = a) a a1 Q > Q 0 O v 3 c pp CL Q c- c z Q z LU w Q LU F-- Z rn rn rn Q Q Q Q Q Cl) r -I LO LO tD 00 m 00 Ph, C-10 M C-11 00 0 O M a4 (6 O U a Q O Q H H = w N U- Z Ci O Z N UJ O o_ U V) rnm 0)-1 m a)o O tD m Ln N Ln m m lV �4 O O O CV O N N Q W O O^ O O I N N Ln LD LL d Pl N 06, r -I N 00 N N O0 ri c�-I Ln cN-1 -1-1 LO N LU U m 06 a obi 06 06 06 06 06 oz; 06 Z v ( i o v v o v v o LI.1 a a J a) a s J a s J O. a a s a n. a s a s Zm (a m (o (0 m (a M (0 m m m m m m (0 (o U U c c U U c U U c U U U U U U U U U U Q V) VI 0 "O Y a1 > V, ch 0 -6 Y H of C -O .Y N N C "a VI N 0 "a 0 V1 0 -6 H Vi C -6 Vt Vf M -O L (6 L L J= J= �. J S a J= J= J 2 J 2 JLU= N c m m m m m f°' m a m M a LL LL LL LL LL LL LL m In Z w O_ Ln �- m > a1 'O 66 c o c 3 a) 41 v N > Q C y v O Q v LU v a t > c b = 3 c N QLi k L 3e 'O m w Z 03 c a t O L U- N w Q 00 v c c W Q Z w J V, rl cu c o a) N C p cn c0 Ln N Ln Ln It LU0 e-1 7 m +.I o '(p O 't r\ r- It w LOO w i E 0 M) �. o N m N �t ,� 0) N Ln r-+ Ln r-1 r -i m > mL a m a c L 0 x a"� C 41 a! L C� G a c (o v U LnU •(C 00m Z ! } t (0 L 1 'O L U LO u 3 ZO v +' LL co c O Ln Ln >' c `c u H U \ N E O (v U > > a E o0 O Q iL L.L m ai J = c c c c 3 x c o (o U H FO— FO- FO- 0iS Q H t\ 00 rn m ct rl 00 m H Z Ln Ln Ln LD (D 0) Ol 01 — Q Q Q Q Q Q Q Q C-11 00 0 O M a4 (6 O V L C O O V m AC W W CL m u H m J U J a Q O z FQ Lu F- H LL F- Z O D N LU O a U V) O am W In ri ri ri ri ul OC m l0 d 0) I -t N N O O O O Qri O O O O O O O O O O O O O O C O O O 00 O O O p uj t0D 000 0 ci O O N LL 00 V1 N r^I N l0 � W N W U z Q co co 06 u 0 cif v oiS v co u o-6 o -S u Z a a a a a a a c a a a c a a c a c a c W H n a c. a o. a s c n n. Q m c Q a m c a m c n m c Z m U m u m U m u m u m u m U L a m u m U m u cL0 a m U m U coo a m u cL0 a m U cL0 a Q H a I/1 a V1 a h a H a Vf s N a a 'N c t/1 a H s VI a 4J a c 'm VI a h a a +J c 'co N -a a +1 c 'cm N a a � c m m v Mm `m m aa) m aci 'co M m cc mm J mm G J (7 G J aci ( G d O 0 0 O O N > V +a+ c Of w 0 2a4-1 / m 2a J 2a c L m c c c o6 06 m 3 Q m m 66 c Q Q z +1 m +' o O f° m c > m m m 4J c+1 i c c a N m V) Q> Q m V) c � Q a o2S a V) -6 Lf)U = am.+ c 06 m C cn cn d 7 F- I— c U c a `m = cn � c 0 c o v W a s m> ai —_ m m C W L '? C aj m 4- Q Q 7 L c Y +.T to > U N J > Z a s O m co O J O a s m o a +1 a O ci 3 3 00 v = L° o +� + N a a O c ao N a o a m Q c 11° = :E :3 o °n 4 41 a m O 3 o c a a > tZ 3 3 a CU co +� +� v o B a c m E> m a O m a O J LL 4-- O c ri O L.O Z cn a Z a m J LLI W a m LL r -I ri a a N ,0) H a ri Ln ri ri 4-1 +m+ J ri +O+ a In O O C L C a 00 m O m m O LZ ri 00 C .>_ 0 W f0 U c O m � Ln N rn N In m U m v1 t- L) m N Ln -t O U > Q O N a c0 m r -I U Q ri ri O U L 00 ri O J ri ^ ri H� J N H J W L L a L Q O L L V) a Z O a O a o a H N — Z +� a v, > a a 4, a on L 4J— (n a H ++ O — a 0c L t' m t' U C t a a o o a p c V) o 3 E c E41 c 3 J C� L d' LL J w !n c -I Z i N N c0 cu z LV O Z l00 a 000 a 0` 00 a 0000 a 000 a 000 a 000 c 000 a 0000 000 000 a a a C-12 � v JA 0 g ca c = m � ® . M Q C c (A LL c � @ @ i $ M LLJ 0- D / k F- LL F- Z F- ƒ V) 2 F- cc 0- u . � q J $ k u d a d o . w ELn 0 0 q � Ln Ln U-06 q 2 k k § LU m c m . m E E z m E 7 E Fu§ G / \ ( cu \ / \ m I Q 112 I LU � / / \ / \ k zm 4j coc) \ � 2 u a m> c < < c 2 / L)} 7 F \ k / . w ° 0) u L m ::3/ k E co % E/ LL cu Z 2 c C a 2/»$ L.w e > 0 : ccu J t k \ % u > o ° _ / R / ) m m 2 2 , g)� \ 2 Ln u§ u W 6 ° q k q 2 # % LU o < / m z $ _ \ O 0 $ g R b U A > $ CL �f_ 2 \ i >- 3 $ 0 q q cn G < < k k # 4 \ N \ R C-13 REFURBISHMENT ITEMS Instructions: Proposers may submit pricing information on their own forms but this Proposal Offer Form must also be completed. UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. F. All work shall be performed in accordance with the specifications described in the RFP. G. Plant installation unit prices shall include appropriate amounts of soil amendments and fertilizer tabs. ITEM NO. PRODUCT/DESCRIPTION MIN. QTY. TYPE COST TOTAL COST POCs Connection Product 1 Calsense Controllers 1 Ea. 2 -LR Local Radio Communication Option 1 Ea. 3 -RRe Enhanced Radio Remote Receiver Board 1 Ea. 4 TP -1 Controller Station Transient Protection Board 1 Ea. 5 TP -110 AC Line Protection 1 Ea. 6 LR-Dome-RRe Local Radio and Radio Remote Enhanced Dome 1 Ea. 7 ANT -CABLE -RR -6 Calsense integrated radio remote receiver (RR/RRE) antenna cable, 6' yellow 1 Ea. 8 ANT -CABLE -LR -6 Local radio 6' antenna cable, blue 1 Ea. 9 Solar Controller 1 Ea. 10 Calsense Flow Meter FM 1.256 1 Ea. 11 Calsense Flow Meter FM 1.5 1 Ea. 12 Wilkens 2" Model 600 Water Pressure Reducing Valve with Integral By-pass Check Valve and Strainer 1 Ea. C-14 2" Griswold N/C 225ORE Pressure Reducing/ Surge 13 Anticipating1 Ea. 2" Hayward Eaton #72 SS Simplex Basket Strainer 60- 14 Mesh 1 Ea. 15 Wilkens 2" 720A PVB Backflow Preventer 1 Ea. 16 Wilkens 2" 975XL RP Backflow Preventer 1 Ea. 17 Sentry Union Guard S_U-G200 — - ... ---- -- ----- 1__--__ Ea. — — -- — -......- 18 Sentry Valve Guard SV200-20 1 Ea. Carson/Oldcastle 0910 18" Depth Round Valve Box 19 (F.S.)1 Ea. Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T 20 cover 1 Ea. 21 Brass Ball Meter Vales (Keyed) 1 Ea. 22 Brass Ball Valve 2" 1 Ea. Pedestals 23 Calsense SSE Enclosure 1 Ea. 24 MPS -D18 -10K* Metered Enclosure 1 Ea. 25 Calsense SSE -MPS -Base 1 Ea. 26 Meyers MEUG16X 120/240V 1 Ea. 27 Meyers MEUG46X 120/240V 1 Ea. Valve & Flow Sensor Runs 28 Trenching - 8" Wide by 18" Deep 15,000 L.F. 29 14g Wiring 50,000 L.F. 30 Schedule 80 PVC 1" Conduit 3,000 L.F. Crossings 31 1 Boring 600 L.F. Mainline 32 Trenchin 8" Wide by 24" Deep 10,000 L.F. 33 2 1/2" Sch. 40 PVC 10,000 L.F. 34 6" Sch. 40 PVC Sleeving 600 L.F. Lateral Line 35 Trenchinq 8" Wide by 12" Deep 15,000 L.F. 36 11/2" Sch. 40 PVC 15,000 L.F. Pedestal Footing R&R 37 Calsense SSE -MPS -Base Footing 1 Ea. 38 Meyers MEUG16X 120/240V 1 Ea. 39 Meyers MEUG46X 120/240V 1 Ea. Concrete Removal 40 1,600 C.Y. Paver Installation 41 1 1 22,000 S.F. Irrigation Zone Valves 42 Rain Bird XCZ-150-PRB-COM 50 Ea. Irrigation Heads/Nozzles 43 N/A Ea. 44 Rain Bird RD12SP30FN 300 Ea. 45 Rain Bird MPR Series Nozzles 500 Ea. 46 Rain Bird SQ Series Nozzles 200 Ea. 47 Rain Bird HE -VAN Series Nozzles 100 Ea. 48 Rain Bird R -Series Rotary Nozzles 100 Ea. 49 Rain Bird R -VAN Series Rotary Nozzles 200 Ea. Rain Bird 1400 Series Pressure Compensating 50 Bubblers 100 Ea. Dripline 51 1 Rain Bird XFS-06-12-XXX 20,000 L.F. C-15 Wire Tracing/Fault Locating/Repair 52 1 1 5000 L.F. Miscellaneous Irrigation Parts 53 2" Griswold NIC 2250 PIN 520 1 Ea. 54 2" Griswold NIC 2250 PIN 6347 1 Ea. 55 2" Griswold NIC 2250 PIN 8528 1 Ea. 56 2" Griswold NIC 2250 PIN 2 -PV -2 1 Ea. 57 Carson/Oldcastle 1200 Jumbo Rectangular 1 Ea. 58 Carson/Oldcastle 0910 10" Depth Round Valve Box (Q -C-) 1 Ea. 59 Rain Bird 200 EFB-CP Valve Replacement Diaphragm 1 Ea. 60 Rain Bird 200-PESB Valve Replacement Diaphragm 1 Ea. 61 Rain Bird QC 33-DLRC 1 Ea. 62 Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB -R Valves 1 Ea. 63 Rain Bird PRS -Dial Pressure Regulator 1 Ea. 64 N/A Plant Material Installed Minimum "G" Rated 65 Annual Color 200 50 C.T.Flat 66 Ground Cover 200 Flat 67 Five Gallon 1,000 Ea. 68 Install Mulch 2,500 C.Y. 69 Rototill 80,000 S.F. 70 Soil Test 2 Ea. 71 1 Planting Soil 61 C.Y, Labor & Equipment 72 Landscape Maintenance Supervisor 1 Hour 73 Pest Control Applicator 1 Hour 74 Irrigation Specialist 2,080 Hour 75 Landscape Maintenance Leadworker 2,080 Hour 76 Equipment O erator 1 Hour 77 Landscape Maintenance Laborer 8,320 Hour 78 One -Ton Truck 8,320 Hour C-16 PROPOSAL/EXTRA WORK COSTS 1. Extra Work Costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf Maintenance 1. Edge & Trim $ /If 2. Fertilization $ /sf 3. Aerification $ /sf 4. Dethatching $ /sf 5. Weed Control $ /sf 6. Additional Mowing $ /sf B. Ground Cover, Shrub And Tree Maintenance 1. Edge & Trim $ /If 2. Weed & Clean-up $ /sf 3. Soil Injections $ /sf 4. Foliar Applications $ /sf 5. Tablet or dry formulations placement $ /sf 6. Pruning/Shrubs $ /each 7. Vine Care $ /each 8. Vertical Mulch Trees $ /each 9. Vegetation Removal $ /sf C. Plant Material (installed including labor) 1. Annual Color $ /flat 2. Ground Cover $ /flat 3. One (1) Gallon $ /each C-17 4. Five (5) Gallon 5. Fifteen (15) Gallon 6. Seeded Turf 7. Sodded Turf 8. Stolonized Turf $ /each $ /each $ /sf $ /sf $ /sf D. Irrigation Installation (including all labor, fittings $ equipment) 1. 1/2" Valve— Electric 2. 3/4" Valve - Electric 3. 1" Valve - Electric 4. 6" Pop-up 5. 12" Pop-up C-18 $ /each $ /each $ /each $ /each $ /each The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail. The basis for determining the low proposal shall be by correctly multiplying the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price is not legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. If both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS (NOTICE: Insert the words "Cash ($ ", "Cashier's Check", "Certified Check", or "Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) C-19 BIDDER BOND CITY OF TUSTIN STATE OF CALIFORNIA KNOWN ALL MEN BY THESE PRESENTS, that we, as PRINCIPAL, and . as SURETY, are held and firmly bound unto the City of Tustin, hereinafter called the CITY, in the penal SUM OF TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Tustin for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-mentioned bid to the City of Tustin for certain services specifically described as follows, for which bids are to be evaluated at Tustin, California At 10:00 A.M. on March 19, 2019 for the services of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 NOW, THEREFORE, if the aforesaid Principal is awarded the contract; and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files two bonds satisfactory to the City, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. C-20 In the event suit is brought upon this bond by the Obligee and judgment is recovered, the surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this day of A.D., 20 Seal) (Seal) (Seal) Principal (Seal) (Seal) Surety ADDRESS: NOTE: Signatures of those executing for the surety must be properly acknowledged. (Use copy of blank form provided in this section.) C-21 ARTICLE III. City hereby promises and agrees with Contractor to employ and does hereby employ Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns do hereby agree to the full performance of the covenants hereincontained. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE V. 1. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this contract and maintains copies thereof in the office of the City Engineer. The Contractor agrees that not less than said prevailing rates shall be paid to workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. PREVAILING WAGES NOTICE REQUIREMENTS No contractor or subcontractor shall be listed on a bid proposal for a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. No Contractor or subcontractor shall be awarded a contract for public work on a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 2. The Contractor shall, as a penalty to the CITY OF TUSTIN, forfeit Fifty Dollars ($50.00) for each calendar day or portion thereof for each worker paid (either by Contractor or any subcontractor of Contractor) less than the prevailing rate as prescribed in the preceding paragraph for the work provided for in this contract, all in accordance with Sections 1774 and 1775 of the Labor Code of the State of California. 3. Section 1773.5 of the Labor Code of the State of California, regarding the payment of travel and subsistence payments, is applicable to this contract. 4. Section 1777.5 of the Labor Code of the State of California, regarding the employment of apprentices, is applicable to this contract if the prime contract involves Thirty Thousand Dollars ($30,000.00) or more, or twenty (20) working C-22 days or more and under such circumstances, Contractor shall be fully responsible to ensure compliance with all the provisions of Labor Code §1777.5 for all apprenticeable occupations on the project. A Contractor or subcontractor who violates Section 1777.5 shall forfeit to the City of Tustin, as a civil penalty, the sum of Fifty Dollars ($50.00) for each calendar day of noncompliance. Notwithstanding Section 1727 of the Labor Code, upon receipt of a determination that a civil penalty has been imposed, the City of Tustin shall withhold the amount of the civil penalty from contract progress payments then due or to become due. Any funds withheld by the City of Tustin pursuant to this section shall be deposited in the General Fund of the City of Tustin. 5. The Contractor shall not employ, or allow work to be performed by a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code pertaining to debarment by the Labor Commissioner for violations of prevailing Wage Laws. 6. In performance of this contract, not more than eight (8) hours shall constitute a day's work. The Contractor shall fully conform to Article 3, Chapter 1, Part 7, Division (Sections 1810 et seq.) of the Labor Code of the State of California. Pursuant to the provisions of Section 1813 of the Labor Code of the State of California, the Contractor shall, as a penalty to the City of Tustin, forfeit twenty-five Dollars ($25.00) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Article 3 of Chapter 1 of Part 7 of Division 2 of the Labor Code of the State of California. Contractor shall keep an accurate record showing the name and actual hours worked each calendar day and each calendar week by each worker employed by Contractor in connection with the publicwork. 7. Contractor agrees to keep accurate payroll records showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week and the actual per diem wages paid to each journeyman, apprentice or worker employed by him in connection with the public work, and agrees to insist that each of his subcontractors do the same. Contractor further agrees that his payroll records and those of his subcontractors shall be available to the employee or his representative, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards, and shall comply with all of the provisions of Labor Code Section 1776, et seq., in general. 8. Contractor is also aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and will comply with such provisions before commencing the performance of the work of this contract. C-23 ARTICLE VI. In connection with the performance of this contract, the City shall have the authority to enter the worksite at any time for the purpose of identifying the existence of conditions, either actual or threatened, that may present a danger or hazard to any and all employees. The Contractor agrees that the City, in its sole authority and discretion, may order the immediate abatement of any and all conditions that may present an actual or threatened danger or hazard to any and all employees at the worksite. The Contractor acknowledges the provisions of Section 6400 of the Labor Code, which requires that employers shall furnish employment and a place of employment that is safe and healthful for all employees working therein. In the event the City identifiesthe existence, of any condition, that presents an actual or threatened danger or hazard to any and all employees at the worksite the City is hereby authorized to order the immediate abatement of that actual or threatened condition pursuant to this section. The City may also, at its sole authority and discretion, issue an immediate stop work order to the Contractor to ensure that no employee working at the worksite is exposed to a dangerous or hazardous condition. Any stop work order issued by the City to the Contractor in accordance with the provisions of this section shall not give rise to any claim or cause of action for delay damages by the Contractor or the Contractor's agents or subcontractors against the City. ARTICLE VII. The Contractor shall indemnify and save harmless the city of Tustin and all officers and employees thereof from all claims, suite, or actions of every name, kind and description, brought for, or on account of, injuries to or death of any person including, but not limited to, workers and the public, or damage to property resulting from the construction of the work or by or in consequence of any negligence regarding the work, use of improper materials or equipment in construction of the work, neglect or refusal of Contractor to faithfully perform the work and all of Contractor's obligations under the contract, or by or on account of any act or omission by the Contractor or his agents or a subcontractor or his agents or a third party during the progress of the work or at any time before its completion and final acceptance, or which might arise in connection with the agreed upon work or is caused by or happening in connection with the progress of said work, or on account of any passive or active negligent act or omission by the City of Tustin, it officers, employees and agents, save and except claims arising through the sole and exclusive negligence or sole and exclusive willful misconduct of the City of Tustin. The defense and indemnification by Contractor shall include all costs and expenditures including attorney's fees incurred by the City of Tustin or its employees, officers or agents with respect to such claim or suit and Contractor will, if requested by City of Tustin, defend any litigation arising out of such claims at the sole cost and expense of Contractor. In addition to any remedy authorized by law, so much of the money due the Contractor under and by virtue of the contract as shall be considered necessary in the sole discretion of the City of Tustin may be retained by the City until disposition has been made of such claims for damages as aforesaid. C-24 ARTICLE VIII. The Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $2,000,000.00. Primary General Liability and Automobile Liability policy shall have single limit coverage not less than $2,000,000.00. The minimum insurance requirements cannot be satisfied through Umbrella/Excess insurance policies. The following insurer endorsements are required if not part of the policy: 1. The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; 2. The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; 3. The policy covers blanket contractual liability; 4. The policy limits or liability are provided on an occurrence basis; 5. The policy covers broad form property damage liability; 6. The policy covers personal injury as well as bodily injury liability; 7. The policy covers explosion, collapse, and underground hazards; 8. The policy covers products and completed operations; 9. The policy covers use of non -owned automobiles; and 10. The coverage shall not be cancelled or terminated unless thirty (30) days written notice is first given to the City of Tustin. 11. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is acceptable. Workers' compensation insurance rated Grade 8- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. 12.The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. C-25 Contractor shall provide to the City within ten (10) working days after the date of Notice of Award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, forfeiture of the proposal guarantee, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ARTICLE IX The City and Contractor agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code Section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Contractor shall process the claim in accordance with Section 9204. In summary, if the Contractor decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim my include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Public Contracts Code Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Contractor, the City will conduct a reasonable review of the Claim and provide the Contractor with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Contractor disputes the City's written statement or if the Claim is deemed rejected, the Contractor may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Contractor with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding medication in accordance with Public Contracts Code Section 9204(c)(2)(8), unless the Bidder and City waive the mediation upon mutual written agreement. For purposes of this section, notice to the contractor may be via facsimile, messenger or by first class mail and addressed to: [Contractor] [Address] [City, State Zip] Northing herein obligates the City to provide notice of a Claim or summons and complaint that does not clearly identify the contract or Contractor. C-26 In Witness Whereof, the parties have hereunto set their hands and seals the year and date first above written. (SEAL) CONTRACT AND BOND APPROVED: Date City of Attorney APPROVED AS TO CONTENT: Date City Engineer (SEAL) THE CITY OF TUSTIN BY: Mayor of the City of Tustin ATTEST: City Clerk of the City of Tustin Firm Name: By: Title: CONTRACTOR ATTACH PROPER NOTARY ACKNOWLEDGEMENT FOR SIGNATURES OF AUTHORIZED PERSON(S). C-27 Bond No, Amount Premium CITY OF TUSTIN PUBLIC CONTRACT FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That , as and hereinafter referred to collectively as "Principal', and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as, and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20_, with City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 WHEREAS, all of such improvements are to be constructed/maintained and installed in accordance with the plans and specifications described, referred to and incorporated in said contract; and WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements as provided in said contract; and NOW, THEREFORE, if Principal shall faithfully perform all agreements contained in the aforesaid contract, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not faithfully perform all agreements contained in the hereinabove described contract and all obligations, then this obligation shall remain in full force and effect. PROVIDED FURTHER HOWEVER, that Surety hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and C-28 PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed this day of , 20_ (SEAL) APPROVED AS TO FORM: City Attorney PRINCIPAL: (SEAL) APPROVED AS TO CONTENT: Date City Engineer BY: TITL SURETY: BY: Attorney -in -Fact Address of Surety: Address of Principal: (Name) Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). AM Bond No. Amount Premium CITY OF TUSTIN PUBLIC CONTRACT LABOR AND MATERIALS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: , as and hereinafter referred to collectively as "Principal', and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20_, with the City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements provided in said contract; and NOW THEREFORE, if Principal shall pay the Contractor, his subcontractor, and all persons renting equipment or furnishing labor or materials to them for such improvements, for the full cost of such improvements and submit amounts due under the State Unemployment Insurance Act with respect to such labor, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not pay the subcontractor and all persons renting equipment or furnishing labor or materials to them for such improvements for the full cost of such improvements, or if Principal fails to submit amounts due under the State Unemployment Insurance Act with respect to such labor, then Surety will pay for the same in an amount not exceeding the sum set forth above, which amount shall inure to the benefit of all persons named in Civil Code Section 3181. PROVIDED FURTHER, HOWEVER, that Surety stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and C-30 PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person named in Civil Code Section 3181 who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed day of , 20_. SURETY: (Name) BY: (SEAL) Attorney -in -Fact Address of Surety: APPROVED AS TO FORM: City Attorney PRINCIPAL: BY: (SEAL) TITLE: Address of Principal: APPROVED AS TO CONTENT: Date City Engineer Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). C-31 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City prior to performing any work on the contract: I am aware of the provisions of Section 3700 of the Labor Code, which reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. By securing from the Director of Industrial Relations a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his employee." CONTRACTOR: BY: TITLE: COMPENSATION INSURANCE CERTIFICATE TO BE SUBMITTED WITH CONTRACT C-32 NONCOLLUSION AFFIDAVIT To be executed by bidder and submitted with proposal. State of California ss. County of Orange being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in this section.) C-33 UTILITY AGREEMENT Honorable Mayor and City. Council City Of Tustin, California Ladies and Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: C-34 Contractor By Title CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is: of (Party making foregoing proposal) . (Hereinafter the "Bidder") 13. Bidder's Contractors License Number is as follows: .Classification: 14. The expiration date of Bidder's Contractor's License is 15. Bidder acknowledges that Section 7028.15(a) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed on Signature Typed Name Title Name of Bidder 20_, at (Insert City & State where declaration is signed) This form must be completed, signed, and submitted with the proposal (except for federally - funded state projects). C-35 CONTRACTOR'S LICENSING STATEMENT TO BE PROVIDED BY SUCCESSFUL BIDDER PRIOR TO AWARD OF CONTRACT The undersigned Contractor or Corporate Officer, declares under penalty of perjury that the attached copy of the Contractor's pocket license or certificate of licensure is, is current and valid, and is in a classification as required by the project specifications and appropriate to the work to be undertaken for this project. PROJECT: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 NAME OF CONTRACTOR: SIGNED: TITLE: Note: Attach proper Notary Acknowledgment for signature of authorized person. C-36 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: C-37 Contractor By Title CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On before me, Date Here Insert Name and Title of the Officer personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above Description of Attached Document Title or Type of Document: Number of Pages: I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: C-38 Signer's Name: ❑ Corporate Officer — ❑ Partner - ❑ Limited ❑ Individual ❑ Trustee Title(s): ❑ General ❑ Attorney in Fact ❑ Guardian or ❑ Other: Signer is Representing: SECTION D GENERAL PROVISIONS SECTION D GENERAL PROVISIONS STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the most recent edition of the Standard Specifications for Public Works Construction, including all supplements, as written and promulgated by the Joint Cooperative Committee of the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 3055 Overland Avenue, Los Angeles, California 90034, telephone (310) 202-7775 or (888) BNI-BOOK (264-2665) or BNI located at 1612 S. Clementine Street, Anaheim, CA 92802 (714) 517-0970. The Standard Specifications set forth above will control the general provisions, construction materials, and construction methods for the contract except as amended by the plans, these special provisions, or other contract documents. The section numbers of the following General Provisions coincide with those of the said Standard Specifications. Only those sections requiring amendment or elaboration, or specifying options, are called out. In the case of conflict between the Standard Specifications and these General Provisions, these General Provisions shall take precedence over, and be used in lieu of the conflicting portion. SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS A. Agency/City - City of Tustin Board - City Council Caltrans - California Department of Transportation County - County of Orange Public Facility & Resources Division Engineer - City Engineer Federal - United States of America Laboratory - The designated laboratory authorized by the City of Tustin to test materials and work involved in the contract B. The use of the word "Contractor" shall be held to mean the Contractor and/or any person employed by him and working under the contract. C. The use of the words "shall" and "may" shall be held to mean "mandatory" and "permissive" respectively. D. The use of the words "his" or "him" shall be construe to mean either gender as appropriate. D-1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT REQUIRED QUALIFICATIONS Lowest responsible, responsive bidder of the bid/proposal who complies with all the requirements prescribed who has accurately completed the Qualification Statement to the satisfaction of the City of Tustin. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed Proposal Forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. DISQUALIFICATION OF BIDDER In the event that any bidder acting as a prime Contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime Contractor. LENGTH OF CONTRACT A. This contract shall have a term of twenty-four (24) months, from July 1, 2019 through June 30, 2021. B. Upon the City's approval, an additional three (3) one (1) year term extensions may be granted. C. All optional extensions of this contract are subject to approval by the City Manager and are contingent upon the availability of funding and successful work by the Contractor as determined by the City. All optional extensions must be approved in writing by the City Manager. AWARD OF CONTRACT A. It is the intention of the City of Tustin to award this contract to the most qualified and competent bidder who meets the City's goals and requirements. Cost is a major factor but not the sole consideration. B. Within ten (10) working days after the date of the Notice of Award, the Contractor shall execute and return the following contract documents to the Agency. D-2 Contract Agreement Faithful Performance Bond Labor and Materials Payment Bond Public Liability and Property Damage Insurance Certificate(s) and endorsements Compensation Insurance Certificate and endorsements Certified copy of Certificate of Authority, from the California Insurance Commissioner, issued to the bonding companies. C. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. D. The Contract Agreement shall not be considered binding upon Agency until executed by the Authorized Agency officials. No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code. E. The successful bidder, prior to award of the contract by agency, shall present his or her Contractor's pocket license or certificate of licensure and provide signed statement which swears, under penalty of perjury, that the pocket license or certificate of licensure presented is his or hers, is current and valid and is in a classification appropriate to the work to be undertaken. Format of this statement is shown on the last page of this Section. F. A corporation to which an award is made maybe required, before the Contract Agreement is executed by the agency, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. EXTENSION OF TERM OF CONTRACT Agency shall have the right and option to extend the term of this contract for three (3) consecutive additional years following the original 2 years term of this contract, by giving written notice to the Contractor prior to the end of the original contract term. Contract unit price adjustments may be provided annually at the discretion of the City as described below. Contracted unit prices are subject to annual review effective July 1 of each year to reflect a not - to -exceed Consumer Price Index (CPI) changes in cost. The rates may be adjusted each year on July 1, at the sole discretion of the City and, upon written request for an increase from Contractor one -hundred twenty (120) days prior to July 1, all based upon the percentage change in the CPI for All Urban Consumers for the Los Angeles- Riverside -Orange County Metropolitan Area ("Index") published by the United States. Department of Labor, Bureau of Statistics for the preceding year D-3 (December to December) calculated to the nearest one cent. The Index published more immediately preceding the effective adjustment date is to be used in determining the amount of adjustment. If the Index has changed from the previous Index basis, the unit prices for the following year of the term of the contract shall be set, if approved by the City, by multiplying the previous unit prices by a ratio, the numerator being the new Index value and the denominator being the previous Index value. The Index value for the beginning of the original contract term shall be the Index in effect at the time of the proposal. If only a portion of a unit price changes, that portion alone shall be adjusted by the ratio. The portion of the total unit price to be adjusted shall be determined by the Director of Public Works based on documentation submitted by the Contractor. The first rate adjustment, if approved by the City, will be effective July 1, 2020. The same method of adjustment shall apply to all future renewal years. CONTRACTOR IS AN INDEPENDENT CONTRACTOR: INDEMNIFICATION A. The Contractor shall act under the contract as an Independent Contractor through the City of Tustin and will not be an agent, or employee of the City. B. The Contractor shall not represent or otherwise hold out itself, or any of its subcontractors, directors, officers, partners, employees or agents, to be an agent or employee of the City. C. The Contractor shall indemnify and otherwise hold harmless the City, its officials, officers, directors, employees, agents and other representatives, from all liability loss or damage (including reasonable attorney's fees and other costs of defense resulting from damage or injury to persons or property cause, or claims to have been caused, by acts or omissions of the Contractor, or of any of its subcontractors, directors, officers, partners, employees, or agents in the course of, or in connection with, the Contractor's performance under this contract. D. The parties agree to cooperate fully in the resolution of any claims for such liability, loss or damage. 2-3 SUBCONTRACTORS A copy of each subcontract, if in writing, or if not in writing, then a written statement signed by the Contractor, giving the name of the subcontractor, and the terms and conditions of such subcontract, shall be filed with the City before the subcontractor begins work. Each subcontract shall contain a reference to this Agreement between the City and the Contractor, and the terms of that Agreement between the City and the Contractor and all parts thereof shall be made a part of such subcontract insofar as applicable to the work covered thereby. Each subcontractor shall provide for its annulment by the Contractor at the order of the City, if, in the City's opinion, the subcontractor fails to comply with the requirements of the principal contract insofar as the same may be applicable to his work. Nothing herein contained shall create any contractual relation between any subcontractor and the City or relieve the Contractor of any liability or obligation there under. D-4 2-4 CONTRACT BONDS Both the Faithful Performance Bond and the Labor and Materials Payment Bond shall each be for not less than one hundred percent (100%) of the total contract amount. Bonds shall be of the form attached to Section C and secured from a surety company duly authorized to issued such bonds in the State of California and shall be subject to the approval and acceptance of the City Council and City Attorney. Bonds shall be reviewed each year upon extension of the term of the contract. The Labor and Materials Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Faithful Performance Bond will not be released until one year after said date. Additionally, the Contractor shall concurrently submit, with the bonds, a certified copy of the most recent Certificate of Authority issued to the bonding company by the California Insurance Commissioner. 2-5 PLANS AND SPECIFICATIONS INTERPRETATION OF PLANS AND DOCUMENTS If any person contemplating submitting a proposal for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, or find discrepancies in, or omissions from, the drawings or specifications, he may submit to the Engineer of said Agency a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any other explanation or interpretations of the proposed documents. The Contractor shall save harmless the City of Tustin from any loss or damage as a result of his intentional failure to report any error, omission or conflicting procedure. SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK A. The City Manager may, at his discretion, authorize the Contractor to perform additional work. Additional work shall be defined as work not included in the Agreement. Such work, if authorized, shall not impact normal maintenance operations. Additional staffing will be provided to complete "extra work". B. Prior to the Contractor performing any additional work, the Contractor shall prepare and submit a written description of the work with an estimate of labor and materials. No work shall commence without written authorization from the Landscape Supervisor, or his delegated agent. Not withstanding the above authorization, when a condition exists where there is imminent danger of injury to the public or damage to property, the Contract Officer 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 to the Landscape Supervisor for approval. D-5 C. Written authorization from the City Manager, or his delegated agent, shall be by the issuance of a City Change Order. This Change Order shall be considered an amendment to this Agreement as approved by the City Manager and the Contractor. D. All additional work shall commence on the specified date established and shall diligently proceed upon completion. Additional staffing will be provided to complete any extra work, with no impact to the normal maintenance schedule. E. Upon completion of the additional work the Contractor or his delegated agent, shall be notified so that the work may be verified. F. The Contractor shall submit an invoice for compensation with attached photocopies of original invoices for materials. Compensation shall not exceed the written estimate. The Contractor's invoice shall be subject to audit and review by the City prior to payment. The City of Tustin reserves the right to repair and/or contract with a third party to perform such additional work. 3-32.3 MARKUP A. Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor........................................................................................200 0 2. Materials.................................................................................. 15% 3. Equipment Rental.....................................................................15% 4. Other Items and Expenditures.................................................15% The sum of the costs and markups provided for in this subsection shall include compensation for bonding. B. Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established is 3-3.2.3(A) shall be applied to the Subcontractor's actual cost of such work. A markup of 5 percent of the subcontracted portion of the extra work may be added by the Contractor. 3-6 - CHANGE ORDERS If extra work is deemed necessary, the scope of work will be documented under the terms and conditions of the City of Tustin's Contract Change Order form to be requested by the Contractor. M SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK 6-1 MAINTENANCE SCHEDULE AND COMMENCEMENT OF WORK The Contractor's proposed maintenance schedule shall be submitted to the Landscape Supervisor within ten (10) working days after the date of Notice of Award of Contract. The schedule shall be supported by written statements from each supplier for materials or equipment indicating that all orders have been placed and acknowledged, and setting forth the dates that the work and each item will be delivered. Prior to issuing the Notice to Proceed, the Landscape Supervisor will schedule a meeting with the Contractor to review the proposed maintenance schedule and dates, arrange the utility coordination, discuss maintenance methods, and clarify inspection procedures. The Contractor shall submit periodic progress reports to the Landscape Supervisor by the first day of each month. The report shall include the month's maintenance schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. A detailed invoice shall be submitted with each request for progress payment along with a fertilization and landscape diversion report. 6-2 PROSECUTION OF WORK A. The Contractor shall maintain all work under this contract from the date of the Notice to Proceed through termination of contract. B. The Notice to Proceed shall be authorized by the Landscape Supervisor, after the execution of the contract by the City Council. C. The date of termination shall be June 30, for any given year; however, the Contract is subject to extension or termination as described in this Agreement. D. Approved Change Orders shall be completed within thirty (30) days of being issued, or within the time specified in the change order. E. Any documented punchlist shall be completed within three (3) days. If not completed within three (3) days, said documented punchlist will be deemed as unsatisfactory performance and subject to termination procedures, without recourse by the Contractor. A second punchlist that is not satisfactorily completed within three (3) days, will give the City of Tustin just cause to immediately terminate said Contractor. The City, with due diligence will contract with another contractor or use City forces to complete the required work and deduct from the terminated. Contractor's payment and/or performance bond the total cost. This will include any City overhead expenses for enforcing performance or completion of said work, throughout the remaining term of the contract. D-7 6-3 PERFORMANCE DEFICIENCIES A. Failure of the Contractor to provide services per contract specifications shall be documented by the City as a performance deficiency. B. If the Landscape Supervisor determines that there are deficiencies in the performance of this Agreement, the Landscape Supervisor will provide a written notice to the Contractor stating the deficiencies and specifying a time frame to correct the specified deficiencies. This time frame shall be determined by the Landscape Supervisor, to correct the specified deficiencies. C. The Contractor shall be notified both verbally and in writing each time Contractor's performance is unsatisfactory and corrective action is necessary. D. Should the Contractor fail to correct any deficiencies within the stated time frame, the Landscape Supervisor may exercise the following measures: 1. Deduct from the Contractor's payment the amount necessary to correct the deficiency. 2. Withhold the entire or partial payment. 3. Utilize City forces, or an alternate source, to correct the deficiency and deduct from the Contractor's payment the total cost, including City overhead and administrative costs. 4. Deduct from the Contractor's payment the amount calculated from the monthly schedules or extra work time frame that has not been performed. 5. Deduct liquidated damages. Liquidated damages of $400.00 per day, or a portion thereof shall be assessed against the Contractor for each deficiency that exceeds the stated time frame. This amount shall be deducted from the Contractor's payment. E. If deficiencies continue to occur, notice to terminate this contract will be given to the Contractor by the City thirty (30) days prior to termination. 6-4 DEFAULT BY CONTRACTOR A. In the case of default by the Contractor, the City of Tustin may procure the article or service from other sources and if the cost is higher, the Contractor will be held responsible to pay the City of Tustin the difference between the price agreement cost and the price paid. B. The prices paid by the City of Tustin shall be the prevailing market price at the time such purchase is made. M. C. This is in addition to any other remedies available under law. 6-5 TERMINATION OF CONTRACT The City reserves the right to terminate this contract at any time, with or without cause, upon thirty (30) days written notice to the Contractor, except where termination is due to the fault of the Contractor and constitutes an immediate danger to the health, safety and general welfare, the period of notice shall be such shorter time as may be appropriate. Upon receipt of the notice of termination, the Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Landscape Supervisor. The Contractor shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Landscape Supervisor thereafter. If the Contractor fails to meet the specifications of this contract for any fifteen (15) consecutive or non-consecutive days, the City may, at is option, terminate the balance of this contract with written notice of termination to the Contractor. Notice of such termination shall take effect three (3) days after such notice is mailed. In the event of termination, the bonds required shall remain in effect for six (6) months after the date of termination to provide surety that any remedial work required at the time of termination will be completed, and that any vendors or laborers will be paid. 6-7 TIME OF COMPLETION 6-7.1 GENERAL The time for completion shall be approximately twelve months (from July 1 to June 30) after Notice to Proceed. The Notice to Proceed will be issued at the discretion of the Public Works Department shortly after the execution of the contract. When the Contractor is delinquent on any submittal that is required before the start of work, such as but not limited to, construction schedule, traffic control plan, etc., the Notice to Proceed will be issued with conditions to comply with all requirements before the start of work. Any such delay in submittals will cause to Contractor to lose those days from the specified time of completion after the issuance of Notice to Proceed. 6-7.2 WORKING DAYS City Hall Offices are currently open from 7:30 a.m, to 5:30 p.m. Monday through Thursday and 8:00 a.m. to 5:00 p.m. on Friday. The Contractor's activities shall be confined to the hours between 7:00 a.m. and 5:00 p.m. Monday through Thursday and 7:00 a.m. to 4:00 p.m. on Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Landscape Supervisor, except in emergencies involving immediate hazard to persons or property. WE SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES A noise level limit of 96 dBA at a distance of fifty feet (50') shall apply to all construction/ maintenance equipment on or related to the job whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR: LABOR STRIKE A. It shall be the responsibility of the Contractor to provide continuous maintenance services without interruption. B. In case of any labor strikes, the Contractor shall provide other means, at its own cost, to provide a comparable continuous service as if there were no strike. Failing to do so will cause the City to take whatever action is deemed necessary to provide such service and the cost will be borne by the Contractor. 7-2.2 Laws Legal Relations and Responsibility. The Contractor shall defend, indemnify, and save harmless the City and each of its officers and employees and agents from all claims, suits or actions of every name, kind and description, including potential claims and suits, with respect to the failure, neglect or refusal of Contractor to faithfully perform the work and all of the Contractor's obligations under the contract. This defense and indemnification by Contractor shall specifically include all costs of defense, which may be incurred by City or its employees, officers, or agents with respect to such claim or suit. Such costs, expenses, and damages shall include all costs incurred by the City, or its employees, officers or agents to defend against any claims, stop notices or lawsuits based thereon in which any of them is made a party. Prevailing Wages. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this contract, and the same has been filed in the Office of the City Engineer. Contractor agrees that not less than said prevailing rates shall be paid to workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. Subsistence Pay. Section 1773.8 of the Labor Code of the State of California, regarding the payment of travel and subsistence payments, is applicable to this contract. Responsibility for Damage and Loss. The Contractor shall assume the defense of, and save harmless, the City of Tustin and its officers and agents from all claims of any kind arising from his own negligence or that of his agents in the performance of the contract. D-10 Labor Non-discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every Contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." Payroll Records. Attention is directed to provisions in Labor Code Section 1776, which requires each Contractor and subcontractor to keep accurate payroll records regarding wages paid to journeymen, apprentices, workers, or other employees. The Contractor and subcontractor under him shall comply with the requirements of this Section. Employment of Apprentices. Attention is directed to the provisions in Sections 1777.5, Chapter 1411, Statutes of 1968 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex -officio and Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7-3 LIABILITY INSURANCE Public Liability and Property Damages. Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $2,000,000.00. The following insurer endorsements are required if not part of the policy: A. The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; B. The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; C. The policy covers blanket contractual liability; D. The policy limits or liability are provided on an occurrence basis; E. The policy covers broad form property damage liability; F. The policy covers personal injury as well as bodily injury liability; D-11 G. The policy covers explosion, collapse, and underground hazards; H. The policy covers products and completed operations; I. The policy covers use of non -owner automobiles; and J. The coverage shall not be cancelled or terminated unless thirty (30) days written notice is given to the City of Tustin. K. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: 1. A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker), is acceptable. Workers' compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. L. The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. Contractor shall provide to the City within ten (10) working days after the date of notice of award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, forfeiture of the proposal guarantee, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. 7-5 PERMITS A City of Tustin business license shall be obtained by the Contractor, at his expense, prior to starting work. Subcontractors working for the general Contractor for this project will be required to have a business license while working on this project. The City of Tustin will issue a construction permit for this project at no cost to the Contractor. 7-7 COOPERATION AND COLLATERAL WORK The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Contractor shall include in its proposal all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the City for damages resulting from such simultaneous, collateral, and essential work per Section 7-7 of the Standard Specifications of Public Works Construction ("Greenbook"). D-12 7-8 PROJECT SITE MAINTENANCE 7-8.1 CLEAN UP AND DUST CONTROL Description - This work shall consist of dust abatement by cleaning and sweeping to control dust, which is the result of the Contractor's operations. In addition, this work shall consist of sweeping streets and/or sidewalks adjacent to the project if said dirt and/or dust is a result of the Contractor's operations. Construction - Construction shall conform to the provisions of Section 7-8 of the Standard Specifications. Payment - Payment for dust control and cleanup shall be considered included in the contract prices paid for other items of work, and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed. 7-8.8 RECYCLING/DISPOSAL OF CONSTRUCTION DEBRIS This work shall consist of loading, hauling, recycling and legally disposing of all construction debris, removed paving and vegetation materials. The Contractor is required to salvage and recycle at least 50% of all construction related waste and shall submit a CIP Waste Reduction and Recycling Plan identifying the amount and types of waste created by the project and compliance with this diversion requirement. In addition, the Contractor shall properly document in writing to the City the amounts and types of all construction waste actually salvaged, recycled and disposed, all in compliance with the diversion, planning and reporting requirements contained in City Code Section 4351 et al. The Contractor shall use only City approved recycling facilities. A complete list of City approved recycling facilities can be obtained at the Tustin Public Works Department. The Contractor shall coordinate the removal from the site of all structures, foundations, paving, vegetation and any associated debris from the site. The Applicant/Contractor is may be asked to submit a CIP Waste Reduction and Recycling Plan to the Public Works Department utilizing the CIP Waste Reduction and Recycling Plan, a copy of which can be obtained at the Public Works Department, and obtain approval from the Public Works Department prior to the issuance of a Notice to Proceed. The CIP Waste Reduction and Recycling Plan shall demonstrate recovery and recycling of at least 50% of the total waste generated by the project and shall consist of the following components: • An estimate of the total amount of waste to be generated for the entire duration of the contract; and • An estimate of the total amount of recyclable materials generated by the contract, identified by recyclable material type; and • Identification of recyclable material processing methods and facilities which will be utilized to achieve the 50% recycling requirement; and - • Contractor shall be required to use only City approved recycling facilities. D-13 Payment for disposal of construction debris shall be considered included in the contract unit prices paid for other items of work and shall be considered incidental for accomplishing this work, as specified herein and no additional compensation will be allowed. City fees related to City Code Section 4351, et al will be waived. The Contractor is required to utilize the services of the City's current franchise hauler for the disposal of all construction debris and to utilize County of Orange (County) landfills for disposal of all refuse and debris. County landfills are subject to closure at any time when daily disposal tonnage limits are exceeded. The Contractor has the sole obligation to determine the availability of County landfills for disposal of any refuse and demolition or construction debris. The City will not be responsible for any costs associated with project delays due to the closure of County landfills. 7-10 PUBLIC CONVENIENCE AND SAFETY Traffic control shall conform to the applicable provisions of the Standard Specifications and the Special Provisions of traffic control and lane closure item in Section E of these specifications. The Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic at all times. Full compensation for conforming to the requirements of this article shall be considered as included in the contract proposal price for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed. 7-10.4 PUBLIC SAFETY 7-10.4.1 SAFETY ORDERS Pursuant to Public Contracts Code Section 7104, on any public works contracts involving the digging of trenches or other excavations deeper than four feet the Contractor shall promptly notify the City in writing if any of the following conditions are encountered: 1. Material the Contractor believes may constitute a hazardous waste, as defined in Health and Safety Code Section 25117 and that is required to be removed to a Class I, II or III disposal site. 2. Subsurface or latent physical conditions at the site differing from those indicated in the contract. 3. Unusual physical conditions at the site, which differ materially from those, ordinarily encountered and generally recognized as inherent in the type of work provided in this contract. D-14 7-11 PATENT, FEES OR LOYALITIES The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, devices, or processes used on, or incorporated in the work. 7-13 COMPLIANCE WITH THE LAW A. The Contractor agrees that his performance under this contract shall comply with all applicable laws of the United States of America, the State of California, the County of Orange, the City of Tustin and any other political entity having jurisdiction over the activities of the Contractor. B. The Contractor State License Board for the State of California has administratively determined in writing that a State Contractor's License A or C-27 Landscape Contractor License is required to provide the service as set forth in the contract and specifications. Therefore, each bidder will be required to hold a valid state Contractor's License A or C-27 Landscape Contractors License. C. The State of California Department of Food and Agriculture has advised the City of Tustin, Public Works Department of the following: 1. Prior to any pesticide application, a written recommendation from a valid, licensed California Agricultural Pest Control Advisor must be secured and given to the Landscape Supervisor. 2. A valid California Agricultural Pest Control Operators License is required to apply chemicals during the landscape maintenance operation. 3. Each bidder shall be required to have valid Agricultural Pest Control Licenses, or indicate, in writing, how they shall comply with State and California Food and Agricultural codes. 7-15 PAYROLL RECORDS A. Weekly certified payroll records must be submitted to the Agency. Progress payments will be withheld pending receipt of any outstanding reports. B. Section 1776, Chapter 1 of Division 2, from the California Labor Code requires that each Contractor and subcontractor keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and each week, and the actual per diem wages paid each journeyman, apprentice or worker employed by him. C. The employee's own payroll records shall be available for inspection, and a copy shall be made available to the employee or his authorized representative, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standard. D-15 D. Pursuant to Labor Code Section 1778.8, the Contractor agrees to pay travel and subsistence payments to each workman needed to execute the work in accordance with the applicable collective bargaining Agreements filed with the Department of Industrial Relations. 7-16 NOTICES Any notice, demand, request, consent, approval or communication that either party desires, or is required to give to the other party or any other person, shall be in writing and either served personally, sent by prepaid, first-class mail, or by facsimile followed by mailing of said notice. Any notice, demand, request, consent, approval or communication that either party desires, or is required to give to the other party, shall be addressed to the other party at the address set forth below. Either party may change its address by notifying the other party of the change of address. Notice shall be deemed communicated two (2) City working days from the time of mailing if mailed as provided in this paragraph. Address for notification: City of Tustin Attn: Field Services 300 Centennial Way Tustin, CA 92780 EMAIL: czepeda@tustinca.org SECTION 9 MEASUREMENT AND PAYMENT 9-3 PAYMENT A. The Contractor will be paid monthly for satisfactory work performed under this contract. B. On or about the first of each month, the Contractor shall submit a detailed invoice and all reports required in the Agreement for work performed in the prior month. This invoice shall be in accordance with the contract price and shall become the basis for payment. 2. This invoice shall be subject to review and approval by the Landscape Supervisor. 3. All submitted invoices shall be paid within 30 days of approval by the Landscape Supervisor. 4. Any charges in the invoice not approved by the Landscape Supervisor shall not be paid by the City. D-16 COMPENSATION FOR ROUTINE MAINTENANCE A. The City shall compensate the Contractor at the proposal item price per location, per month. B. Billing adjustments may be made where authorized by this Agreement. C. Work not satisfactorily completed as evidenced by the monthly schedule will be deducted at the proposal item price per location. PAYMENTS WITHHELD The City may withhold entire or partial payment for reasons as follows: 1. Work required by the specifications that is defective, incomplete or not performed. 2. Claims against the City that are filed or reasonable evidence indicating probable filing of such claims. 3. Failure of the Contractor to make payments properly to subcontractors, or for materials and/or labor. 4. A reasonable doubt that the Contractor will not complete its required performance for the remaining balance of the term of the contract. 5. Reports, logs or written documentation required of the Contractor to be delivered to the Landscape Supervisor, which are incomplete or not performed. D-17 SECTION E SPECIAL PROVISIONS SECTION E SPECIAL PROVISIONS The Contractor shall provide the following services and meet the following specifications: E -I SCOPE OF WORK A. THE INTENT OF THIS AGREEMENT IS TO SECURE A CONTRACTOR THAT SHALL PROVIDE A HIGH LEVEL, LUSH, VISUALLY PLEASING COMPLETE LANDSCAPE MAINTENANCE SERVICES. B. The Contractor shall furnish all labor, tools, materials and equipment to provide landscape maintenance services as set for in this Agreement and as covered by Sections 212, 308 and 308-6 of the Standard Specifications (Green Book). C. All work shall be done in a thorough and professional workmanlike manner to the satisfaction of the Landscape Supervisor, or his authorized agent and comply with all accepted landscape maintenance practices. All of the landscaped premises of the City shall be maintained at the highest level of quality service as provided for in these specifications at all times. D. The Contractor shall have the duty to provide complete landscape maintenance of all work sites, including, but not limited to the obligation to perform the following: Locations: 1 through 98: 1. Fertilize, prune, shape and trim shrubs and ground cover plants. 2. Control weeds, plant diseases and pests. 3. Mow, edge, fertilize, renovate and overseed turf areas. 4. Program, maintain and keep in good repair all irrigation systems in their entirety. 5. Maintain and keep clean and in good aesthetically pleasing condition, all hardscape areas and drainage systems. 6. Maintain all work sites in a safe, attractive and usable condition. 7. Maintain plant material in a lush healthy condition with horticulturally acceptable growth and color. 8. Comply with all Federal, State, County and City regulations, laws, including but limited to National Pollutant Discharge Elimination System (NPDES) and OSHA regulations with special attention to compliance to State of California Bill AB1881. E-1 E -I SCOPE OF WORK (Cont'd.) E. The Contractor shall be available twenty-four (24) hours a day, seven (7) days a week to respond to all emergencies within two (2) hours of notification. If the Contractor does not respond within the time specified, the City at its option may respond to the emergency and deduct the cost from the monthly payment due to Contractor. F. The Contractor shall perform a weekly maintenance inspection to review the quality of work, during daylight hours, at all areas. Such inspection shall be both visual and operational. It shall include, but not be limited to, the operation of all irrigation and/or other mechanical systems to check for proper condition and reliability. A checklist should be submitted on a weekly basis showing the previous weeks completed work. All work that is not satisfactorily completed will be deducted from the monthly payment at the proposal item rate. E -II AREAS TO BE MAINTAINED City makes no representation about the order or condition of the work area nor does the City warrant that the user area will be free of defects, either apparent or hidden, at the commencement of, or at any time during the term of contract. Work sites may include hardscape, medians, parkways, parks, slopes, greenbelt areas or natural areas. An identification of the areas to be maintained is provided in this proposal document. Inventories supplied with this proposal package are only approximate and may contain errors. By entering into contract, the Contractor shall be deemed to have agreed to accept the condition of the work area in its "as is" condition with the intent to upgrade or modify existing deficiencies to contract specifications. Weed abatement shall occur early Spring, early Summer, and early Fall. Both spraying and manual methods of removal are required. When spraying the use of an organic pre -emergent herbicide (Glyphosate) and Pendulum Aqua -Cap or approved equal must be used. E -III VANDALISMITHEFT A. The Contractor shall be responsible for performing maintenance, repairs and replacement of existing landscaped areas that are to be maintained under this contract and of those, which are damaged or altered in any way as a result of theft and/or mysterious damages as well as those which are damaged by the performance of the Contractor. B. Additional compensation will be provided only for the cost of parts and materials that are directly related to the theft and/or vandalism; labor shall be provided by the Contractor at no additional cost to the City. E-2 E -III VANDALISM/THEFT (Cont'd.) C. The following conditions shall be met prior to the Contractor being reimbursed for the replacement items: 1. Submit a proposal for the replacement item(s) costs. 2. Secure authorization for the purchase of the replacement items by the Landscape Supervisor, or his delegated representative. 3. Submit a photocopy of the original invoice(s) for the replacement items. 4. Provide the City with a copy of each report filed with the City of Tustin Police Department that relates to the specific incident, if required by the Landscape Supervisor. E -IV CONTRACTOR LIABILITY A. All damage to existing improvements located within areas, and adjacent to areas under maintenance, which in the opinion of the Landscape Supervisor are due to the Contractor's operation, shall be repaired or replaced at the Contractor's expense with similar materials and in an approved manner. B. Such repairs and/or replacement shall be performed by the Contractor at no cost to the City, and shall be accomplished as directed by the Landscape Supervisor or his representative. Repairs shall be made immediately after damage or alteration occurs. Deductions shall be made from the Contractor's payment in the amount necessary to compensate the City for such repairs in the event such repair work is done by the City forces or another course. C. Irrigation damage shall be repaired or replaced within the following time limits; after the immediate implementation of Best Management Practice. 1. Isolate and shutdown the leaking system immediately. 2. Mainline irrigation breaks shall be repaired within twenty-four (24) hours. 3. All other irrigation repair and/or replacement shall be completed within one (1) working day, provided however that no irrigation water will be allowed to reach the City storm drain inlets. D. All damages to turf, ground cover, shrubs or trees shall be repaired or replaced within five (5) working days. 1. Damage to turf shall be repaired by replacement with the appropriate variety of sod; reseeding shall not be considered as an adequate repair. 2. Damage to ground cover shall be repaired by replacement with the appropriate variety of plant material. Size and spacing shall be determined by the Landscape Supervisor. E-3 E -IV CONTRACTOR LIABILITY (Cont'd.) 3. Damage to shrubs may be corrected by appropriate pruning; however, if in the opinion of the Landscape Supervisor the damage is severe, the shrub shall be removed and replaced with a similar variety and size. 4. Damage to trees shall be repaired in the following manner. a) Minor damage such as bark lost from mechanical equipment shall be remedied by a qualified Tree Surgeon or Arborist. b) If the damage results in the loss of the tree, or a recommendation of removal, the damaged tree shall be removed and replaced with a similar variety and appropriate size. E. All damage resulting from chemical application and/or operation, either by spray -drift, improper application, lateral leaching, or other means, shall be ' corrected in accordance with the previous provisions and the soil conditioned to ensure its ability to support plant life. F. All work shall be inspected, verified, and completed to the satisfaction of the Landscape Supervisor, or his authorized representative. E -V INSPECTION The City shall inspect the work area every week to insure adequacy of maintenance and methods of performing the work are in compliance with the contract. However, such inspection or failure of the City to inspect shall not relieve the Contractor of the duty to provide continuous inspection of the work area. The Contractor shall prepare and submit to the Landscape Supervisor a monthly report. Said report shall indicate the overall condition of the maintained areas and list specifically any deficient areas or situations. The report shall also include action to be taken by the Contractor to rectify said deficiency and indicate the anticipated time frame for compliance. If the Landscape Supervisor determines that an emergency response is necessary, the Contractor will have two (2) hours to respond. This will be at no additional cost to the City. Discrepancies and deficiencies in the work shall be brought to the attention of the Contractor and corrected in the manner specified by the Landscape Supervisor on a weekly basis. E-4 E -VI HAZARDOUS CONDITIONS A. It shall be the Contractor's responsibility to inspect and identify any condition(s) that renders any areas within this Agreement unsafe, as well as any unsafe practices occurring thereon. The Landscape Supervisor shall be notified immediately, in writing, of any unsafe condition that require major correction. B. The Contractor shall be responsible for making minor corrections including, but not limited to, filling holes in landscaped areas and paving, using barricades or traffic cones to alert persons of the existence of hazards, replacing valve box covers and securing play apparatus so as to protect all persons from injury. C. The Contractor shall inspect all work sites for hazards, or potential hazards on a daily basis. D. During the required inspection of all work sites for hazards, or potential hazards, the Contractor shall keep a log indicating the date the areas were inspected, any unsafe conditions and the action taken. E. The Contractor shall cooperate fully with the City of Tustin in the investigation of any accidental injury or death occurring on the premises, including the submission of a complete written report thereof to the Landscape Supervisor within five (5) days following the occurrence. E -VII TRAFFIC CONTROL AND LANE CLOSURE Description - This work shall include, but not be limited to providing delineation, lighted barricades, flashing arrow boards, signing for detours, traffic channelization, "No Parking" signs and public safety. Construction - Traffic control shall conform to applicable provisions of the Standard Specifications and these Special Provisions. The Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic at all times. The Contractor shall perform all work outlined in these Specifications in such a manner as to provide maximum safety to the public, and meet all acceptable standards for safe practices during the maintenance operation; to safely maintain equipment, machines and materials or other hazards consequential or related to the work; furthermore, to accept the sole responsibility for complying with all local, County, State or other legal requirements including, but not limited to: OSHA and CAL -OSHA. The Landscape Supervisor, or his representative, reserves the right to issue restraint, or cease and desist orders, to the Contractor when unsafe or harmful acts are observed or reported relative to the performance of work under this contract. E-5 E -VII TRAFFIC CONTROL AND LANE CLOSURE (Cont'd.) All traffic control shall be in accordance with the latest edition of the following documentation: California Manual on Uniform Traffic Control Devices, Caltrans Traffic Manual, Caltrans Sign Specifications, Caltrans Standard Plans, Caltrans Standard Specifications. During working hours, a minimum of one 3.6 meters 12 -foot wide travel lane(s) in each direction, and at least one left turn pocket, shall be maintained. On any working day, no lane closures on arterial highways will be permitted before 9:00 a.m. or after 3:00 p.m. on arterial roadways. No lane closure or construction will be permitted on any street on Saturdays, Sundays, or legal holidays unless authorized by the Engineer. During the course of the work, the Contractor shall make minor changes and add or delete signing, as may be requested by the City, to correct problem traffic situations, which are a result of the Contractor's operations. In special cases, the Contractor shall be required to furnish flagmen as requested. The Contractor shall be responsible for furnishing, posting, and removing temporary "No Parking" signs along all routes. Signs shall be posted at least 48 hours in advance of work, at all intersections, and on each side of the street a maximum of 100 feet between signs. Signs may be attached to existing poles, or whatever is existing in the public right- of -way with the exception of parkway trees. When necessary, the Contractor shall furnish posts. Format of temporary "No Parking" signs shall be reviewed and approved by the City prior to posting. When construction schedule necessitates closure of driveways during working and/or non- working hours, Contractor shall notify residents and/or businesses at least 48 hours in advance. E -VIII REMOVING OBSTRUCTIONS AND MAINTENANCE OF EXISTING IMPROVEMENTS A. When the work thereunder involves performance upon City property, and when the proper completion of said work requires temporary or permanent removal, the Contractor shall, at his own expense, remove. Further, the Contractor shall, without unreasonable delay, temporarily, permanently replace, or relocate, to the satisfaction of the City all at the Contractor's expense. B. Where the work is to be constructed in, or adjacent to, areas that have been improved by lawns, trees, shrubs, or gardens, the Contractor shall remove such trees or plants as may be necessary for the prosecution of the work and give them proper care and attention until the work has been satisfactorily completed, after which the Contractor shall replace them in as nearly the original condition and location as is reasonably possible. Where it is necessary to deposit the excavated materials on lawns during the process of construction, the Contractor shall first lay burlap or canvas on the lawn to prevent contact between the excavated materials and the lawn. AN E -VIII REMOVING OBSTRUCTIONS AND MAINTENANCE OF EXISTING IMPROVEMENTS (Cont'd.) C. Unless otherwise indicated in the contract documents, all utility lines, conduits, wires or structures shall be maintained by the Contractor and shall not be disturbed, disconnected or damaged by him during the progress of the work, provided that should the Contractor, in the performance of the work, disturb, disconnect or damage any of the above, all expense arising from such disturbance or in the replacement or repair thereof, shall be borne by the Contractor. D. At last two (2) working days prior to commencing any excavation pursuant to this Contract, the Contractor shall contact Underground Service Alert or other appropriate regional notification center. E -IX WORK SCHEDULE A. The Contractor shall accomplish all normal landscape maintenance required under this contract between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday. Exceptions may be made to normal working hours, where incidence of use may be too great -during the hours specified to allow for proper maintenance. The Landscape Supervisor may grant, on an individual basis, permission to perform contract maintenance at other hours that are not in violation of the City's noise ordinance. No maintenance functions that generate excess noise that would cause annoyance to residents of any area shall be commenced before 7:00 a.m. The Contractor shall establish a schedule of routine work to be followed in the performance of this contract. B. The Contractor shall submit to the Field Services Division a weekly detailed job schedule by the first of every month for month. Check sheets with signatures, time sheets, names and titles of all persons working must be turned in with the monthly invoice. Material and chemicals to be used on any site shall be approved by the Landscape Supervisor or his representative. Fertilization reports, material and chemical reports must be submitted with the monthly invoice. The Landscape Supervisor shall be notified within five (5) working days of any deviation from this schedule or material usage. C. The Contractor shall maintain and keep current a report form that records all on-going, seasonal, and additional work maintenance functions performed on a daily basis by the Contractor's personnel. This is in addition to the weekly check sheets. Said report shall be in a form and content acceptable to the Landscape Supervisor and shall be submitted to the Landscape Supervisor monthly. The monthly payment will not be made until such report is received by the Landscape Supervisor. D. The Contractor shall during inclement weather, with approval of the Landscape Supervisor: 1. During the periods when inclement weather hinders normal operations, the Contractor shall adjust his work force in order to accomplish those activities that are not affected by weather. E-7 E -IX WORK SCHEDULE (Cont'd.) 2. Failure to adjust the work force to show good progress on the work shall result in deduction of payments to reflect only the work actually accomplished. 3. The Contractor shall not remove his work force from the job site unless he has previously notified the City's representative. Production man-hours lost as a result will be made up at no cost to the City at a time specified by the Landscape Supervisor. 4. The Contractor shall restake and retie trees as required. 5. The Contractor shall remove all branches and debris resulting from inclement weather as directed. 6. Drains shall be checked and cleaned as needed. This work shall be documented and reported to the City as required. 7. The Contractor may be required to perform clean-up tasks as requested by the City during inclement weather. E. Schedule Failure: 1. Failure of the Contractor to adhere to schedules will result in damages to the City for the additional cost incurred in the inspection, administration, and complaints by the public. 2. Such incurred costs shall be deducted from the Contractor's monthly payment. 3. In the event that the Contractor, fails to adhere to the service schedule, the City shall withhold $100.00 for each irrigation system and for each occurrence from the usual monthly payment. E -X CONTRACTOR STAFF A. The Contractor shall furnish sufficient experienced supervisory and working personnel, capable of promptly accomplishing on schedule all work required under this contract during the prescribed hours to the satisfaction of the Landscape Supervisor. B. The Contractor shall have competent professional supervisors, who may be working supervisors, on the job at all times work is being performed, who are capable of communicating effectively both in written and oral English and to discuss matters pertaining to the contract. Supervisors must be able to demonstrate to the satisfaction of the Landscape Supervisor that they possess adequate technical background. Adequate and competent supervision shall be provided for all work done by the Contractor's employees to ensure accomplishment of high quality work that will be acceptable to the Landscape Supervisor. Any order or communication given to the Supervisor shall be deemed as delivered to the Contractor. E-8 E -X CONTRACTOR STAFF (Cont'd.) C. The Contractor and his employees shall conduct themselves in a professional, efficient manner, and with a high degree of integrity at all times and shall cause the least possible annoyance to the public. The Landscape Supervisor may require the Contractor to remove from the work site any employee(s) deemed careless, incompetent, or otherwise objectionable, whose continued employment on the job is considered contrary to the best interest of the City of Tustin. D. The Contractor shall require each of his employees to wear basic public works attire. These are basically proper shoes, and other required by the State Safety Regulations and proper wearing of clothing. Shirts shall be worn and buttoned at all times. Shirts shall have the Contractor's logo and, identification. Safety vests are required when indicated by the Work Area Traffic Control Handbook, or Landscape Supervisor. E. The Landscape Supervisor may require the Contractor to establish an identification system for personnel assigned to service this Agreement that clearly indicates to the public the name of the Contractor responsible for the landscape maintenance services. The identification system shall be furnished at the Contractor's expense and may include appropriate attire and/or name badges as specified by the Landscape Supervisor. F. The Contractor shall provide to the City an employees' roster and shall update the roster as personnel change. G. The Contractor will provide one (1) additional employee, with a cell phone to act as a Fireman, to be utilized by the Landscape Supervisor. This is a 40 -hour per week position. E -XI LOCAL OFFICE A. The Contractor shall maintain an office with a telephone listed in the name of the firm, in the telephone directory for the area which includes the City of Tustin and shall provide at all times the following; 1. A responsible person(s), employed by the Contractor, who shall have the ability to take necessary action regarding all inquiries and/or complaints received from the City of Tustin. 2. This person(s) shall be reachable twenty-four (24) hours per day. 3. An answering service shall be considered an acceptable substitute for full-time coverage, outside of prescribed working hours, provided the Contractor is notified of any communication within one (1) hour after receipt of said communication. 4. The telephone number(s) of the Contractor or responsible person(s) of the Contractor, shall be a toll-free number for calls originating within the Tustin City limits. E-9 E -XI LOCAL OFFICE (Cont'd.) B. During normal working hours, the Contractor's Supervisor, who is responsible for providing maintenance services, shall be available for notification through radio communication or by cell phone. E -XII STORAGE FACILITIES The City of Tustin will not provide any storage facilities for the Contractor. E -XIII SIGNS A. The Contractor shall not post signs or advertising matter upon the areas under maintenance or improvements thereon, unless prior written approval is obtained from the Landscape Supervisor. B. The Contractor shall, at all times, remove all unauthorized signs and advertising matter in the area under maintenance. C. The Contractor shall provide approved turf/plants renovation signs to notify the public of landscape renovation work. LOCKS AND KEYS Where City of Tustin locks and keys are required as part of this contract, the Contractor shall: A. Not duplicate any coded 'City' key furnished by the City Field Services Division for access and operation of the controller. B. Surrender all keys furnished by the City Field Services Division promptly at the end of the contract period, or at any time deemed necessary by the Landscape Supervisor to prevent loss to the City of Tustin. C. Protect the security of City property by keeping controller cabinets and enclosure doors locked at all times. D. Refrain from using premises behind locked doors for storage of materials, supplies or tools, except as approved by the Landscape Supervisor. E -XV NON-INTERFERENCE The Contractor shall not interfere with the public use of the premises and shall conduct their operations so as to offer the least possible obstruction and inconvenience to the public. Further, the Contractor shall not disrupt the peace and quiet of the area within which services are performed. E-10 E -XVI PARKING A. The Contractor shall park his vehicles and equipment within designated parking areas or in such locations as allows normal vehicular and bicycle traffic. B. The Contractor's vehicles and equipment shall not be parked or set in such a manner that they block pedestrian access or vehicular right-of-way except as required to comply with all standards of OSHA or CAL -OSHA. E -XVII LITTER A. All areas in the work sites shall be kept free of all, but not limited to, the following items: bottles, glass, cans, paper, cardboard, metallic items and other debris on a Monday and Friday basis. Litter will be picked up a minimum of twice a week but with the understanding that situations may arise during any given day, which may require attention. B. The Contractor shall promptly remove from the work area all debris generated by his performance. E -XVIII USE OF CHEMICALS A. The Contractor shall submit recommendations for chemical herbicides, pesticides and rodenticides proposed for use under this contract, for approval by the Landscape Supervisor. Materials shall be limited to chemicals approved by the State of California Department of Food and Agriculture, and shall include the exact brand name and generic formulation. The use of any chemical shall be based on the recommendations of a State of California licensed pest control advisor and the application shall be under the supervision of a State of California qualified pest control applicator. B. The use of chemicals shall conform to the current County of Orange Agriculture Commissioner regulations and shall comply with all NPDES regulations and reporting requirements. No chemical herbicide, rodenticide or pesticide shall be applied until its use is approved, in writing, by the Landscape Supervisor as appropriate for the purpose and area proposed. C. The Contractor shall submit accurate records of chemicals used monthly. D. The Contractor shall submit monthly, proposed chemical application schedules. E -XIX DISEASE AND PEST CONTROL A. The Contractor shall regularly inspect all landscaped areas for the presence of disease, snail, insect or rodent infestation. The Contractor shall advise the Landscape Supervisor within four (4) days when any disease, snail, insect, rodent or other pathogen is found; he shall identify the disease, snail, insect, rodent or other pathogen and specify control measures to be taken. Upon written approval of the Landscape Supervisor, the Contractor shall implement the approved control measures, exercising extreme caution in the application of all spray materials, dusts or other materials utilized. E-11 E -XIX DISEASE AND PEST CONTROL (Cont'd.) B. Approved control measures shall be continued until the disease, snail, insect or rodent is controlled to the satisfaction of the Landscape Supervisor. The Contractor shall utilize all safeguards necessary during disease, snail, insect or rodent control operations to ensure safety of the public and the employees of the Contractor. C. The Contractor shall perform at his sole expense the following services: 1. All work involving the use of chemicals will be accomplished by a State of California licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Adviser License is required prior to chemical application. 2. All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's office and a permit obtained with a copy to the Landscape Supervisor prior to use. 3. A copy of all forms submitted to the County Agricultural Commissioner shall be given to the Landscape Supervisor on a monthly basis. 4. All regulations and safety precautions listed in the "Pesticide Information and Safety Manual",,published by the University of California, will be adhered to. E -XX WEED CONTROL A. For the purpose of these specifications, a weed will be considered as "any undesirable or misplaced plant". B. All areas within the specified maintenance area, including but not limited to turf grass, shrub and ground cover areas, planters, tree wells and hardscape areas shall be kept free of weeds at all times. C. Weed control shall be performed a minimum one (1) time per week, but not restricted to one (1) time per week. D. Bare areas between plants shall be cultivated by hand on a weekly basis unless an approved Pre -Emergent Herbicide has been applied. E. Weeds shall be controlled either by hand, mechanical or chemical methods; however, the Landscape Supervisor may restrict the use of chemical weed control in certain areas. F. Weeds in asphalt or concrete medians, sidewalks, curbs, gutters, expansion joints and around barricades, signs, posts, poles and any other object are considered as part of the required work and to be removed and controlled on a regular basis. G. Weeds shall be cut down and removed within one working day of notification. E-12 E -XX WEED CONTROL (Cont'd.) H. Monthly pesticide application schedule, detailing the date of application, location of application and material applied shall will be submitted to the Landscape Sueprvisor by the first day of the month, for the coming month. E-XXI WATER CONSERVATION The Contractor shall turn off all irrigation systems during period of rainfall and/or times when suspension of irrigation is desirable to conserve water while remaining within the guidelines of good horticulturally acceptable maintenance practices. In areas serviced by Irvine Ranch Water District (IRWD) the Contractor shall be responsible for water usage over allocation. These costs shall be deducted from the Contractor's monthly billing. The City will, on a case by case basis, with prior authorization may pay for additional water if the irrigation system has been shown to be operating efficiently and still there is a need for more water to keep the landscape at an acceptable condition. In these cases, the City may authorize only the use of the "Inefficient" water penalty tier of IRWD's penalty tiersystem. E-XXII UTILITY LOCATION MARKINGS = DIGALERTS The Contractor shall be responsible for identifying and marking locations of irrigation utilities in contract areas, i.e. irrigation: main line, lateral line and electrical controller line. Contractor will have 48 hours, after DigAlert notice has been delivered to Contractor by e-mail, in which to complete the markings. Contract Administrator is to be notified upon completion. E-13 E-XXII METHOD OF IRRIGATION A. Irrigation shall be done by the use of automatic or manual sprinkler systems where available and operable. However, failure of the existing irrigation systems to provide full and proper coverage shall not relievethe Contractor of the responsibility to provide adequate irrigation with full and proper coverage to all areas in the work site. B. All areas receiving marginal coverage shall be irrigated by a portable irrigation method. The Contractor SHALL furnish hoses, nozzles, sprinklers, etc, necessary to accomplish this supplemental irrigation. Care shall be exercised to prevent a waste of water, erosion, and/or detrimental seepage into existing underground improvements or structures. C. The Contractor shall provide water and irrigate all work sites where no irrigation system is present and plant material is stressed. D. The Contractor shall be familiar with the principles and functions of the City operated systems that include Calsense, Maxicom, Weathermatic, Signature, and (Central. E. Contractor shall on a weekly basis, notify the Landscape Supervisor of the ETo variance for the week. ETo information shall be obtained from the Irvine Ranch Water District. F. The Contractor is responsible for conducting a Water Management Program that provides the optimum amount of water to keep the landscape lush, healthy and avoid waste. E-XXIII IRRIGATION INSPECTION GENERAL A. The Contractor shall initially inspect and familiarize himself with the entire irrigation system at all work sites and identify all needed repairs. B. Required repairs shall be submitted to the Landscape Supervisor in a written statement within two (2) months after the start date of the maintenance contract. If a written statement which documents required repairs is not received by the Landscape Supervisor within the stated time frame, the entire system shall be interpreted as fully operational. C. The City shall review and verify all submitted required repairs. Repairs may be completed by the following methods: 1. Authorize the Contractor to make appropriate repairs at the expense of the City. 2. Use City forces to make required repairs. 3. Use another source to make required repairs. D. Upon completion of such repairs, the Contractor shall sign off each individual area as being fully operational. E-14 1. The Contractor shall file an annual statement with the Landscape Supervisor certifying that all irrigation systems are functioning properly. E. The Contractor will annually perform an irrigation system maintenance program at no additional cost to the City. 1. All pressure regulator and strainer assemblies shall be rebuilt, cleaned and adjusted annually per schedule. All pressure regulators shall have the diaphragm and spring assemblies replaced. Each regulator shall be adjusted in order to maintain sprinkler -operating pressure to meet the manufacturer's recommended operation. All strainer baskets shall be removed and cleaned. 2. All irrigation control valves shall be adjusted to meet the manufacturer's specifications. The Contractor's Representative shall test the last sprinkler on each control valve with a pressure gauge installed in line with the nozzle or with a pilot tube and gauge. 3. Clean and adjust irrigation system as required to provide adequate moisture to all planting areas. This work is expected to be done at a rate of once per week with the understanding that situations may arise during any given day which require attention. 4. Annual certified back flow devices testing shall be completed and documented by the Contractor, as required by law. 5. All annual irrigation systems maintenance is to be completed between April 1 and May 30. F. The Contractor shall inspect the operation of the irrigation system weekly between April and December, bi-weekly between January and March, for any malfunctions. G. In addition to regular testing, including annual certified backflow testing, all irrigation systems shall be tested and inspected as necessary when damage is suspected, observed or reported. H. All system malfunctions, damage and obstructions shall be recorded and reported to the Landscape Supervisor and corrective action taken. I. Contractor to submit a monthly inspection checklist providing the following information. E-15 E-XXIII IRRIGATION INSPECTION (Cont'd.) 1. Controller location 2. Meter number 3. Date checked 4. Check by (name) 5. Problems 6. When corrected (date) 7. Repaired by(name) J. A weekly random inspection of various locations will be done by the Contractor's qualified, experienced Irrigation Technician and the City's Landscape Supervisor. All repairs shall be done by the end of the workday. Contractor shall provide additional qualified, experienced irrigation personnel to achieve repairs at no additional cost to the City. E-XXIV IRRIGATION MAINTENANCE AND REPAIRS GENERAL A. The Contractor shall maintain all irrigation systems at no additional cost to the City, in such a way as to: 1. Guarantee proper coverage and full working capability. 2. Make whatever adjustments that maybe necessary to prevent over spray or excessive run-off into street right-of-ways or other areas not meant to be irrigated. B. The Contractor shall repair or replace inoperable irrigation equipment to maintain fully operational system, including but not limited to, pressure pipes from the water meter to the control valves; all irrigation pipes; all manual and automatic valves; pumps used for the irrigation systems; backflow devices; filters; strainers; pressure regulators; sprinkler heads; irrigation clamps and stakes; anti -drain valves; quick couplers; electrical wiring from the controller to the solenoid valves; emitters; drippers; valve boxes; controllers; valve markers; batteries; fittings and risers. 1. Maintenance includes, but is not limited to, tightening of loose fittings and packing nuts; flushing and lubricating (as needed) sprinkler heads, pipes, nozzles, valves, filters, strainers and backflow devices; adjusting sprinkler heads, anti -drain valves and pressure regulators; adjusting controllers, and cleaning drip emitters. 2. The Contractor shall repaint, by hand, all backflow devices, valve box lids, controller cabinets, curb face and curb top, as needed. Labor and materials shall be provided at no additional cost to the City. C. Irrigation repairs shall be made within the following time limits: E-16 E-XXIV IRRIGATION MAINTENANCE AND REPAIRS (Cont'd.) 1. Implement Best Management Practices and isolate and shutdown the leaking system immediately. 2. Mainline irrigation breaks shall be repaired within two (2) hours of identification or notification. 3. All other irrigation repairs shall be made within one (1) day of identification or notification, provided however that no irrigation water will be allowed to reach the City storm drain inlets. D. Replacement of irrigation components shall be with originally installed materials of the same size and quality. Substitutions must be approved by the Landscape Supervisor in writing prior to installation. CONTROLLER PROGRAMMING A. The Landscape Supervisor with concurrence of the Contractor and the water utility may change the irrigation schedule as the need develops. B. The Contractor shall provide a qualified, experienced irrigation technician, knowledgeable in sound water management practices and IRWD water use/penalty guidelines. C. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: 1. Whenever possible, automatic irrigation shall be programmed to operate between the hours of 9:00 p.m. and 6:00 a.m. The Contractor shall be responsible for re- programming controllers during inclement weather to conserve water. 2. In areas where wind creates problems of spraying water onto private property or road rights-of-way, the controllers shall be set to operate during the period of lowest wind velocity, which would normally occur at night between the hours of 12:00 a.m. and 6:00 a.m. 3. Consideration must be given to the soil conditions; seasonal temperatures; wind conditions; humidity; run off and erosion potential and the relationship of conditions that affect day and night watering. 4. Extremely close attention shall be paid to the demands of the plants as influenced by their exposure to sun or shade. Also, the variation in the size of plants, as well as varietal differences must be considered. 5. The irrigation system will be controlled by the Contractor in such a way as to not cause an excessively wet area that could interfere with the Contractor's ability to mow all turf. All controller adjustments for ETo changes shall be completed by the end of the work shift every Tuesday. E-17 E-XXV IRRIGATION MAINTENANCE AND REPAIRS(Cont'd.) 6. A soil probe shall be used to a depth of twelve (12) inches to determine the water penetration by random testing of the root zones. 7. Irrigation heads shall be kept clear of grass, as to not impede water application and coverage. D. All landscaped and turf areas shall be irrigated as required to maintain a lush, visually pleasing, healthy appearance with a schedule most conducive to plant growth. UTILITIES A. The City of Tustin shall pay for the maintenance related water and electrical utilities. B. Water usage shall not exceed the amount required as per the Irvine Ranch Water District and the City of Tustin Water Services' standards established to comply with irrigation by the Contractor and as approved by the water utility. C. The Contractor will pay for all excessive utility usage and penalties. D. The excess cost will be determined by the appropriate utility company and the Landscape Supervisor and will be paid by the Contractor within 60 days of notification. E. The excess cost factor may be deducted from payments due to the Contractor; however the Contractor will be allowed to explain the increase in utility usage prior to the actual deduction. The City at their discretion may authorize additional water usage, on a case- by-case review. E-XXVI IRRIGATION CONTROLLER LOG BOOK A. The Contractor shall furnish and maintain a controller log book inside each controller cabinet in a waterproof packet for all non -central irrigation controllers. B. The log book shall record the following information: 1. Date of the controller program check or change. 2. Results of the program check or reasons for a program change. 3. The name and initials of the person responsible for the check or change. C. Meter reading information will be provided to the Landscape Supervisor on a weekly bases per date requested. D. Upon completion or termination of this Agreement, the log book shall become the property of the City of Tustin. E-18 E-XXVII TURF GRASS CARE A. Turf Grass Mowing: 1. The Contractor shall mow all turf areas with adequately sharpened, mulching mowers and shall provide a smooth and even cut without tearing of turf grass blades and use of non -mulching mowers may only be used with approval of the Landscape Supervisor. 2. The blade adjustment shall provide a uniform, level cut without ridges, depressions or scalping. 3. Turf grass mowing heights shall be adjusted by the Landscape Supervisor during periods of turf grass renovation. 4. All excess turf grass clippings shall be picked up and removed to a legal dumpsite prior to vacating the work site after each mowing. All green waste shall recycled with documentation given to the Landscape Supervisor with the monthly billing. 5. Care shall be exercised to avoid depressions in the established grade from mowing when the soil is saturated. 6. A mowing schedule, established by the Contractor and approved by the Landscape Supervisor, shall be maintained. 7. Mow lawns as often as required to maintain a neat appearance: minimum one (1) time per week during the growing season and twice a month during the off season. B. Turf grass edging and trimming shall be performed weekly at the time of mowing. 1. Edging of turf grass shall be performed with a power edger containing a steel blade. 2. All turf grass adjacent to sidewalks, curbs, mowing strips, shrub beds and where no improved surface exists, shall be edged to a neat uniform line. 3. Trimming of turf grass shall be performed along walls and around valve boxes, water meter boxes, backflow devices, trees, shrubs, posts, or any structures located within the turf grass area. 4. Tree trunk protectors shall be protected in place when string trimmers are utilized for trimming around the base of trees. 5. A four (4) inch barren strip shall be provided and maintained between turf grass areas and adjacent ground cover. Edging of turf grass and ground cover shall provide uniform delineation adjacent to this barren strip. 6. Trimming of plant material may be required around sprinklers to provide maximum irrigation coverage. E-19 E-XXVII TURF GRASS CARE (Cont'd) 7. All clippings and trimmings shall be removed from the work site the same day work is performed and prior to the Contractor vacating the worksite. 8. After mowing and edging is completed, all adjacent walkways and gutters shall be swept clean within one (1) hour. 9. Edge lawns as often as required to maintain a neat appearance: minimum one (1) time per week during the growing season and twice a month during the off season. All walks, driveways and planter beds will be edged and cleaned after mowing within one (1) hour. 10. Debris will not be blown onto streets or storm drains. C. SoilAnalysis/Fertilization 1. The Contractor shall notify Soil and Plant Laboratory, Inc. in March, June and October to perform a predetermined soil analysis. 2. Upon completion of the soil analysis, the Contractor shall review the recommendations with the Landscape Supervisor to schedule applications as required. 3. The Contractor shall be responsible for the cost of the soilanalysis and the fertilizer and all the labor to apply. 4. Immediately clean-up any fertilizer spilled on roads or sidewalks to prevent fertilizer from entering storm drains. 5. The Contractor shall be responsible for watering -in all fertilizers after each application. 6. The fertilizer shall be applied as required to provide a healthy and vigorously growing turf grass with horticulturally acceptable growth and color, as determined by the Landscape Supervisor. 7. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any fertilizer application. This written document shall include the following; Failure to provide will be considered a deficiency, subject to penalty per the Contract. a) Location and exact date the fertilizer application will be performed. b) Type of fertilizer and method of application to be used. Amount to be applied. c) Copy of purchase invoice for fertilizer. 8. All fertilizer applications shall be performed with properly calibrated equipment to provide a uniform application. 9. The Contractor shall comply with all NPDES and BMP requirements. E-20 E-XXVII TURF GRASS CARE (Cont'd) D. Turf Grass Renovation 1. All turf grass shall be renovated in a rotation, once every three years. 2. Renovation shall consist of aerating, verticutting, thatch removal and over seeding. 3. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any renovation operation*. This written document shall include the following; Failure to provide will be considered a deficiency, subject to penalty per the Contract. a) Location and exact date the renovation will be performed. b) Type of equipment and materials to be used. 4. The Contractor shall remove all renovation generated debris from the work site the day of the renovation operation and prior to vacating the work site. 5. Aerating shall be performed between April 15 through May 15; July 15 through August 15; and October 15 through November 15. a) Aeration shall be performed 3 times per year with an aerator machine that has one-half (1/2) inch to one (1) inch in diameter coring times spaced no more than six (6) inches apart. The machine shall remove cores from the turf a minimum of two (2) inches in length. 6. Verticutting and thatch removal shall be performed between October 1 and October 31. a) The Contractor shall cut all warm season grasses to the soil line immediately before and after verticutting. b) The Contractor shall verticut all turf grass with a standard verticutting machine with verticutting blades one (1) inch apart, which penetrate to a minimum depth of two (2) inches below the soil line. 7. Over seeding shall be performed within two (2) days after verticutting with properly calibrated seeders. a) Warm season turf grass shall be over seeded with Marathon II fescue, or an equal approved by the Landscape Supervisor, at a rate of five (5) pounds per 1,000 square feet. Seed tags shall be retained and provided to the Supervisor. b) The over seed shall be covered with one -eight (1/8) inch topper. The topper must be approved by the Supervisor. Topper to be a bio -solid (compost) variety. c) Turf grass seed purchasing invoice to be submitted to Supervisor prior to application. E-21 E-XXVII TURF GRASS CARE (Cont'd) 8. Reseeding of bare spots shall be performed continually throughout the year to re- establish turf to an acceptable quality. 9. Reseeding shall be performed with certified turf grass seed similar to the established turf at a rate of eight (8) pounds per 1,000 square feet. 10. Seed shall be topped with one-eighth (1/8) inch of topper. The topper must be approved by the Landscape Supervisor and shall be a bio -solid (compost) variety. . 11. The Landscape Supervisor may require the use of sod when deemed necessary. The Contractor shall be entitled to the wholesale cost of the sod only, provided the loss of turf grass was not due to the negligence of the Contractor. 12. Where needed, depressions shall be filled with an approved top dressing material and seeded with an appropriate seed mix. 13. All work shall be in compliance with NPDES and BMP regulations. 14. Notification signs shall be posted, by the Contractor at his own expense, in all work areas to inform the public of the on-going renovation work. TURF GRASS IRRIGATION 1. All turf grass shall be adequately irrigated to maintain a healthy and attractive appearance at all times. 2. Irrigation run-off and over spray shall be minimized. 3. When possible the turf grass irrigation shall be on a separate program from plant material irrigation. 4. Turf grass shall be irrigated in a method, which promotes deep root growth. E-XXVIII GROUND COVER CARE A. Ground covers are low growing plants that grow in colonies to form a solid mat over the surface of the ground. The plants give a flat or two dimensional effect to the landscape. Some examples of ground cover are Arctotheca, Gazania, Vinca, Baccharis, Ivy, Trachelosperum, Honeysuckle and varieties of Ice Plant. B. Edging and Trimming of Ground Cover 1. Edging and trimming of ground cover areas shall be performed on a 4 -week interval or as deemed necessary by the Landscape Supervisor. 2. All ground cover adjacent to sidewalks, curbs, mowing strips or where no improved surface exists shall be edged to a neat uniform line. E-22 E-XXVIII GROUND COVER CARE (Cont'd.) 3. All ground cover shall be continually trimmed at the drip line of all shrubs. 4. All ground cover shall be continually trimmed along walls, valve boxes, water meter boxes, back flow devices or other structures located within the ground cover area as determined by the Landscape Supervisor. 5. Trimming of ground cover may be required around sprinklers to provide maximum irrigation coverage. 6. All clippings and trimmings shall be removed from the work site the same day work is performed and prior to the Contractor vacating the work site. All green waste shall be recycled with proper documentation given to Landscape Supervisor with the monthly invoice. 7. After edging or trimming, the Contractor shall sweep clean all adjacent sidewalks or gutters. C. Cultivation of Ground Cover Areas The open soil between plants shall be cultivated weekly where the planting permits. D. Renovation of Ground Cover Areas Ground cover plantings shall be thinned, trimmed and pruned for the health of the planting and the appearance of the site, on a 4 -week interval. E. Replanting of Ground Cover Areas 1. Replanting shall be required to maintain the continuity of the ground cover area. 2. Replacement material costs shall be paid by Contractor with no additional cost to the City. F. Ground Cover Irrigation All ground cover areas shall be adequately irrigated to maintain a healthy and attractive appearance. 1. Irrigation run-off and over spray shall be minimized. 2. Ground cover areas shall be irrigated in a method, which promotes deep root growth. G. Ground Cover Fertilization The ground cover shall be fertilized a minimum of 2 times per year to provide a healthy and vigorously growing ground cover with horticulturally acceptable growth and appearance, as determined by the Landscape Supervisor. Ground cover fertilization schedule: First application between March 1 and March 31; and Second application between October 1 and October 31. E-23 2. The Contractor shall immediately irrigate after each fertilizer application. Fertilizer to be a bio -solid (compost) variety, approved by the Landscape Supervisor. 3. All fertilizer applications shall be performed with properly calibrated equipment to provide a uniform application. All work shall be in compliance with NPDES and BMP regulations. 4. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any fertilizer application. This written document shall include the following; a) Location and exact date the fertilizer application will be performed. b) Type of fertilizer and method of application to be used. c) Copy of purchase invoice for fertilizer. E-XXIX SHRUB CARE A. Pruning of Shrubs 1. All shrubs growing in the work areas shall be pruned and trimmed monthly, or more frequently as determined by the Landscape Supervisor, to encourage healthy growth habits, removal of dead or damaged branches and maintain natural shape. 2. Shrubs shall be pruned with sharp pruning tools. 3. Shrubs shall be continually pruned as necessary, to prevent encroachment of passageways, walks, streets and view of signs. 4. All pruning cuts shall be one quarter (1/4) inch above a nod (bud). No projections or stubs shall be allowed to remain. 5. The Contractor shall remove/recycle all clippings the same day shrubbery is pruned and/or prior to vacating the work site. 6. Pruning shall be done to maintain a well-groomed, laced -out appearance and encourage air movement through the shrub. 7. Shearing, hedging or severe pruning shall not be permitted without prior written permission from the Landscape Supervisor. 8. All clippings shall be mulched and re-applied to shrub beds, in a uniform manner. 9. Pruning requirements may change from location to location depending on irrigation components. B. Shrub Fertilization 1. Shrubs shall be fertilized a minimum of two (2) times per year to maintain horticulturally E-24 acceptable health and color. All work shall be in compliance with NPDES/BMP regulations. Fertilizer shall be a bio -solid (compost) variety approved by the Landscape Supervisor. 2. Foliar fertilization may be performed when appropriate. 3. Fertilization schedule: First application between March 1 and March 31; and Second application between October 1 and October 31, 4. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any fertilizer application. This written document shall include the following; a) Location and exact date the fertilizer application will be performed. b) Type of fertilizer and method of application to be used. c) Copy of purchase invoice for fertilizer. C. Irrigation of Shrubs 1. All shrubs shall be adequately irrigated to maintain a lush, healthy and attractive appearance. 2. Irrigation run-off and overspray shall be minimized. 3. Shrubs shall be irrigated in a method, which promotes deep root growth. D. Shrub Replacement 1. All damaged, diseased (untreatable) or dead shrubs shall be replaced with the exact same species and appropriate size of plant material that existed at no cost to the City. 2. Substitutions for any plant materials must have prior written approval by the Landscape Supervisor. 3. Original plans and specifications shall be consulted to determine correct identification of species. 4. All new shrubs shall be guaranteed to live and remain in a healthy condition for no less than six (6) months from the date of installation. This will be inspected and verified by the Landscape Supervisor. E -XXX GENERAL CLEAN-UP A. Trash Removal - Remove all trash and accumulated debris from work sites. In addition, dog feces are also to be removed from the walkways, turf or ground cover areas. B. Policing of Areas - All areas under maintenance (landscape and hardscape) and other designated areas will have trash removed between 7:00 a.m. and 9:00 a.m. twice weekly, E-25 on Monday and Friday, with the understanding that situations may arise during any given day which may require attention. C. Concrete Median, Curb and Gutter Maintenance - The Contractor is responsible for removal of all weeds and grass growing in and around the curb and gutter area. The Contractor is responsible to insure the roadway is cleared of all dirt and debris within four (4) feet of the curb and gutter in all areas adjacent to maintenance responsibilities. D. Walkway Maintenance - Walkways shall be cleaned within one (1) hour following mowing and edging. They shall be cleaned by use of power sweeping or blower equipment not less than once per week. This includes removal of all foreign objects from surfaces such as gum, dog feces, grease, and paint. All walkway cracks and expansion joints shall be maintained weed and grass free at all times. E. Drain Maintenance - Shall be performed monthly, all drains catch basins shall be inspected and kept free of silt and debris at all times with documentation submitted to the Landscape Supervisor within 1 week. F. Removal of Leaves - Accumulation of leaves shall be removed from all areas not less than twice per week and with the understanding that situations may arise during any given day, which require attention. G. Maintain all trees to a height of 7 -feet over pedestrian paths. H. All vines shall be maintained in a manner, which will not interfere with vehicular or pedestrian traffic. Maintenance shall be performed in a manner, which shall provide unobstructed views. E-XXXI NATURAL AREAS A. All natural areas shall be maintained in an existing state, except for the following items that shall be performed on a weekly basis at no additional cost to the City: 1. Remove all trash and debris or other items as determined by the Landscape Supervisor, and take to a recycle plant or to a legal dumping site. 2. Provide and maintain a fifteen (15) foot barren area adjacent to any improved area. 3. Remove and/or repair any dead or broken branches or safety hazards within two (2) hours of identification or notification. 4. Maintain all gates and entry ways in a safe and usable condition. 5. Maintain irrigation in an efficient and effective manner. E-XXXII REPAIR OF WALKWAYS, SERVICE ROADS AND MISCELLANEOUS IMPROVEMENTS A. Walkways and Service Roads - All walkways and services roads, if any, shall be E-26 maintained by the Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. 1. The Contractor will not be responsible for total replacement of roadways or walkways as a result of normal deterioration, but will be required to replace all improvements damaged by his negligence. 2. Provide twenty-four (24) hour emergency repair service. E-XXXIII GRAFFITI The Contractor shall be responsible for removing graffiti from irrigation components, in the contract area, within forty-eight (48) hours of its appearance at no additional cost to the City. E-XXXIV EMERGENCY CALLS A. The Contractor shall provide the capability to receive and respond immediately to calls of an emergency nature during normal working hours and outside of normal working hours and shall do so at no additional cost to the City. B. Calls of an emergency nature received by the Landscape Supervisor shall be referred to the Contractor for immediate disposition. C. If the Contractor cannot be reached within two (2) hours the City will deduct from the monthly billing the cost of City forces, or other sources, used to repair or respond to the emergency. E-XXXV EXTRAORDINARY SERVICES A. The Contractor shall be responsible for providing extraordinary maintenance repairs to existing landscape and new landscape areas. 1. Extraordinary maintenance shall include answering emergency calls as required. The Contractor shall respond to an emergency call within two (2) hours. The Contractor shall maintain a twenty- four (24) hour per -day on-call service for emergency calls. 2. The Contractor shall notify the Landscape Supervisor, or his representative, by telephone within twenty-four (24) hours of any emergency extraordinary work that is performed. Non -emergency extraordinary work requires written approval before the work is performed. 3. The Contractor shall be compensated for extraordinary work subject to a signed City Change Order. B. In situations involving emergency repair work after normal work hours, the Contractor shall dispatch qualified personnel and equipment to reach the site within two (2) hours. 1. The Contractor's vehicle shall carry sufficient equipment to effect safe control of traffic. 2. When the Contractor arrives at the site, the Contractor shall set up traffic warning, E-27 control devices, if deemed necessary, and proceed to repair on a temporary/permanent basis. C. If a City representative is still at the site when the Contractor arrives, the Contractor shall quickly evaluate the situation and discuss it with that responsible person. 1. If the repair will take only a few minutes, the City employee may stay to continue to direct traffic while the Contractor makes repairs. 2. If the repair will take longer than the City employee can wait, the Contractor shall immediately set up temporary traffic control devices and all other necessary warning devices and relieve the City representative. D. An emergency may be called by the following individuals or agencies at any time for extraordinary services involving repair work:, • City Manager • Assistant City Manager • Director of Public Works • Manager Field Services • Landscape Supervisor • Police Department E-XXXVI DUST CONTROL AND CLEAN-UP (Not a Proposal Item) Description - This work shall consist of dust abatement by cleaning and sweeping to control dust, which is the result of the Contractor's operations. In addition, this work shall consist of sweeping streets and/or sidewalk adjacent to the project if said dirt and/or dust is a result of the Contractor's operations. Construction - Construction shall conform to the provisions of Section 7-8 of the Standard Specifications. Payment-- Payment for dust control and cleanup shall be considered included in the contract prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing thework as specified here and no additional compensation will be allowed. RECYCLING/DISPOSAL OF CONSTRUCTION/LANDSCAPE DEBRIS (Not a Proposal Item) Description - This work shall consist of loading, hauling, recycling and legally disposing of all construction debris, removed paving and vegetation materials. The Contractor is required to salvage and recycle at least 50 percent of all construction related waste and shall submit a CIP Waste Reduction and Recycling Plan identifying the amount and types of waste created by the project and compliance with this diversion requirement. In addition, the Contractor shall _properly document in writing to the City the amounts and types of all construction waste actually salvaged, recycled and disposed, all in compliance with the diversion, planning and reporting requirements contained in City Code Section 4351 et al. The Contractor shall use only City E-28 approved recycling facilities. A complete list of City approved recycling facilities is attached at the end of Section D. The Contractor shall coordinate the removal from the site of all structures, foundations, paving, vegetation and any associated debris from the site. The Applicant/Contractor is required to submit a CIP. Waste Reduction and Recycling Plan to the Public Works Department utilizing the CIP Waste Reduction and Recycling Plan, a copy of which is provided at the end of Section D, and obtain approval from the Public Works Department prior to the issuance of a Notice to Proceed. The CIP Waste Reduction and Recycling Plan shall demonstrate recovery and recycling of at least 50 percent of the total waste generated by the project and shall consist of the following components: 1. An estimate of the total amount of waste to be generated for the entire duration of the project; and 2. An estimate of the total amount of recyclable materials generated by the project, identified by recyclable material type; and 3. Identification of recyclable material processing methods and facilities which will be utilized to achieve the 50% recycling requirement; and 4. Contractor shall be required to use only City approved recycling facilities. Prior to the issuance of a Notice of Completion, a CIP Waste Reduction and Recycling Report (WRRP) Final Project Report shall be submitted to the Public Works Department utilizing the CIP WRRP Final Project Report, a copy of which is provided at the end of Section D, documenting compliance with efforts to achieve the 50 percent diversion requirement. The CIP WRRP Final Project Report shall identify actual quantities and type of materials recycled or disposed during the project and shall include weight tickets receipts and other documentation supporting these efforts. The Notice of Completion will not be approved until the CIP WRRP Final Project Report is approved by the Public Works Department. Payment.- Full compensation for disposal of construction debris shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed. E-XXXVIII REPORTING DAMAGE OR MALFUNCTION Any damage to, or malfunction of, any facility not specifically stated in this Agreement shall be promptly reported to the Landscape Supervisor. E-XXXIX ADDITIONAL LANDSCAPE AREAS A. The Contractor shall maintain, at an agreed upon unit price comparable to other existing landscape areas and subject to the City Manager's written approval, any additional landscape areas that the City adds to this contract. B. In the event that notification is made of a new installation other than at the beginning of a monthly period, the unit cost negotiated and agreed upon by the parties, shall be pro -rated E-29 from the day the Contractor is notified to start of maintenance. C. The City may elect to delete work sites, or portions thereof, within this Agreement at a unit price comparable to the proposal price of said work sites. XL COMPLAINTS FROM CITY A. The Contractor shall maintain a monthly written log of all complaints that include the date and time received and the action taken or the reason for non -action. The monthly log of complaints shall accompany the monthly invoice. B. All complaints shall be abated as soon as possible after notification; but in all cases within twenty-four (24) hours, to the satisfaction of the Landscape Supervisor. C. If any complaint is not abated within twenty-four (24) hours, the Landscape Supervisor shall be notified immediately of the reason for not abating the complaint, followed by a written report to the Landscape Supervisor within five (5) days. D. If the complaints are not abated within the time specified, or to the satisfaction of the Landscape Supervisor, the Landscape Supervisor may correct the specific complaint and the total cost incurred by the City of Tustin will be deducted and forfeited from the payment owing to the Contractor from the City of Tustin. E-XLI WATER POLLUTION PREVENTION AND BEST MANAGEMENT PRACTICES (BMPs) (Not a Proposal Item) Storm water and non -storm water discharges resulting from municipal maintenance/construction activities are currently governed by the Santa Ana Regional Water Quality Board NPDES Permit No. CAS618030. The permit applies to activities within the County of Orange and is available for review from the City of Tustin, Public Works Department. A Drainage Area Management Plan (DAMP) and a Municipal Activities Procedures Manual have been developed by the County of Orange to assist with permit implementation. Specifically, the Municipal Activities Procedures Manual contains Model Maintenance Procedures with Best Management Practices (BMPs) that the contractor shall adhere to. The Contractor shall implement and maintain the appropriate BMPs to prevent storm water pollution within the project site at all times during the contract period. The Model Maintenance Procedures with BMPs are available for review at the City's Public Works Department. The City's Landscape Supervisor, accompanied by the contractor will conduct inspections of the maintenance site prior to anticipated storm events and after actual storm events to identify areas contributing to a storm water discharge associated with maintenance activity and to evaluate whether BMPs to reduce pollutant loadings are adequate and properly implemented in accordance with the terms of the permit or whether additional control measures are needed. Payment to provide and maintain BMPs shall be considered included in the contract unit prices paid for other items of work and shall be considered incidental for accomplishing the work and no additional compensation shall be allowed. Failure of the Contractor to comply with the City's requested corrective actions may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. E-30 SECTION F GENERAL NOTES, LOCATION MAPS AND DETAILS SECTION F LANDSCAPE LOCATIONS AND DETAILS F -I GENERAL NOTES 1. All work shall be maintained in accordance with these specifications and the latest edition of the Standard Specifications for Public Works Construction and also in accordance with any supplementary standards or specifications which may be referred to herein, all to the satisfaction of the City Engineer. 2. Work shown or indicated on these plans/details or called for in the specifications, but not included as any pay quantity items, shall be considered incidental work, cost of which shall be included in the Contractor's proposal for pay quantity items. 3. The Contractor shall be responsible for damage to existing utilities, traffic loops, pavements, curbs, structures, trees and landscaping as a result of his operations, and will be required to repair or replace the same to the satisfaction of and as directed by the City Engineer or utility company. 4. The Contractor shall immediately haul away and dispose of, off the project site, all excavated materials and landscape debris. All disposals shall be at the Contractor's expense. 5. The Contractor shall have copies of the plans and specifications for this project on the site at all times and he shall be familiar with all applicable standardsand specifications. 6. A City of Tustin business license shall be obtained by the Contractor, at his expense, prior to starting work. Subcontractors working for the general contractor for this project will be required to have a business license while working on this project. 7. It shall be the Contractor's responsibility to notify respective utilities and/or Underground Service Alert at 1-800-422-4133 to determine the exact field location of utilities shown or not shown on these plans, which may conflict with this work. The Contractor must mark any irrigation lines that will be effected by an Underground Service Alert. 8. Landscape sites shall be maintained in such a condition that an anticipated storm does not carry wastes or pollutants off the site. Such "discharges" of material other than storm water are allowed only when necessary for performance and completion of construction practices and where they do not: cause or contribute to a violation of any Water Quality Standards; cause or threaten to cause pollution, contamination or nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulation 40 CFR parts 117 and 302. All storm drains/catch basins shall be inspected and cleaned, with cleaning documented and submitted to Contract office within 5 days. F-1 9. Dewatering of contaminated groundwater, or discharging contaminated soils via surface erosion is prohibited. Dewater of non -contaminated groundwater requires a National Pollutant Discharge Elimination System permit from the respective State Regional Water Quality Control Board. Materials which may have effects on pollution include but are not limited to: solid or liquid chemical spills; waste from paints, stains, sealant, glues, limes, pesticides, herbicides, wood preservatives and solvents; asbestos fibers, paint flakes or stucco fragments; fuels, oils, lubricants and hydraulic, radiator or battery fluids; fertilizers, vehicle/equipment wash water and concrete wash water; water, concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or chemical degreasing and super -chlorinated potable water line flushings. During construction or maintenance, disposal of such materials should occur in a specified and controlled temporary area on-site, physically separated from potential storm water run-off, with ultimate disposal in accordance with local, state and federal requirements. F-11 TABULATIONS OF WORK LOCATIONS, MAPS AND DETAILS The following are the maps to be used for this project: F-2 T. W - a ~ a aa� a a a' � � ar�rRt�r.awi sv[wun `moi u«` urar v12,' ° r STREET ADDRESS MAP'v MAP 1 �/ Ugrf qiq - _ raw.rwv[F wvnrry� i� �1' •�' `' uWc s1rN uw uoa "'�' +�Oa� .. SCALE IN'M-7- - vaar sr � uooi .wa: rm. facia ?aqi rm 'a vmi 1 +a.e+ ,ala' � va, ,xa I ]aoar iri�i ,� +xrn vou. vw. - q g upr _ t'• lilt wai ry+. '� »ra wr Y Lxwa +an uw. �" `� u.]x urm ua< urw uya vn. S ,a,m u A tao» ��`ii11[Illlj - u+v uru uu. i Hik .xa uue vv+ ams .arn um. w. wui4 raw NK tar.. u,u suu u,V um LEGEND x " - - . a _ S -. via •. ]ala W., .q„ as - �1 £ 'F - �•�-= OF CITY LILSTS FIRE mm uvf� ran ]usi �uM i STATION SCHOOL FACILES RI ,,3' _ i<• - - ' » um 'y�i - �m ua¢ uim u� ' *+i�• y i 1 a 'ELEMENTARY SCHOOL _ram a issu i" uia 7NTERWDIATE SCHOOL ' a k wn raNi taa .i]n j ]a]it uw .ilii .,.. ,am ` H3CH SCHOOL-. SCHOOLS uar aaiu i+i.s i uur OUTSIDE OFTUSTINAJMFEED SCHOOLDISTRICT - a ~ a aa� a a a' � � ar�rRt�r.awi sv[wun `moi u«` urar v12,' ° r STREET ADDRESS MAP'v MAP 1 LOCATInN'Aa *4r SCALE IN FEET LEGEND clrr L1INITS FIRE STATION SQ-10OLFACILIFIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL. SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS. MAP 12 Cl1 I � � F t i \ 1 a l � : 1fN1 i v lR�Gi' NAl bGYGN7 Ww -LEGEND — CITY LIMITS Q FIRE STATION twm Nbr - . SCHOOL FACILITIES '4 D li 160. 'M 700 SCALE IN FEET .'4 INTERMEDIATE SCHOOL v lR�Gi' NAl bGYGN7 Ww STREET ADDRESS MAP 13 -LEGEND — CITY LIMITS Q FIRE STATION a SCHOOL FACILITIES '4 ELEMENTARY SCHOOL .'4 INTERMEDIATE SCHOOL C HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 13 IS'ko� t- •' ' _ mIr Is• } A , 0.1 PETERS C4N'Y(W R£GONAL PARK v SCALE IN FEET STREET ADDRESS MAP 14 LEGEND CITY L MITS Q FIRE STATION SCHOOLFACILIIIES ELEMENTARY SCHOOL V INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUS'TIN UNIFIED SCHOOL DMMCT STREET ADDRESS MAP 14 7 I ^flATI/�A{ n� . v v. ♦a�vft V1 0 ri NJO Z5700 SCALE IN FEET GEND Y LIMITS E STATION FOOL FACILITIES MENTARYSCHOOL JWED1ATE SCHOOL H SCHOOL TOOLS OUTSIDE n,, -n, [OOL DISTRICT ADDRESS �. PP 15 - r nraTrnN �a �n �. Y Y . r1 i s .. ii i s - �,r/ fib: U-• �a t'� ��e .r'��s �- �1 -ii � � R tan '�s! �4. .�Aa a�o:.i�4~ �w� � � � n:►?..1� �,� � � aJa •a.� ,%� ''c�,}e'%'�17.••-? f%�:;�,4 �0 : I � � � � `� ?�; � -"s �a��� �' � e s a � 3� <, gyp. `Cy 0 75� - 0 -M5 SCALE IN FEET STREET ADDRESS MAP 23 LEGEND ---•— CITY LIMITS Q FIRE.STATION O SCHOOL FACILITIES +� ELEMENTARY SCHOOL INTERMEDIATE SCHOOL y� O HIGH SCHOOL SCHOOLS OUTSIDE lj OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 23 T cc clxr COURSE 4- V nmcr osja TilYnN AM 49r.,X4 SCAM IN FEET STREET ADDRESS MAP 24 LEGEND % CITY LIMITS FIRE STATION OI SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 24 �... v. ���va• vLi VJ�J.7a 'T:'J IW 24 -4 - U ]S 15¢ -= we 32 SCALE w FEEL' i� i F r U3 - Wpp `�•� aua�ia.m /'tel .yy� awl irl�� �¢y .- a�aa_ - `Z• �l� �1 i,y.f aI'0 .•' _ . ��,YL:aw ���'`-:a.0 spa ;i;a�a+ +•r.�-""-_ •Jr.� '�'° P -'W '�. tb.,Y ��` a i x a u: o B ' T 1/a� -� a •a },¢ 'w. LEGEND Huttaw IUSDN RAA+Us — CITY LIMITS • COLT L'G;RSt' Q FIRESTATION SCHOOL FACILITIES /! f \ - -__•� _ = ELEb1ENTARYSCHOOL i�; i ~-' j f -' _ -�s''+\ �' .%'• �.` ';� �VNTE r INTERMEDIATE SCHOOL- . % _ _ - ~ `•� .••_ l t r r f ",` '�•;� : S'Y UMUS 4 HIGH SCHOOL t �c— .-_:�; ._.._•_.�' r:.%- �`� '-'t >zwCJr PARK SCHOOLS OUTSIDE SC I'l1 L D UNIFIED scHoaa DisrRlcr / .i � Hatt a>� 7 y ---L , 4 { aw ,)„'--_- .-,: •'.: •,. 33 40 39 STREET ADDRESS MAP 25 T. •^+•■■�■ C • l i �7.!. —m p— *AM „ S ,.x., .,■.�� -LEGEND ,un I . „y, ++ax ' YS - �t ••�•••� CITY LIMITS iaa 1 t ,.>J. _ •�► e • 'wr N" _ Q FIRE STATION ,,,,� I I 8 3 m' ," t3 ■ SCHOOL FACILITES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE 1 I p t x i- R ■ k 21 OF TUSTIN UNIFIED F497 MR — — — — ■ LI SCHOOL DISTRICT ,.■, ,:ax I w■ .po.or■ rr r•..n . R R l� 1t >! R X jR ■ .x ,.q,t I a.,w. n■.E " ■ STREET ADDRESS ,,M, x MAP 26 v a� < $ $ 75 tau 2a 3w SCALE IN FEET. maw lo, F —f-7 1 -7. „ S ,.x., .,■.�� -LEGEND ,un I . „y, ++ax ' YS - �t ••�•••� CITY LIMITS iaa 1 t ,.>J. _ •�► e • 'wr N" _ Q FIRE STATION ,,,,� I I 8 3 m' ," t3 ■ SCHOOL FACILITES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE 1 I p t x i- R ■ k 21 OF TUSTIN UNIFIED F497 MR — — — — ■ LI SCHOOL DISTRICT ,.■, ,:ax I w■ .po.or■ rr r•..n . R R l� 1t >! R X jR ■ .x ,.q,t I a.,w. n■.E " ■ STREET ADDRESS ,,M, x MAP 26 v t 0('ATInN 9A Re YIfRl.: fLLt ww Y C C FF i �D s ussw w� Aaan - . � 32 Q 73 15Q i?d Spp SCALE IN FEET. LEGEND ----- CITY LIMITS _ QQ FIRE STAMN SCHOOL FACILITIES 2O ELEmeWARYSCHOOL 1Ot O INTERMEDL .TE SCHOOL HIGH SCHOOL KW SCHOOLS OUTSIDE OFTUSTIN UNIFIED JA G7 Id y f y » ql� y � � � � � a� � Z �Y � tbl it•T - y a. L i r 0 d L iTiTz z 3 iaas - � ❑[wCLp[ W,[ TU=w li $ g - ... YIfRl.: fLLt ww Y C C FF i �D s ussw w� Aaan - . � 32 Q 73 15Q i?d Spp SCALE IN FEET. STREET ADDRESS f MAP 31 LEGEND ----- CITY LIMITS _ QQ FIRE STAMN SCHOOL FACILITIES 2O ELEmeWARYSCHOOL 1Ot O INTERMEDL .TE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS f MAP 31 Jusr,m. RAIVC,' CULF COURSE- cLuarfousf �D 150 221 3w SCALE IN-F`EET - STREET ADDRESS MAP 32 LEGEND —...— CITY Limbs QF FIRE STATION SCHOOL FAcuj nt4. 10 ELEMENTARY SCHOOL ler O INTERMEDIATE SCHOOL" HIGH SCHOOL ' SCHOOLS OUTSIDE a OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 32 J J 6 73 150 735 700. SCALE-KOEET BEET ADDRESS MAP 33 LEGEND - •- CITY L WS Q FIRESTATION SCHOOL FACILITIES iO O ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OOTME % OF TUSTIN UNIFIED SCHOOL DISTRICT BEET ADDRESS MAP 33 �a 0 IMF W, «waw �44 it -r' _ - - 3. 3 IL wTr 1 •(l_y, Y re_ ,TSY )I.yt Ui1 ))u� IAN �TfT)- iW1 • 1�Y2 — N A pa • i'' '� i Y t j wanrr .w.s � � II it fi F, g rca. miii i Aeltd g9'IUCK ,.T)z Of.VVAAI PI,1�4�� ♦KY1r I 2 rav •aur a is = � rqu:raiu s.s r STT 1 a . ro•,o•, oer o� SCALE -:IN FEET LEGEND- - EGEND.-CITY LIMITS 0 FIRE STATION iQ1 SCHOOLFACILMES ELEMENTARY SCHOOL :fr = INTERMEDIATE SCHOOL HIGHSCHOOL SCHOOLS OUTSIDE STs o.+,a.wowz Ij OFTUSTIN UNIFIED SCHOOL DISTRICT W TA PLACE STREET ADDRESS MAP 34 a _'a 4m I•Ci( AT{CIAI '� St a oQ an • n f . Ctt '� k � � R . g � i -k � 'i' � . e � � '�• � 3 �_ nuts r . I • OGT Jas f crrr PArrc' CrlY PARK� a:,cr.. ,r +IF�t. : S � $.. � � z �_'• f 3 S fi a Y � i .D IT Y 22 25 VS m.`r m//cr GCJLLrSil5 rx, rwx i e .tp S a e TUSUN PARD 3 � cow�aus rusrtx ""' >.:,s ,:�. ,,,,, q w„ y ■ �•m .,.h wrs wr, c s.ra ..m wy ' ■ 2 8 nwraj. 9 Ulx w w lR . r4tlGro n&4&V¢ JAAG' R/S7M'LWRrY.KB b_'' wrwrWar "rs 8 s iis?:- nuts sm 9 � erR D c 9� SCALE IN FEFT LEGEND — — CITY LIMITS Q FIRE STA -70N O2 SCHOOL FACILITIES O ELEMENTARY SCHOOL owmw DIATESCHOOL .p� v HIGH SCHOOL b SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 35 63 ,w+ -` ,yu- sae.: �, - 1r f •;� .i me II' 16� SCALE IN FEET . ET ADDRESS MAP 36 LEGEND . —•_•—' CITY LIMITS Q FIRE STATION S SCHOOL FACILITIES it El ENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE t] OF TUSTIN UNIFIED SCHOOL DISTRICT ET ADDRESS MAP 36 IMP 29 ._.Aw Sca.aw.w laaa iiai i��as■i�a■■a�aa• UOi3 �� - 5l. a, taw MYW[RpYYRYANa 4 rt r r" r s w ■ es Am rRtcr paa t$$�'=�f�����!_o�_ea £k k�$ ,Ar � wu � ' � � o,m � $ iE $ s � $ $ � � •(`' r vY - - E uar ann � wn llL_ . P-a:�'Oe'S SO(/AR� _ _ O h C .'� � ,yn lA]t �'b .Y''A ■ VA]y Wb W1 LW ,]Ui '' �� ■ tAeiBlgU k laYaGr w.v n9z AFA(rays = ALAfi/tly[i �• 'a^' Wa, s ,]urK uHsa `�wx is J WT nA ay■ + aAm rair,S 4Dvwf A�.*rwt aerea t'Y fa +3,1a. - Se,.rf n,,,wy - R 2I i• �t>o x teIva a, IAKIY � FMRTtiRHr •� ]� ,aal: � - g v3 rA.r H lrsn - Aacaca Uss x _ '�' AA.u• we ±J { - ! sIDy � a3Mx taart = 3 ! f i 1. 0 Mu PLAZA wrt ,m b �n - V INTERMEDIATE SCHOOL S HIGH SCHOOL r r" r s w ■ es Am rRtcr paa t$$�'=�f�����!_o�_ea £k k�$ ,Ar � wu � ' � � o,m � $ iE $ s � $ $ � � •(`' r vY - - E uar ann � wn llL_ . P-a:�'Oe'S SO(/AR� _ _ O h C .'� � ,yn lA]t �'b .Y''A ■ VA]y Wb W1 LW ,]Ui '' �� ■ tAeiBlgU k laYaGr w.v n9z AFA(rays = ALAfi/tly[i �• 'a^' Wa, s ,]urK uHsa `�wx is J WT nA ay■ + aAm rair,S 4Dvwf A�.*rwt aerea t'Y fa +3,1a. - Se,.rf n,,,wy - R 2I i• �t>o x teIva a, IAKIY � FMRTtiRHr •� ]� ,aal: � - g v3 rA.r H lrsn - Aacaca Uss x _ '�' AA.u• we ±J { - ! sIDy � a3Mx F— -- SCALE IN FEET LEGEND �.� taart = 3 ! f i _ wrt SCHOOL FACILITIES b ELEMENTARY SCHOOL - V INTERMEDIATE SCHOOL S HIGH SCHOOL SCHOOLS OUTSIDE a OF TUSTIN OWED SCHOOL DfSTRICT y - Lw tWi wT w j - UUt R S- i S 6 . 1SK/Aa AYFIaJf ,�... ' v F— -- SCALE IN FEET LEGEND �.� CiTYLIMITS ® FIRESTATION 7! SCHOOL FACILITIES b ELEMENTARY SCHOOL - V INTERMEDIATE SCHOOL S HIGH SCHOOL SCHOOLS OUTSIDE a OF TUSTIN OWED SCHOOL DfSTRICT STREET ADDRESS MAP 37 T 12 ,Mr Do • it LTAMIRSOKEWAR6 V4 ' uwa tmti ,aKr: +aoa ,>eh o -d ! � i .i -i .�' • ,wti _�_ $ .^� r� � . oaau .roto., ..� '->■` -- {- _ - antt x Wi]j a311 f} efa2 -� } � "�. i' i .�. .r,.a +.too,.- E, -1! '€ ;'�,,0 • wu ,atyt i .awt t.,o., b +anon .� 10a r,caow. wt, ,.0 . LOW '# _ ■ ,sea ,sa. � tta�.. _ taec '� � � _ $ .... taw •. - - ' atao a,a,tt • •Au rv— ar■ a ► ■ 3 R 2It Y - fa Y txr wx - �.sa■a.a■��■■aaf.t,Aa tatsz 3 way A . _ E .Aa tMa a,yR wn � � r�M , tan ,263 fII �� l IM2 tarn � yyt '� tatn2 ,AR J a� :amo xfo vac wtNCR.w uav � rsaa t2w >t rasa uat taaoz '�' g i� OYM(N AAb afi/0Ac 'uaa tort uaw foa ac trc . nn y YYY taaat tan: ,� aaaaa +ataa' IV - op •• - - tfna lna +ur7 - � r 1I Lama ,ari 1&0 43 ,a», ,a»r ta». � ram ra■c taN: tanr a«, nwa it �:- � . uw taw u.., •a..a - un ,aq, 1� _ 2 � '•Ma 'ay. (yy u.., ,+o �4 1 z. ' ,a.ot uw wtn ,aw ta..a ,�' savnaac ta.a 3 tarn War wx � I "�"/ :'•'.+ I ,a� tmx .um ���j ueoa utw .Mm t- 53 ' o '75 ISO SCALE #4 -FEET LEGEND — — Cm LOWS Q FIRE BTAnoN c SCHOOL FACIUnES b ELEMENTARYSCHOOL INTERMEDIATE SCHOOL mwl SCHOCIL . SCHOOLS OUTSIDE OFTUS[1N UMFIEO SCHOOL DISTRICT STREET ADDRESS MAP 38 -n r�r ss rev)rrtyuuSvum . f°Yi "".'�tJ:F.J4'� _ � ■ �' r3aor � 'E � m • = � - riow r3ers- ; 'vcn i' qy -t O■H OM2 rqq 1]On Lawr t � f � - r � _ .■ - i%w ,an3- w.r y ..a.r.e Sro:c"...t ■ - � ■• •.vim nua ayui u.a 3 £ C = � ■ ,H% Ta,yr t1m ,arK O,Y, ■ O1M >Ttl ,aM rwy Mro. ra uws urn Y _ �^ A St � rxn urc ura auc ,%., ! ■- m■ wK uw urn ■ ura ramr " - ,amr uam iajW i - � • t Y : R ■ V]Ix r3rK OD1 rmr . tpi 1■L art !F TAT' '31r2 rY'e, V>� ism rwr varo ■o.o a �" • rear uta: rw. rear urn . rssn � »Yn 'rr, i2r^ _ urr ra.r wn UiYr i `� r>y, � V2Kwr � s+'s� � r3MY roar � r3IK F I •O.w r3rn raaur. C 11� .,sm ,m2 !/. �' ww wr■ ■ Y os. • `ar" ung nau. t, 7 8 _X) .rr` •r" • raw, ,SLS ,sy, E CALAFAW ■* rasn ..f' ■rt..r uu. rrr.0 i _ _ _ i� Vr01 Fd�VA c ri vn 3sS 300 . SCALE IN FEET LEGEND ---- CITY LIMITS 0 FIRE STATION SCHOOL FACILITIES 1Q Sl ENTARYSCHOOL VO INTERMEDIATE SCHOOL yO • s HIGH SCHOOL SCHOOLS OUTSIDE �j OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS . MAP 39 7 N augr WAIF sea" LOCATInN XA 9A 1)9 99 99 A: -.oma SCALE IN FEET LEGEND ----- CITY WAITS „ FIRE STATLON SCHOOL FACILITIES A: -.oma SCALE IN FEET STREET ADDRESS MAP 40 LEGEND ----- CITY WAITS Q FIRE STATLON SCHOOL FACILITIES 1p O ELEMENTARY SCHOOL WTERMEOIATESCHOOL HIGH SCHOOL . SCHOOLS'OUTSIDE a OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 40 F 6(--ATlnnl AA ra -' 0 M ]m sx 3W }_ SCALE 1N FEET �l i UW UZG ' } f tap I f]ayi A4tlw LEGEND CIrY Lm rs ac ? OO F{RE STATION _ a SCHOOL FACILMS i O ELEMENTARY SCHOOL •,ar r`s i ` i`"•, 't'` ,- WTERM 'runts stw J'� :r :,""' ��! • � `:, /�: � /y ""` - Ep1ATE SCHOOL netnW _ . e •/ '` ? 11" SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIAED rancrRow 1 SCHOOLDISTRICT •jam �_' �w. i � `---'- f J - . - a— a" a mu.v STREET ADDRESS MAP 41 T 4 I LOCATION. AR Qq AMP 34 •' aA1CT;ieEET .. - . �71 R.� g _ .� a:. - �• .. 1e 'A "i i - £ R. R 4 A 3 AN A & & +KYa.atl '•atl Iy R Itl IYS uYn Iio PEP?CRa1fEY MOM PAR I[ Itl atl ne � "Q w 'nam k *tn ne 'a0 aea uo 58 »o 1 IN lta 1� $ • ma as rnaw salty '� � & m � �c i 3 � Iw an �e m , u ,aY r+Yr siAeer • « _ 4 j R •7r,- � i i, .1 11 Yat H w �y R �Y «IOW IN4G11016' "W AD= • at, Yat sat � '� m aw aw a1s S Y'R u1 ale tY S c aw as m s5$i##5cF#' atl �'' eat aaa aw w nt aae p 5 5x. x i 5$ S 11A► 7Q a 0 3 17p FS ]00 .SCALE JN"Fgr;T. STREET ADDRESS MAP 42 LEGEND ----- .CRYLIMITs FIRE STATION SCHOOL FACILITIES 15 ELEMENTARYSCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL - IL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 42 71 A LOGATION 6-,: 7; 10, 57, 60- � � gip• . • - - .- . _ ::- .. _ . ' ' W �h •. +'�'Rd('aFj riW11EK,r--4(�JICJ' - ' .ae "` �3 CsLUE auJ . 57 10 • w¢....� rusmm wz. Z .lIn � Ale .a• . 60 '� - 7n .Hnr s.Aorre ry � I va.L. • • � � rsur xmr ., -� PrOspECSFVEwrk �l.6wrr t.wF � 3 � % s;•, r.10 � . 9� C. uu EK MAP 42 a1 lk MIM so o �..� ... 6 Typ. p 0 76 -160 775 700. SCALE IN -FEET LEGEND STREET ADDRESS MAP 43 - CITY LIMITS Q FIRE STATION ' a SCHOOL FACILITIES ELEMENTARY SCHOOL W IN EI EDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OF TUSTIN UNIFIED SCHOOL.DISTRICT STREET ADDRESS MAP 43 - MAP 4S _ � �� � � :. -. �,��..v;tom 1 t``_ �-�- • ,PACK �. . ARtJY]_ i �� c t w=x. -: • i t + �� . _ 6 �` ��T��,�..'�����```i'iii`[�[[[$F L xy f v qA f�4ypDSF! 11nY-Y f t KTt f . _ ` n +�ii.�itii.�•i . ;I +012 � �CEMIER .1,11.iYzic y f _ .f t ,ora_a. �y{ � - wt f 1� im � .t ,oH. 'wn t,. -• .pp .a� ' nnac eawc � ' � .+` :f' uu ao, f , iw1 wG + , m _ L� . _ _ _ _ '4YwG( iL1[fY. [AS CAMPAxwS APS., e 3 iusTiN NICK, SGfi0Q4 o /s� SCALE IN FEET OPEC z LEGEND CrrrumTs FIRE STATION O SCHOOL FACILITIES lx�cr neo wa k P ya,- yxax Y t �F '� � v® 6LEAIEI•ITARYSCHOOL •Frxa 'aa= rc,a.ar. ,M "'i un: 10` �Op WTERMEDIATESCHOOL HIGH $C.,HOOL SCHOOLS OUTSIDE SCHOOLDMMICT AaF COXTAGEf hr o.,c ,Ar orrc x cwvas Y �� +m � s � � S 4 Y Y >•T- � 1.a PW£ 7RE5- PARA' C Y ='• ti-`�" :.>_ N, t� STREET ADDRESS MAP 44 44 LOCATION 68, 77 MW 97 EDINGERAVENUE 0 76 M 2W 3w SCALE IN FEET LEGEND CITY LIMITS FIRE sTAnom O SCHOOL FACILITES 16 ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL OF TUSTS SUMFIEDCHOOLOUTSIDE IN TUSTIN LEGACY -SCHOOL DISTRICT STREET ADDRESS MAP 62 f�Sl$N[rA AW.KREklVAY imp 33 v rs 0 ' a is7xa we SCALE IN FEET LEGEND - - - CITYLm"S 39 uC �bt J SCHOOL FACILITIES 1O1 • P WmAlf AyyAu4 . INTERMEDIATE SCHOOL �t1 lY� If' i MGH SCHOOL. - SCHOOLS OUTSIDE a OFTUSTIN UNIFIED . SCHOOL DISTRICT pt f�Sl$N[rA AW.KREklVAY imp 33 v rs 0 ' a is7xa we SCALE IN FEET STREET ADDRESS MAP 46 LEGEND - - - CITYLm"S QQ FIRE STATION SCHOOL FACILITIES 1O1 • P ELEMENTARY SCHOOL INTERMEDIATE SCHOOL y�r • O MGH SCHOOL. - SCHOOLS OUTSIDE a OFTUSTIN UNIFIED . SCHOOL DISTRICT STREET ADDRESS MAP 46 LOCATION 45, 46, 47, 48, 49, 50 50 WP 0 49 48 u 47 fj /I /fI ffN1Ay(N� /IIIIII/III.!!/f III/!/II nacz wan - y - y i6a !as ]at - - #(E MAftrlp"ce SCALE IN FEET . ' �ISOpp KwR Nucr our . 45 dnaN MAZDA ♦LURA RIE�PQ Fr '� ,L'�- �- 1 mAr , 9 n a ° I1 pl)x GMC _ _ aT r ' — ;i oAR�tNG :wz zm for a.a FW LEGEND' _ j Cc X01 .Nm was w�c b ` , m $ �_• CITY LIMITS FIRE STATION SCHOOL- FACIL MFS ELEMENTARY SCHOOL L'v..ax �'-••':` - x�ku�a ,�\ ..y` y� iNTERIdEDfATE SCHOOL It&—RRimncE O HIGHSCHOOL My SCHOOLS OUTSIDE 0 .ccs q'k w>e x'42 �-rwcrasaa z] OFTUSTINUNIFIED .0+ SCHOOLDIS7RICT aoae..c urrli- 6 s- R q & x war . RIR11YeR DOa. CF 'r.SrIN ? ftrSnn 46 l aa�t!aa � 4 "NS/a■ • STREET ADDRESS 1461Y�NTi •liAPILDaV. Y. � . MAP 47 v . T t9 =wc:.lasa +l 10 j� iRMICK ,un • m..cT »u ,,,�, i _ ,uV Vn ,Nli • »»l I z ' R R $ «IIx x k x Fi[ $ s •: /,,p ' 5 CilaWk A NPNk;WkfS M➢LWII[ aM! - - i J' W-s""ll)t WAWT j9z it ....i ✓? WIVWC CAA."S WSTN DEI R£Y ` _ ..r W+arc[.rE "T ^"1 77Y r>~d161IIr+—JKJ 1iAa w trfinlrt ArElfuk 0 )6 • 130 335 700 $CALE IN FEET LEGEND -- — cITY unelrs Q FIRE STATION NO 44. SCHOOLFACUTIES SLEMFNTARY SCHOOL 1�t O INTEHMEDtATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTiN'UMFIED SCHOOL DISTRICT � W lyll ,.Olt f✓„ ' '!� �) iMrf +1u,3 � twY �w)r NO3[ � � l A .a� _ WOe 1MM1 : N� tq.3 • X � l.ul. ,.wl 1wM 'w iwl, li ,.vy uir Y • -1N,1 .aQ f,a, •4 "" E wro l � l.in wlt( Iul! »0fi itn � lµ� 1.Wt 1V.N4 ♦,tWL' »ill W1l tulf » yy�� i s luu .u2 "lu7f u' 1u+3 f.W »Vf t031 4ip »,L »u3 Mtllt RI.w 1.>v HLL. 1.0 1d92 i� wlx .. w »m lout 3 .aw t.m l.>lx 7NC 1W, ,.b3 ,.in »3R »Ill tNi l.)it »213 _ T f �7l ,•� 1.333 ,a:,ff ;� w3r ,.i+l »3M ••+» t L « k F $ R a SS h =wc:.lasa +l 10 j� iRMICK ,un • m..cT »u ,,,�, i _ ,uV Vn ,Nli • »»l I z ' R R $ «IIx x k x Fi[ $ s •: /,,p ' 5 CilaWk A NPNk;WkfS M➢LWII[ aM! - - i J' W-s""ll)t WAWT j9z it ....i ✓? WIVWC CAA."S WSTN DEI R£Y ` _ ..r W+arc[.rE "T ^"1 77Y r>~d161IIr+—JKJ 1iAa w trfinlrt ArElfuk 0 )6 • 130 335 700 $CALE IN FEET LEGEND -- — cITY unelrs Q FIRE STATION O SCHOOLFACUTIES SLEMFNTARY SCHOOL 1�t O INTEHMEDtATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTiN'UMFIED SCHOOL DISTRICT STREET ADDRESS MAP 51 4� JIY f. nc�nTinti ; u. ,.v -1 � l : i • 1 .�--__1.__..l • �_ 1. I � t T ' ' J �1_ SROW1Ar4iI.YFi5l6 vi -,x .z sty L DAW M � . SCALE W FEET LEGEND ----- CITY LIMITS Q FIRE STATION SCHOOL FACILITIES 245 O ftr- E TARY SCHOOL INTERMEDIATE scmaoL xIGH SCxOOL SCHOOLS OUTSIDE b OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 53 1 f1rA'rinl,� �n 75 %SO 225 SW SCALE IN FEET LEGEND STREET ADDRESS MAP 55 CITY LvAr[S f] FIRE STATION SCIIOOLFACIIJT}ES 1O 6 ELEMENTARY SCHOOL INTERMEDIATESCHOOL HIGH SCHOOL SCHOOLS•ODTSIDE zj OFTUSM UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 55 -� w QY 2 LOCATION 11, 63 A aw at - r wrxtwr ays«u[ U TS I'il ]ib �!0 SCALE IN FEET LEGEND — — CITYLIMITS © FIRE STATION SCHOOL FACILMES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGHSCHOOL SCHOOLSOUTME OFiUSTIN UNFIEU SCHOOL OiSMCT STREET ADDRESS MAP 56 w w LOCATION 76 Q5 A �C R i� L° >Z � a FF91 • ----- CITY LIMITS 1.4 SCALE IN•FEET JJ!� 1� LEGEND • ----- CITY LIMITS Q FIRE STATION ' SCHOOL FACILTRES . ELEMENTARY SCHOOL INTERMEDIATE SCHOOL. . S HIGH SCHOOL SCHOOLS OUTSIDE rj OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS $ MAP 58 71 14 a 15 150 2n 3W 1 MA►' 3r -♦ SCALE IM FEET Y x FrQT) FV ARK Si N LEGEND 40 ----- cm LIMITS nuor aaxzi - u-zs-'f0'�� s .i' Qf FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGHSCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED `L�t{ SCHOOL DISTRICT mwcT sscs - - y - �r ti- LIN MAP as STREET ADDRESS MAP 59 7 e row Si l . ♦ AGfCD 1/r 4x 4 s _ L w ! .67 I f l i I I r„ rnar 3 OCtFGt �cYi JI:SEk3,5 CENSER we0wu.c ,sa, ew, uan es6 j I ;L 1!1111 i f 1 Lj aVCYUa 95 DD 7>f� SCALE KFEET LEGEND - CITY LIMITS Q FIRESTAnoN 1d SCHOOL FACILITIES C ELEMENTARY SCHOOL INTERMEDIAUESCHOOL HIGH SCHOOL b SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 60 1 OrATIOM RR AQ r-- --- ---------------------------- ax.EE,. ---- YX:AlJG _ E +wti 3 i . as Y ! � � 9 ;-,_,�•.y�u ,soca >j _ ,;•am•lt:g .� � � ., = z wus: .��^�i—" f-_ � � ,aWi •taaas Maas: tqe, ,ypa_ � •yw �17���R'�SR�!!! . i' cs»; ions '>mi � ?wrs wrn: � • I % Via, tn wo i y� ui•J: � 'F�`• V qq �. r �" _ .iyre 7USTtN LEGACY .il�i rte.- �;.11r�'•� 66 Ito all a z o n •uo us sou SCALE IN FEET STREET ADDRESS MAP 61 LEGEND -- — CITY LIMBS FlRESTATION . SCHOOL frACIUTIES 1d ELEMENTARY SCHOOL Vv INTERMEDU.TE SCHOOL yO� v HIGH SCHOOL SCHOOLS OUTSIDE Zj OFTUST]N UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 61 LOCATION 13,17 MAP wwuerr y(tt WACM,tf wv6lNQ w,,� �> 'a.,$ � �'+• z ii �7 } �R _ k� _ � � _$ i��3�(IR_i� iC�t $! �AER�a�f$ �.� v ,.r.s.c n.o .wiwcr tia i ..n you r •wa �1; '� i $ ; s $ $ n R $ s x - R 3" $' EL g =` 2 $ 4 $ usn .ay rw. w.z • • - - - � ^ - - _ - ^ - i _2 LL -T --- r-------------------------- wV at n rtulr a v e rISO M5 ma � SCALE IN FEET LEGEND ----- CITY LIMITS QF FIRE STATION SCHOOL FACILRIES 1O O ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Zj OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 57 LOCATION 16, 64 0 M 64 0 75 150 T15 306 1 { 3= SCALE IN FEET 16 TUSTIN LEGACY LEGEND aD — CITY UMITS Q FIRE STATION SCHOOL FACILITIES 10 d ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 63 mo w v --�--'--------�^__-_'�_�a-r•s��ay-ri•s-ra-rwim•a-�-a a��y-r+-�-ta�a__ �_- Ob^.E ue` r, t iw • � r �"i ,.+= bat' K� jwx= a 79 Asa as pan SCALE IN FEET _ .8,y a: „ 4 • ;a!�Jyy.��-y=,� � -� " dila + A 6 1 -�` ` 6 q -`� wl j , r iT ]•pw��e����_-- a ilV/N FYtD 1 MR Ti • I -kill _ _ LEGEND tau;,,,'m„` . ai► • �...� C17Y LIAA[TS FIRE STATION r ,aax• • a xa,� ; ,aw O SCHOOL FACII.177ES r 1i I � # k k p,f.3• � *ao. � � k. � 'i0T ■ < O - IIEMENTARYSCFtOOt t �' a ra,r rr as +aa: :.a,. �. aa.o. o. • "m i tNTE *AEOtATE SCHOOL ! k 3 § L "• ? 7i . ,w 1 HIGH SCHOOL SCHOOLS 00TSWE I g # t`—--___—T aaa {• { , , u ■ a OF TUSTIN UNIRED a , ,pa a, irk rao . SCHOOL VISTRICT i I .0 ar mirl•�t '�; uaa $ � � ay• r.n � nor i:E:t - t la' li 'a'a oiz� ,.,z ■ STREETADDRESS "rn ` 65 MAF 64 v LOCATION 70 TUSM LEGACY J =F= "(AV&4WA J �aawssaar�aaas_ raras:�aar�arrws as isos sas >a rr w arramoaMaa.=aarowns raaaa�ars� aa�rrrr '. o 'Ts iso Zu 900 SCALE IN FEET LEGEND - - STREET ADDRESS MAP 71 CITY uMfrs Q FIRE STATION SCHOOLFACILITIES 11O ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OFTUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 71 LOCATIom RU 7n VAP 11 IM Zb 300 SCALEYN FEET L v� 70 O 3 ham`: TUSTIN LEGACY ! CIO S ■ TCO LEGEND au a.r w, as - fl _ ---- — clry uMrcs ■ _� 69 Q FlRESTATION SCHOOL FACUTIES - a �Ar�uoia�ao�c SCHOOL, INOL a osror aar - NIGH SCHOOL s�■. a. rr� a.a ��■aa a•.. ■�a■•�■s. Baa maims ■■�.s :. a. _ SCHOOLS OUTSIGE 2] OF TUSTIN UNWJEM SCHOOL DISTRICT STREET ADDRESS MAP 72 LOCATION 72 77 • SCALE )N FEET '..e Sar Ts f.'� 4 $ � xsF�� 4► � vm � � • v.LL9lp1 Grtl1AWs �t[prs +aw m P WK I ' �mr Mtaumo raa Iia � � ./f .0 f: sx +aa Ana CIILttl7 .a,� sc s 5 $ nstvcrwuC d ,won ffi lEffis i xrw �aTnawu ,ate S3ffi EB� 1a x Y tl �i (` v n, 72 ,a am r jr < LEGEND "K nor MtrEpm CRYLIMMs s aisnnu.rarr �+'rawntwfi TS }• �p$$s w, i �' 1 - r QQ FNiESTATION SCHOOL FACOJTIES ■ '"w C' ''' * +• ([ »te igr ELEMEN ARYSCHOOL $ ® i S IN I mwr=Dw ESCHOoL s HIGHSCHOOL PAW SE40M ER SCHOOLSOUTSID OFTUSnN UNIFIED 9CHOoL.DISTRICr EBEB wo so MAP ai STREET ADDRESS MAP 49 1p 1 I—Egj 1 ww Awa +in cw.w Z $ nenraormrr A 1 ! _ � rater oici 1 i M = II I .0 220 Me scu.: m „_,A ws�om�wvc-we v STREET ADDRESS MAP LEGEND — cmIJMIM 0 FlREWATION L Y0 SCHOOLFACILMES O ELBABITARYSCNOOL V INTMWJEDYI7ESCH00 HIGH SCH00L SCHCOLS OUMBE . OFTUS 7N UMFWEr SCHOOL DISTRICT STREET ADDRESS MAP 17wlA tAt( >rDsalr � awrnww=\ .wwal Awrt LOCATION 75 VAP T t : •,,77 -PN ■a =.N1S,CLAIt..VQIIE - e _ now, It zldIt imm 77eR2 �� 1>aL t f Il.fl tAt4 $ >� ♦tot � 11th I �R tUs1 - 171st t>!Q 7ml fY .. r _ tact >aC I It 13M > tDrD a if, 7>M tna rtes. t7� lism 4 r6 'IDD 179 3W h Clem a� a Mqw m +>~e �I SCALE M FEET +xa g ya>vc1yt� S •1R tbq '7Mt1 t1iM � fact 17n7 1]Oi tp` _ mw. LK 1711113Q1 tmaVIMVIM 'DIS bmO ,ttf3 t viiia Y7@ 17g1 Sfgt ulatl ltd ttt11 g }H Q ' ,» -am , P . nc tart r 7 salt 1 t bDtL ; fAIG !! tarn i]Yi '�271Y7tF R 9111 t7ap 1178FF t701 tlatlf � 27 e— iE� awwa ur. � uywclAflt LEGEND mf CRY umrrs w" "R C FW -STATION tIDL ,,,., tni tt7rt ofe y� �' �^ n7u tttlr 1ai SCHOOLFACILiTES tsw rnt7. tsM +aa l� E _ i C yy aEME4TARYSCHOOL INTFRMEDIATFSCHOOL � � E �wr wfa ran � c3 3 � 8 /a+ovgsrmc HIGHSCI�OOL um'D�o A1.a( yy It g i y it E I..l SCHOOLS OUMDE OF TUSTIN UNIFIED SCHOOLDISTMCT wv u a STREET ADDRESS MAP 16 V a■wa►vew,Evep[ ■ 9 7$ 78a 926 Aq� !0a SCALE W FEET qW nwE ii ewi j ��■ � 1ST tbn � � �� � � �� teoq � >ma v�E � ��01¢ - roses 3� !� ��E � taw■ � tm aon . fj raan Esc.,aft � inn lifn SPR wm nm swri wue mm noc vm "m 13ett nn � s» -11� nIa tlOE '= OID �EOx Lues dME Ales PNx VIR aR +am lam am g pg Now�wm wqL C 1s R x f-M RNwR ,aaR mw � LEGEND ,� law isw n.E ----CrTYUWS FRESTATION *am . x�w■w�rwEa ma nfn nsR .u■se�ruw� SCHOOL FAMLnleS �' eqt ig� �t Fb R g ?x two .ate now ,pw +mai aor nwa yJ yy ELFMEMAR\'SCHOOL mm wo �f 'aa San tT � � '� p . g WTERMEDIA7ESGHOOt 'dr c• � a■w vE� tAR rm:z � mR +m. +ao< me .,,� � 2 HIGH SCHOOL SCHOOLS OUTSIDE nea weome ■RYc ma ,� - m.e mEx nON yyq i - ¢� Zj OFTIJSTIN UNIFIED SI*iOOL DISTRICT 4 $ ' mn< mER �r � tsa V7w ��' tm . gg E s F vEp tbw 1]]R mb nm mY w0t Eal2 mr 1AL n:n ]x1Q IIO■ v0f nM � �gpall�Rgg lalw �'w■i 1i1at OMIx gs K R R T� Uww vm ta.p n@ 1YW 1110 yy� vm aR DHI n+az ,� " R■k"rAaEAaWAVO W ]ixn �A n(R vest fxEtl nHS Vw� ' IIIa FT -1 —r STREET ADDRESS W&P Is v v MAP 'I esu x�Wy�.t4 EM LOCATION 68, 77 EDINGERAVENUE 8 77cow )) rf L i�rc L t �\7iy _ ur raw S. ..S ( 2 Baa uSr �• •�*: �"�.;1 ifs .=,. lf11I• sS ?T•f7'f'ix iTtT•t'p�:;r- nucrx+u � �---�._ _..�- �y��►;.s4�,�}}Ullwl f tet[}I° _ amn Try �` 'iDb"T7i�f.tEGACY As). a� SCALE IN FEET STREET ADDRESS MAP 62 LEGEND �•••� CLTYLIMFT5 Q FmSTAMON O SCHOOLFACILME-9 ELEMENTARYSChOOL RtTERMEDtATE SCKOOL MlG}t SCmOOL SCHOOuram= rFN 3l D STREET ADDRESS MAP 62 LOCATION 59 i r � t d .1` 1 r �1 �t 4� •♦� rr s t "b ♦ ♦ • 59 T e A. „ .♦ � a rr N% i LOCATION 71 ,'.� - d'r'F r.hit •. •7Yz•:rflA Ft9iL:' � � . _s�', i,, .x: � . 1.4..qq ti .;5 __ _ . R. ' r' - a i ' , 4' : ip�•., .. .; it E' . - � 4.` — :C ^x• } _ t � A� - CI1.17Gi- t;'!. ''i'•--'^---� ��Y�rg.�`. - �, r t �-.'` F 3 '4�,, C ,}� �:-.,, 7. �.�C �� t ca. 4. �.. .�, x� �7.� _-� `tw�y.1 �'n o� ��-�K'��= .3��- • � .s''d c .' `� ¢c' • f ' � -:; . jt of" Ns S, Ic f '��. _ el ,' _ �. �t_ s v- r • v' -u:42 X:3 s rA. ex t '� n.".,. •. F� ` s. i . per' Y. j .' a',' :;t � `\.--,. , -� •. �• _ j : � _ +'�-�aF :• ti ���"�# `�1 - NO SCALE_ . LEGEND - -_- ary LLmrrs SCHOOL FAQ IUMS ELENENUVtYSCFDOL �t WSUMOIAMSCHOOL MGM SCHOOL SCHODLS OUTSIDE OFTEISM SCHOOLLRSSTR LANDSCAPE MAINTENANCE LOCATION 91 in N 0 �i / 67 J q& 1% �i mia 67 M, 5 b WEED ABATEMENT laps g ! FMttIAVlNAyErOM � 13mt Q [ 13ef4 lam 130aa 7kR� S 0 75 SW 723 900 > C lE � rain vm "�+ �► '�' ma new SCALE IN FEET 13� Ina "ota ,amt Tit ,'� � aPK i W4 "OA fae4a �1 ,3042 , lam IM42 8011 �,a ,aWa >aNl ta01l Imft 1Ei am } lypf 13m1 ,30f upa �, UTM Thea am � >na� lana 13an y 170e �' Ef uefa y t � 13mum ,9� y10f mall i� 1� la W? - � 1lPIf � "102 t31oz '� � 1131u ,7oe1 "on qea 1,310' tali nonum ,>� ]aoas 1310101 tfpa t31m 131105 pyp 13pf Tm „fn `D "2231 wn ,an 1ma l am ,9m ,.tia a31n tam 13n1 �y- "P r,3ta rs141 ,ma taral 29232 ,3121 lint%os "la ,ata "rst MtDlr um 1 lila um 13142 p g apm nmm 9" e+mm tv t LEGEND "v1 ta,<f Ina "=.1 ,3131E .. L 13,4 "ma ria f 'i� 1Av rarer ,aa' ",St Ina � --••--- CITYLIMITS ram nme +ata vmr ,ani ram uaz sm Q FlRESTATION lam I— um � r�°01 "'�°+* °"re ALW*Wr *ME `� Q SCHOOL FACILITIES Ift" WK ,am ,aan ' "a, ,am 231st raam ,na moa b ELEMENTARY SCHOOL INTERMEDIATE uw1 # am1,33131 5 t731! '� SCHOOL tan+ + lass �'�• taffi ts3at ,aan tm1 "m s,tu rasa r38} z>� �<+ HIGH SCHOOL raamc vu4 ,31+31 r,3a4 ,wa ismi 13ae Sara soar lam $ b SCHOOLS OUTSIDE OFTUS71N UNIFIED s rrmmmlOWN ",n wer >s,ns taas s,a4 SCHOOL DISTRICT taxa poi '31'31 um »m $ suer linea m m m at WEED ABATEMENT >h 13131 f lase la3et s,sa 1>J4 13Ja 2 "mc. R k ,saet ,3le4r3aee we` ,31.4 "1a ',ala "rpt ,aaar rx* j �1 ale�c l3,u 13101 11314 1:�r 1 A ,d talc 1atl! lila 13M Tj4g 13m ism 11x4 ,3175 ,a1er ,yam ,314 ,3144 ,3NF 73N2 1714E 13N0 134"131431. ram ! ff �� f � � �1NS/ CL4RAA1fC/1UE ! T F 1 (r� l ( Qu�ffi"t�'T' �'! ""�# ADDRESS MW 17 1 ,� MAP 1 ------------ i i I l l / I T ! I �. 6VffArcwxaavenue 23W2 vm 13W2 Tv, 139MLAK >M tam ,m ,tam , :nevem w[ ,aw usw ,max yen LWA LAW »s,i um LAURE LAW V 9 -1m - s sever�ree"m arnci=T —rrr— v t 0 TS 100 ?25 300 SCALE IN FEET STREET ADDRESS MAP 16 LEGEND ----- CITY LIMITS .�F FIRESTATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Z] OFTUSTINUNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 16 4 �s mem - umQ - VAP.i ... mem uee7 � 17eoe tmn sem marl t �..,_j_„-_,i•—�- Um fff/t mmr "m 1>t7f gyp= $MrACWfAAVSM mmr assn t g g g a = mer >aem amt neer fm � fisc l8x 1117 17tH f767S ZL 4 11ef1 ,f II X # s g� . ,saw raeex 'i aa Upfwwoaa _ fuer fae7z sorer »epf flaw � um t7mf men (� ams faaz .� Nam 'm w=vtxvrEefm+sfaeEEr r MAP a MAP 27 v v (t 0 75 160 SZS 9pe SCALE IN FEET LEGEND -- -- CTTYUMITS ❑F FIRE STATION 4 SCHOOL FACILITIES d ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OFTUS7IN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 17 D Wr_js ii.1�tA , � S!YlHYlCMHSTNEET . x "A R0WM W "W ,t C C 40% f g $dV.7lNM 111M _ ego r 0 Tb 130 136 300 SCALE IN FEET LEGEND — — CITYLIMITS Q FIRE STATION 3 SCHOOL FACILITIES ELEMENTARY SCHOOL Y p INTERMEDIATE SCHOOL g HIGH SCHOOL SCHOOLS OUTSIDE a OFTUSTIN UNIFIED SCHOOL DISTRICT a = WEED ABATEMENT STREET ADDRESS MAP 26 a� �z CITY LIMITS gg i le x jfi� jl g IRf _ 0 !av! tun tfill 18]! F7/ZC =s o SIX n d as !moi! DblOFR d0E'9 um 7xmw LANES um HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTJN UNIFIED tuQA0n8nAds ���� s a t WEED ABATEMENT fiiF! iSiCE H•: H iP_ii Y �- ��too �®u®® �z CITY LIMITS gg i le x jfi� jl g IRf _ HOOT 1sM Vm V0.4 !av! tun tfill 18]! F7/ZC =s o SIX n d as !moi! DblOFR d0E'9 um 7xmw LANES um HIGH SCHOOL OLD rwr aaiuvNr e®ee 1RAWSOOLEVARD a r r r�-r ■ a r ars r #rails ■ Wlr 37 v 0 7W 150 M 300 SCALE IN FEET LEGEND STREET ADDRESS MAP 29 CITY LIMITS QF FIRE STATION q SCHOOL FACILITIES d ELEMENTARYSCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTJN UNIFIED SCHOOL DISTRICT s a t WEED ABATEMENT STREET ADDRESS MAP 29 D wM u � n � �r 71QDf ,,,� Efate 7aez { xuA: w" 174M 'br +�"a` 7441 rtes ufn @ sfaet a low 7Ng1 77SR,p f771@ 77lt 7N71 S7M a 17ar 71eO1 rtes f1s� lelmbeoan hale t f,etf OL i {, Q�} 1AOtt tfml F 'a Li � F Q 75 710 225 90D j (Stj �7 A a� 'xis, 3 .pR ,«wt wo k & SCALE 1N FEET � • 16Abelov fwr f7as1 /7]el t7ai oafs Titef t7ee/ 7faff /ten - � 'teat t,ea � iteox tfaelE Y y�7W toot 7W t ` �� � fafd Q + tsax 7s7v f4R2 faRl � �. ! iey Qgig` 7N62 iM01 its tlaaA'r A196q �. �. `j � � � � LIil2 _ i{'6411RY t1K f i ten. reue "'QD 111 119TI �fij gg $a URI f1[IAR p11K t OMNAVA PLAZA °m .oatac LEGEND CITY LIMITS ® FIRE STATION "M"SOULEVARDSCHOOL -q Tm FACILITIES a aes 140" 91InII 17 -r— »w>.W SfCAMaW PLAZA MAGUMA PLAZA SCHOOL LEGEND CITY LIMITS ® FIRE STATION "M"SOULEVARDSCHOOL FACILITIES a aes 140" 17 -r— SCHOOL s T _ E INTERMEDIATE SCHOOL a 14" f� MACY AW TMsl HIGH SCHOOL fl t7r rn rs SCHOOLS OUTSIDE m a '� 1m 17o t7s tta ra =91opomWe t] OFTUSTIN UNIFIED �! a r• tts f73 7w to fee lac fa7 tts fee tea rn +� rn na R_ 8 8 A 8 SCHOOL DISTRICT —`^ ' / fat 740vl 1e6 �i 7AtOJ> 1tle s 7a Toe +m toe NI • yyyyy tab to N3 1eo fes pb to >$ leo m m m fa fen yes on tx kARfloD,e fee yes fm tat ne m WEED ABATEMENT tAi]I ffa § TY tea 3i f+a in 77o fM t/3 w to tae fa7 to g 1f7 aa�xbam xAwl sa/rP int 176 tat 1t3 176 >$ do fan $ i. tf0 ftp tat 174 in m fp fp is — ! � t7a is t>9 tl0 m f7/ tf° t71a 7tn f76 7fil _` dx/M5 ��� r♦t'�T STREET ADDRESS I l"1 (�'i r MAP 34 v v D MAP :7 F I 1 ! f t t 1 1 i F 7 1 1 t } I ■ gg gg _ gg g r uen iD k VL / 0 73 150 =5 200 SCALE IN FEET LEGEND CITY LIMITS asht FIRE STATION g I QQ ELEMENTARY SCHOOL gg INTERMEDIATE SCHOOL Nlffjp 1RY iD k VL / 0 73 150 =5 200 SCALE IN FEET LEGEND CITY LIMITS Q FIRE STATION g I QQ ELEMENTARY SCHOOL INTERMEDIATE SCHOOL Nlffjp 1RY SCHOOLS OUTSIDE OF TUSTIN UNIFIED j SCHOOL DISTRICT >• WEED ABATEMENT son ncrra wAr #near caner m"W = pTY PARK pTY PARKT� urn ��lE�1Y�111■W�rrli `-42 tp1 yAS +ea 71fsmg autev. Ipv It g ? � S $ 8 gg § j 7bS1IN PARK +.lo/ i x fJT2NJA9Nf i�' »fal � r 7x21 y� as rsra (� Tasm Iva as i 10.. "um IIIIY ,art iD k VL / 0 73 150 =5 200 SCALE IN FEET LEGEND CITY LIMITS Q FIRE STATION g SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT >• WEED ABATEMENT ��lE�1Y�111■W�rrli `-42 iD k VL / 0 73 150 =5 200 SCALE IN FEET LEGEND STREET ADDRESS MAP 35 CITY LIMITS Q FIRE STATION g SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT >• WEED ABATEMENT STREET ADDRESS MAP 35 IW 2111 a. JpAW TA'p 14742 isle e ,�,�T�' .0 4 tM1 Mmz - tip$ 17eGi d�' /`♦ ■ 74bat um St 1"4M 14M2 14M *Gm lumen t�Rt I 75 150 22 300 ' son i� 14M mmi SCALE IN FEET isai�u t4em 1"m e 14M 1 hest t*u 1400 'tea qyQ HtIY >� linx t4s44 � Henn '�' t44q Hee leR= �4 �♦. t Hep l on MN! ET 14eta Hee ,('.a 6♦ 6 t Now CREST dam`° y7♦ .�� tai 'Oft ■■■WS{ 74102 gs jp� LEGEND tai — CITY LIMITS • > QF FIRE STATION ■ • um ' SCHOOL FACILITIES ELEMENTARY SCHOOL r� >7 INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE ntvm SOULLVARa Zj OFTUSTIN UNIFIED SCHOOL DISTRICT w t� WEED ABATEMENT W rar� S JQSE N STREET ADDRESS MAP 36 rwo .we u D mw w a{D atM+N ttaaeW,10 � � �% w� ■ a ■ r � i ti �� � ■�' anwnenv ime+5soa.Q+cuto taw a 7 7f1SlA! fiHaGf/15 OFNTER M n�rxf5 twwa ,veuc � q'kl3m'� P.td4RS S17UAAF ? — am Atl ""' ;O Aai S Rlal yy 1DtA taia �`�' it ■ (— TAR96I1 I7IAAE/f4116� ` P k $ ,J@ AN t7� mN "yQ �} REALiGRS F Y "mt i Z ,� 191112 < 1304 ,]Sa � ji�+iTT#i�`',}(^'1i� Txt ,RFttra � tam � as � � � g "'►at, Lo'� # _ � �F gamakin n"V!n [m via taor �` k1` #t too, im cr/nr vaesrcum smeer III -a um ,, m: g 'Or+ twu u«c �r 'pas 101 14V S y i1Ttl IRL" ta7n $2 tvz ws +su "x1 ,step "an rap ,mN wer ` s 1a1a 902 woo taea. ,a,a $ @ yt taNa Taal fNN *"zo . "at um 7Re0Y i a� 13MSN7 a$ Ulmiflam tJt7! s 3 24 YANM ts,a N E Y ta,a fs41, tsln nw 1a4et ,awa z pqa aw $ ,1e alae _ ""' $ $ ' 8 = taps "nt map r4ft f RRYAfi AYlNU( IW 44 - Ti 15D= 900 SCALE IN FEET LEGEND STREET ADDRESS MAP 37 CITY LIMITS QQ FIRE STATION 4 SCHOOL FACILITIES b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT = WEED ABATEMENT STREET ADDRESS MAP 37 J 10D1 ;7001 ,eou 13011 13012 13m 1707! t1;M„O7 7Nr 13071 _ —'- �°" ,P �1701@ 171311 tlOW J061 !7002 Mm 7J001 KIVO 7IRV 1073 ' uoe2 ,3ot Tim f7012 ' 7707! 17w1 t7m2 ,7077 N 00 75 150 22.5 300 13001 8 +1im 4s s & £ _ 13m nou31p, taoQ ,7oe SCALE 1N FEET 8lara.HCA w.v.�cgg g 1 3101 l3 R R 3 ,ire m",x112 ; so m t■ Ott t vm1N 1Mlr 1012 d ,7112 tat tC 13W tsn ,o n ow %W , /31Q +m 1� fY03 i71p ,7202 ,>= $am tl /*MM 1 ,72fl ,IIli 1>tt{ 17212 � . 137Y 13212 1007, ,>:a - dar" 10mm-71M1f021t72J ,1., LEGEND 1s9ft Oft 110,0 CITY LIMITS _ _ + tmt _ a= © FIRE STATION # um Ina+ax 17an % SCHOOL FACILITIES ELEMENTAW SCHOOL 7mn, ` 13os INTERMEDIATE SCHOOL HIGH SCHOOL K"1A"' SCHOOLS OUTSIDE 17002 '� "'� �! �C � OFTUSTIN UNIFIED + xu31 1ar2 „ t1 SCHOOLDISTRICT ,n7t lam ,7a1 umt 11371 ,a12 17372 t 0 ra tan, mm ,c71 t7an � � m m m m WEED ABATEMENT 11701 13711 1711 ,77Q tVh 7701, 11132 17711 ,3 1702 —um m 13M1 13112 s3C1 ,sn2 1710! 7a•n ` "4 As, �"S4 13x1 13�r am ;arms 1ala, Oltll ,aw Atli Om 7�� 33M ,3/w R �3100r v1n 1w ,aul ,sw, nw, Af10 731q I— u7MOx i71�i 307 13M Ism ,31t g §STREET ADDRESS 1302 ,3171 ,7172 ,7Q1 MAP 38 1a0, 77010 1.1001 ,3102 73001 �� 77002 ,3101 �,ID07. wr w >3aa w,F: u D mo st 1 1 t I I I f I 1 L I IS �/ 1RVMa0 a.EVARD ■■ m im "� l 0 m a a Now bon _— aaw= F a R S 31 V • L ' a "m a6blestfae I�' 7F Ct - i IfAoOf 'f]Ctl2RS' ideal ��4dma13 Mo �s 75p 225 aoo mta bam , SCALE IN FEET i70r'Rg` faai Oma! nat ONIww 7adr. I= I *Ium Ulm sm ff IMS 13M 77m 1 1 1 a 1 9 I bra mam F s $ a 4aH7 ma 7. lom ""' _ ff ■ ba11 smn vlm vat 'aw gsA(a�w =64 mmm" ODOM a %I M ## 7aar til! tiNr v17t F :i !i A ma 77� 77m # 7am 4aw lam i]In lam a It st A bat lame ma tarn lam txl* lam ow am as ` laol lam tam 13M bam rramoaw Q � gy¢ � t`i lam f taR l7rQ laht 13 6@ 7wn' 7M61Ny�[ 776% {Wg uvz tm. SSmu CITYLIMITS wml[aoao+o m lam �.,[]F FIRE STATION am Tan b ^'a 7 'affi �' 7� d� SCHOOL FACILITIES n®7 k lam 4aaa • lam >moa >asz ' 'e ip „w. ELEMENTARY SCHOOL mm >mt wt ■ »am ba4 ;� �+ INTERMEDIATE SCHOOL Lum esu 7aM1 3 'q7 yr HIGHSCHOOL um I >ssis tm61 ""' '"ax't` '�a 4 or SCHOOLS OUTSIDE a b7a im R b OF TUSTIN UNIFIED >73m7 lam l� 7 & x 7jp0r 'a+t �' '4► SCHOOL DISTRICT �' 7a7ax tads �i 1a7� aa4. � �Y � 7aat �. ,�� 7a[ WEED ABATEMENT a�' a 2 9 � A a �' 7aeot vfa � 7• & � A' 7aatt ralr aR � ayl '� ! WNW WL roan ■ mg7i la7 atw taa b" t7,a�11, 4340 m4sav aaa STREET ADDRESS My ""VOW MAP 39 No46 i ul a� 10 E4EI' 1n m M4lk47Af 1q LIAM les as /a 170 1n Vo 7n Im 266 2m 216 m 2a aro �O m to w Im 2MA uo Aram10 kp iK 1p 1� 16a 3w!Al ,m 7zvlxarrnw# IDG 1'0 u6 /ea 166 PARR 1n 1n 166 r70 176 170 176 17a 1m # va 1w 12s 9 17f roo Mub aaigi 2=M s76¢r ol�l cm LIMITS pp FIRE STATION LIAM b ELEMENTARY SCHOOL am INTERMEDIATE SCHOOL 2aa are, QR 7W W g ala sto SMOR CMEW s1a Zn 290 am 22a 27020 uNww >� 2w D)57MW>m j 2O ImmA6RT - - - ADUWSMAWN ago t�si j aaa 330 �� an an 340 3Kir , aw a16 i Sb LE pe FR£SBrff7d'AW as ,® Ltp/RY7t� MAP so v D 75 1 '0225 3W � SCALE IN FEET LEGEND — — cm LIMITS pp FIRE STATION LIAM b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OFTUSTIN UNIFIED SCHOOL DISTRICT 3 � Ny $ # # # # � # # # � # $ ;3 � s7a as a sm M. 4p AN ++o y g .ne k 7mor an 40 445 �` ev 4W 1111 j(b OSI $ sm 420 g vv if ii 666 666 M6 ¢ aat w_ 016 $ am 666 6w stat pg $�� ##�rRe# 1•it ex ow so aa6 eao G Ish m an ma 4 we an aas raa em s7o zs bw ` � E MAP so v D 75 1 '0225 3W � SCALE IN FEET LEGEND — — cm LIMITS pp FIRE STATION SCHOOL FACILITIES b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OFTUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 42 vls a aea aaa esc as au .N xn LARW =JANE ax w am as +w 0* as a" aaa w as a aK on aux MI IlfFEgil3ffi I$ mAa11�K tar a qpm boa A 41%b m ww i M 7AA07 42.dw � � %- .,5 BW "' WSW PLvl POST omcr x"10 Ta �+sair pes s a� � 2>s4&1:ka�a ara 1W )Wma1gnm FLAZ4l 216 d _ aoa 7JGat7trIDY PFOSPlcr AvawE 11 # rr a � � �p yy pp ffiT6 � IT; j g A; R 51 A l 7J :f ua a g S S E� 11.ChINN0 N9A4 Qamm fm v v a 76 150 225 300 SCALE IN FEET LEGEND — — CITYLIMITS ❑F FIRESTATION SCHOOLFACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 43 of y I s TUB= MGH SCHOOL 00 7aISD 226 300 � SCALE IN FEET LEGEND uel6cnann6 — CITY LIMITS QF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL +� oR vls tan loos n0k INTERMEDIATE SCHOOL SLOW l w 1312 � ras 1x1 >� � UL � HIGH SCHOOL laa r1q a i+ >� mtorou SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT atta7 7HC tX3TT.l4ES est soave Irlr lalac Im a +an a n s a WEEDABATEMENT fan ipe K M2 1a61 t76o !Oa am � m/ 7RA0i 1a1 _ _ jw I tee q tm >m MIX 3 mm PME &—� — 7REF PAW I 11x moa vrmAW6c tea J R= >� >� STREET ADDRESS �y�Av MAP 44 rr-1 iTrrn mrn rn= rmmmw 45 fTITT-I� P Csx4 ]WO hT D MAP 43. • _ 'NflMKN!'fAVEeRR i/,F A+5 100i lrr7'hMT",.. l0ID NiN Di IOM L�JIO%ER 100!16 /� mu all Imlvx� wrt �� `K +ung mn toys rr�GE >rs�avlou- 13602 WR 1061 IMN 1061 N.OL16 . IOn 66^82003 pq sRgee � Kim con � 70R VT 1f� 1t /ae \` na na 1111 nao ma 10� 5 oswas mar me m ' L19 CAilPA7JtiS �g T I s TUB= MGH SCHOOL 00 7aISD 226 300 � SCALE IN FEET LEGEND uel6cnann6 — CITY LIMITS QF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL +� oR vls tan loos n0k INTERMEDIATE SCHOOL SLOW l w 1312 � ras 1x1 >� � UL � HIGH SCHOOL laa r1q a i+ >� mtorou SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT atta7 7HC tX3TT.l4ES est soave Irlr lalac Im a +an a n s a WEEDABATEMENT fan ipe K M2 1a61 t76o !Oa am � m/ 7RA0i 1a1 _ _ jw I tee q tm >m MIX 3 mm PME &—� — 7REF PAW I 11x moa vrmAW6c tea J R= >� >� STREET ADDRESS �y�Av MAP 44 rr-1 iTrrn mrn rn= rmmmw 45 fTITT-I� P Csx4 ]WO hT as urr tim zr MAP U v �D `rs O 7-5 150 22a; 300 SCALE IN FEET LEGEND -- CITY LIMITS Q FIRE STATION , SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE jj OFTUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 45 o MAP 40 wlr at 'i - - 6RYANAYetw16 - ;,M $ a WSW 6 Y s lL cAMmO RE" %%)SANTA ANA FROMhY IW « v 'Cy il 7� 160 225 300 SCALE IN FEET STREET ADDRESS MAP 47 f LEGEND �•••� CITY LIMITS 0 FIRESTATION Q SCHOOL FACILITIES b ELEMENTARYSCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF UNIRED SCI{OOLIDISTRICT W M r r WEED ABATEMENT STREET ADDRESS MAP 47 0 75 150 715 300 SCALE IN FEET frsraai7e�io aaaimmsw.aawwaam ■ I i �vncE —N JNNmLjLjLjR-= WSM PARC PARK V L . ■ - zaa p am sits" YM81 IO YS s' 'ams Ys tear mmysPEY Mom "W w &:t Et a NOW 'm0' 2 # LEGEND ift=w "m107 Nowa . x ,a e: w ----- CITYLIMITS uw law nea in OF FIRE STATION v"' ROBERT +eon %W sa 'g as ! 8 ""7010 SCHOOL FACILITIES o uvea w _ �� �� nsr mw g B 8 w a"a' $ � � rEcv / ELEMENITARYSCHOOL u p asa WIN s 8 s oY u a Vila ,� ,W e� ry �R HIGH SCHOOL SCHOOL g 8 rola ,sen . S s u w et Y fi = / HIGH SCHOOL SCHOOLS OUTSIDE • a 8 E s g 8 Y a 8 PIFIED mamas *War t b SC OOLDISNTRICT WEED ABATEMENT WIC M D STREET ADDRESS MAP 41 w�w 0 75 150 =5 300 --G I i SCALE IN FEET § gg� aOEtT g �, its" gg two 18142 40 +rte vgar w■ ! ! asRu 424ROS s AVERS �,esaa fwf w � +moi raft . ,� sJ t� � sy � � �'' ►s�■s■a�s■ b ° frr ff17]ID fis� �° grr3gll3dz� f ! is= trot ®III ,ew 6Z frr C 4f $ 3 s1$ s`Y. fosr p1O 107i taut ®® ®® riftt41$Cs$ dse:g fr sr e ��srxlaw � frac ®® ®® S g _ �,� : !! c / t siuvt s ns am LEGEND to= m i y CITY LIMITS s 8 y � q $� mm#�� ! �^ ■ ❑F FIRESTATION �°`"`_ ! / ■ SCHOOL FACILITIES fr■ ® y i vm �'+� I yaA ELEMENTARY SCHOOL Muff8 g /% vavm INTERMEDIATE SCHOOL ares EB / / HIGH SCHOOL ■ p W W R 145 j, Pomwj / r SCHOOLS OUTSIDE SO EBEE SCHOOL DISTRICOF TUSTIN T • �— _ _ ` — ®® ® ®, J/� m m m m WEED ABATEMENT . IsR657COSTw NE3APHlCWAY mw so MV 42 STREET ADDRESS MAP 49 .J L KV 41 1elb f1eeQ L 0 75 150 719 900 as SCALE IN FEET sm sox I azo ax, +oc �---- sn ¢ cAMW wo = 4" CAMS ot «• sa 90 »A 4AAk as x i ,aeo, efilliffill i=t teen ,seeo mea 7m d rA[fa�t1 MtAev ® LIE ®® ,sr �j� ,srx *sen ,esea uoee pec ®® ; I "x"'n � "°� LEGEND gp ,eso¢ CITY LIMITS FIRE STATION COO"i0 SCHOOL FACILITIES nay PAW �Ts Sq O ELEMENTARY SCHOOL ,eea ismaatWit Ism ;Z;- usa 'OftI� max ,secs �'� �s' , INTERMEDIATE SCHOOL c Mn amm.a "W"WNetie ,sea >ee,t um'rn mr , ry � Qy 77c1olIA HIGHSCHOOL ! ISM OWE me»-11860�= ,m taa law 10f" '� xxxae ,7� $� � '�¢ SCHOOLS OUTSIDE t � 1°s'� ,rn Eby � � �j OF TUSTIN UNIFIED A gg gy "'� 11ie g. SCHOOL DISTRICT I ! R R teeso-s msn ,seas iaat ,eoz nssevF ,y. Q 4'h an"teen ,ssa: '� 1 'SM < '—ism- Iva rasa ,sea Tws mss% rtp e m m m WEED ABATEMENT man miae ism ,sasz xsea ,asst � �� t I m71t N7H ,efq mm Iva T' 'S t, ! �resuutp oaM' `AAtWAW >ma man ,a7« ma+e Ism ,rsr,s tma n g j AMR= - I emaum K& T r 79p was wore w..a v STREET ADDRESS MAP 50 71 1 y w WALNUT AWNM 6eg6��� V 0 75 160 725 900 SCALE IN FEET LEGEND ... — CITY LIMITS D FIRE STATION SCHOOL FACILITIES ELEMENTARYSCHOOL 14M lw� trot r SCHOOLSOUTSIDE x Ll i10tf' 14M WM t4= w w w WEED ABATEMENT tte6Y Nell SA1f1 14M 11o7i Lwa two Hoa /ww f10a twn fle6cs c�s1 � ,wet fovea 1wn ,.� ,wen 116n caa7tz y� ,.ontats G 14n II ,Sam 14M MYY "m 1,m ,16n 15/1¢ twn Saa nkat 24m,aa tar tan 116 tam tar ,mY s1,n Htu tan tar urn t1m >azs f11Ye tate f«9: 1aa 11Ln t1w1 y rola yam, � tan 14W tam MEN ow S11ft WALNUT AWNM 6eg6��� V 0 75 160 725 900 SCALE IN FEET LEGEND ... — CITY LIMITS D FIRE STATION SCHOOL FACILITIES ELEMENTARYSCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLSOUTSIDE x Ll OF TUSTIN UNIFIED SCHOOL DISTRICT w w w WEED ABATEMENT STREET ADDRESS MAP 51 o _ Flo a � ilii ilii sit foilIasi r �. ©�EY % fill AMUM agog pro �eeao MbU9, � ;D (?p o �s� SCALE IN FEET LEGEND — — CmrLIMITS Q FIRE STATION 4 SCHOOL FACILITIES b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT a _ WEED ABATEMENT T:m Ea �� it Ili o _ Flo a � ilii ilii sit foilIasi r �. ©�EY % fill AMUM agog pro �eeao MbU9, � ;D (?p o �s� SCALE IN FEET LEGEND — — CmrLIMITS Q FIRE STATION 4 SCHOOL FACILITIES b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OFTUSTIN UNIFIED SCHOOL DISTRICT a _ WEED ABATEMENT STREET ADDRESS MAP 52 .� V / I 1 1 1 J I,- �71 4 ul �Rono >W r>s 6RONRONO AVHlJE (3 0 75 750 775 300 SCALE IN FEET LEGEND — - — CITY LIMITS' OF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL v INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE 2j OFTUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 53 **`�Yaa�yaaaaae=aaara " ;*+`a �la,�= as �� as ••' STREET ADDRESS MAP 54 A•:b -wa - Al .�g�iRp11GNR�Pb } �� 5 J I U 75 \ 150 =5 900 SCALE IN FEET 1RIOr Aw a JI a 'akr s t •�� Of r LEGEND *oa ! --••— CITY LIMITS ® FIRESTATION `D q SCHOOL FACILITIES 3 b ELEMENTARY SCHOOL I INTERMEDIATE SCHOOL HIGH SCHOOL 7mari ° f SCHOOLS OUTSIDE nm [ b OFTUSTIN UNIFIED JJJ SCHOOL DISTRICT aax � avo r m m = m WEED ABATEMENT s 1 **`�Yaa�yaaaaae=aaara " ;*+`a �la,�= as �� as ••' STREET ADDRESS MAP 54 A•:b -wa - 71 V V wlr eo ins■rt(■r r ��rrrr� IJI ' I I fe■f mw reJIM4 ` 44W ! ■ < m 17x7* t ■ i !t5M ume T=23/�j/ ■ ! M 777to Um i, 'Ifs wl � .m2 . tt]!f ARROXY O f} ■■ MLL46 f714rms Van SII` may, 14. ■ ! <Irm { ` =ADEMn Date (t 0 76 130 225 900 SCALEIN FEET LEGEND m m = m WEED ABATEMENT STREET ADDRESS - MAP 55 CITY LIMITS © FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE Zj OFTUSTINUNIFIED SCHOOL DISTRICT m m = m WEED ABATEMENT STREET ADDRESS - MAP 55 D YAP 8t aJ t 1 ► C L,J i i \ i/ I I E J l� i � '` WALNUT AV6nUE steer rtem rtair +wsz p +w� rw�o PAlK tt rwn s 14m m 1.0m xam ��yjqtta pip 1 � mm /41A 3i2ta RiT rwn 6 1484 14" rwn gp y{ 14M $P8 2'11"131 steer rws ttea r,� D 73 750 125 ADO ran mat rValm PLACE N An � SCALE IN FEET AACILWA YAM MMr m�oDt ssers s+eee ! s weeoaes 1wm rr� rwt eras 11tr rwu real 1/M rwn hear u� stat uen rssn wt wee �w fwd 14ea 10Q 907xwl lim son s+m $sets $44a 14M $Am PLAZA „br rten meet 1wm wn� essm $rasa $ rwt awn 1wn assn rsen tweeIs rwti "m 7MM aum wtII um um 74n rwn 1wt 1wn so + rtsssx ss>mrtt� ILLLf aq an rrna ants 14A2Etan O rasa sera um atm g `14m arra D 3 1Ri1 ra]2 iaa 14M A r�7]f ram W i _ aYCAMOREAV� LEGEND i a ' � —.-.— Cm LIMITS rtre: § s_ rtes F FIRE STATION F a>e¢ Q SCHOOL FACILITIES err�.nr tsve� srw« tArc b ELEMENTARY SCHOOL CAROM sat $ ?I ?I s A.G. CORRIE THDFAUX¢ INTERMf�IATESCHOOL r {�� HIGH SCHOOL rtez _ S SCHOOLS OUTSIDE Cera 14M OF TUSTIN UNIFIED DRAM tear � SCHOOL DISTRICT r+ps g ran 1 1 m — — - WEED ABATEMENT T numllo � �'� �LE X00 � � . mw u MOP j �- _i -J t 1 E( 4g NF.Lt WALNOrARENW r! f gi 711p u 'Nn •+� �1l • AH�TIp10 NNPDa[ Rm 7E:: I + NM1 - 7TM? i fM* M6 MUMK a�IL CITY LIMITS W Mam FIRE STATION g um V—a INTERMEDIATE SCHOOL Cs13 SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT _ = i WEED ABATEMENT un, MAP 57 SMNNM Mal 00 76� SCALE IN FEET LEGEND -- -- CITY LIMITS Q FIRE STATION g SCHOOL FACILITIES ElEMENTARYSCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT _ = i WEED ABATEMENT STREET ADDRESS MAP 57 Ito MAP u r� 14 z" t" 440 745a wa 4 '�. �F" 14"1 MAP 54 0 7s �w � aoo SCALE IN FEET LEGEND �• _-- CITY LIMITS Q FIRESTATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OFTUSTIN UNIFIED SCHOOL DISTRICT >� WEED ABATEMENT STREET ADDRESS MAP 58 -.J g wAg=b.ea : `- �1 ��qur�v�'"� ♦ 1A VY OW AMM 4� tum TmoY alai ?R 477 ayes 600= 8111 f"W 4.MI1 .• s-wm #W MWAKJ nowt wr a v me k v } 8 73 1 W 325 300 SCALE IN FEET LEGEND —I---- CITY LIMITS ® FIRE STATION SCHOOL FACILITIES ELEMENTARYSCHOOL y C INTERMEDIATE SCHOOL g HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT m m m m WEED ABATEMENT STREET ADDRESS MAP 59 -U w v { \ - - ♦ D .. .. MA_ r N ', CITY LIMITS oarca,wsswn,ru_swu�o�ww FIRE STATION / t� ELEMENTARY SCHOOL i iy/ i //X//J►/<// a INTERMEDIATE SCHOOL 'A del SCHOOLS OUTSIDE *� sk / OFTUSTIN UNIFIED SCHOOLDISTRICT a WEED ABATEMENT i I i / w / I s PATM � S. 1 • s I ` / /' ell 110:4, ' / % ` . Ytil l! a IDMOfiRAVHi4! gq gp ssc scianuri o�nc ra>, ism Ism I/ / / / / , ocmxi iiii ! � moi//iii /iii/ i i iiii' 'a � � AVENUEMAP a 0 sum PC ow,s teas ,nas mm Ism ism o 75 150 225 3DO � SCALE IN FEET STREET ADDRESS MAP 60 VAYC !yS u LEGEND — — CITY LIMITS QF FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL vv INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OFTUSTIN UNIFIED SCHOOLDISTRICT a WEED ABATEMENT STREET ADDRESS MAP 60 VAYC !yS u .. � O&W ABTA MESA MCMAY- 3171' Q° RL91N — — �• — — — — — . MWOH EYEC7AOWS l H01 O 15D 225 300� sns SCALE 1N FEET t j} 7X6W CAMWAY BUSM SS PARK 'g 4t 1Is3 Hee sn 1tM � AA/17 � � Heb tM7 f:IIIIRY GMQ[ Sp 1Yee tItl 11N 1183 Y01 11'73 1176 im it" � jj 1 N!W uon+c lux ft LEGEND --•. CITY LIMITS 7AA� trv17 € 0 FIRE STATION toYT tsaz SCHOOL FACILITIES e°m iOi O ELEMENTARY SCHOOL vel A V 1NTEIZMEDIATESCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT s arms »corm t LOT 14M sw "a WEED ABATEMENT 14M 1w 140 1411 Am i I Hoer tar �u��77P! torn 7$(Qrmr tors? • L.�_._._._._._.�_._��._�._�. STREET ADDRESS MAP 65 v .. gaSi aM1 u molp sy T-- ----------------- —imam uiw� Inv" g Iml if! um rm P11111 W... R- . i , I. - um ,em! �Kwau s„vFr ,mea ,01m man low .%,* ¢ ,esx ,eon .. �.e me loot s ,� am ,mm ,eaa , ,slot �j y'�Sr !SLS ,smo ,moi mm rasr mml a,aeV. T STIN LEGACY 10 tttt tiI !!!!!! tttt ttli' �• ! !j of !! ttt !! !! '� `♦ '� ,a,as � tt II '1 YAllNgAAVENU! ' e. s MAP . 75 ,w 215 goo SCALE IN FEET LEGEND — CITY LIMITS Q FIRE STATION 4 SCHOOL FACILITIES b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OF TUSTIN UNIFIED SCHOOL DISTRICT - _ = - WEED ABATEMENT STREET ADDRESS MAP 61 a 'F 0 76 730 725 300 SCALE IN FEET STREET ADDRESS MAP 62 -, v r LEGEND E r tt �► Ir 7!l!!}t )ll ## i� �,# i,. ..lt .. 3 �...� CITY LIMITS I FIRESTATION *+r Oi SCHOOL FACILITIES r v ELEMENTARYSCHOOL INTERMEDIATE SCHOOL r . HIGH SCHOOL II} t b SCHOOLS OUTSIDE OF TUSTIN UNIRED k TUSTIN LEGACY 1 SCHOOL DISTRICT S WEED ABATEMENT STREET ADDRESS MAP 62 -, v D ----- enoxa�e.vawe m STA170V Et07sr"� 3DD jf SCALE IN FEET TUSTIN LEGACY LEGEND a CITY LIMITS �D FIRE STATION 4 SCHOOL FACILITIES _ b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OFTUSTIN UNIFIED SCHOOL DISTRICT NK ww s m WEED ABATEMENT STREET ADDRESS MAP 63 me w v MAzc wr n E06i0ERAYENf� 22 S 1 +no1 f txt >2n S uas $ $ $ f m = e 6 eanva vc `� anal W. Im $ ill 116ssi3 ssio fw1 Q �p ffxur uti ma $ $ tws ■ tomm WY. 1460 fqs an fa>e vm $s $ y� >s Iles a low n xa >� 1m1 i pp sf Igo `f amI S lo* i; K CLNK WE tleo ! •b 3 i21 101] �a 1pa fm i�Ci am tOCS IfY R �9° lm y aft 670 tOQ 'RN*3AV 6@ IO f N II. sas _ U17parmat �ft�� � v 9i 0 7s iD6 au aoo SCALE IN FEET LEGEND — — CRY LIMITS QQ FIRE STATION q SCHOOL FACILITIES ELEMENTARYSCHOOL Vb O INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE b OF TUSTIN UNIFIED SCHOOL DISTRICT WEED ABATEMENT STREET ADDRESS MAP 64 1 � 04 7& 150 225 3W a ` SCALE IN FEET MOPE I ( J LEGEND f - CITY LIMITS Q FIRE STATION g SCHOOL FACILITIES yb ELEMENTARY SCHOOL TUSTIN LEGACY INTERMEDIATE SCHOOL HIGH SCHOOL j SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT j m m w o WEED ABATEMENT c � r ,ewe _ g STREET ADDRESS MAP 66 MW70 v . 0 76 S W w .100 SCALE IN FEET TUSTIN LEGACY m . LEGEND ---•— CITY LIMITS ❑F FIRESTATION g SCHOOLFACILMES va ELEMENTARY SCHOOL S INTERMEDIATE SCHOOL g HIGH SCHOOL SCHOOLS OUTSIDE 2j OF TUSTIN UNIFIED SCHOOL DISTRICT m m m m WEED ABATEMENT . SB OFFRAHPANRAMP < gPpC aIN STREET ADDRESS MAP 68 wr n v D YM k //'i�`!"f■i'!'i`Iz!=1_._t�l=i2l2isi=f'-Ixi'i --------------- • ee i IN* ism 1Mil /i/!Jt Am au ■ f sav vpmm lueft In= mm lam t �� i +ar> >ens MR _ � wle(q � am son legs bei � i 0 75 iS0 7[5 900 *eras nems ,aw '"m SNI a ■ SCALE IN FEE f g leas & so OF IsLomm — if � wee, i �� '� � � � ■ Qy c Sao issos 3 "by ��"' rrao c77Ct�M! GPUYu t"ws Ism LEGEND � R& SUN DROWN,, •— CRY LIMITS (oe Taft m FIRE STATION ftft' +aas "'°' SCHOOL FACILITIES VAU 101W 1 a ELEMENTARY SCHOOL *tea INTERMEDIATE SCHOOL . HIGH SCHOOL � � z `ef 'aha 4eq 2000 - SCHOOLS OUTSIDE as xep ifts OFTUSTIN UNIFIED SCHOOL DISTRICT x�awca a a a WEED ABATEMENT w■■■�■:■ ■■■sws■■ we■n g g g tae ��ro uos � ftft � tt id Sf Aepe a0e �0j � �4ae � re y # �u 1°�a uatr reed ranq� � R STREET ADDRESS w.WMAV"U MAP 69 w�n,M n MAP n SCALE IN FEET a1( a Jl-I \ •/ \`\ 71 J: ,\ `\ LEGEND N\ `\'\ —. • •— CITY LIMITS I ® FIRESTATION TUSTIN LEGACY �\ SCHOOL FACILITIES _ ELEMENTARY SCHOOL • ` \ INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OF TUSTIN UNIFIED ■! i SCHOOL DISTRICT ■ i a i $ 1 t: s .raw WEED ABATEMENT j tf i 4 O.Cf.Gt). STREET ADDRESS ...,....�...w_=..f.-...�...�. .�r,.�,...�...�. MAP 70 IIP V TUMN LEGACY !. ! t t ■tom • i a ill t t t tam M M /� ttM !■ a a� i a a ww a t t 1 11 MR a+ tla M fW ttall!llttat�lt/fit■t'■■ ��tltttMtt■tt �D o �s zaa ns aoo SCALE IN FEET LEGEND — Cm LIMITS �F FIRE STATION 4 SCHOOLFACILITIES b ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE a OFTUSTIN UNIFIED SCHOOL DISTRICT s tr WEED ABATEMENT STREET ADDRESS MAP 71 .kv-.: 3 \ swaym All- ANA KANA ply 1 POIOOI " Sr. 4. 01{.100 n b Kom CT. •. W mp" LT. 1: SOUGAM CT. g t Dow VIM cr. A. OOY[ ilei C! OCCOM& SL 10. TAAOOCO Cr. 12 /iliCL i m 14 OAMCY Cr. ti M - O L C 1i. MI CT. ". OAMOLO CL. IS. mm CT. I& AUMM 004 CT. PL 20. 1AN40LA R. Z& DORY OIL DAMIKA CL 22. IVNOWWMA �AOVE CT_ jL 24. PAM CE SAUM UL TJFRD UL at IL 4Liw A 06FORISIM lumm I ►� GENERALFUND WATER METER INFORMATION Meter Number Meter Location 12726596 14241 Tustin Ranch Road 13099955 2743Edinger/Jamboree 13236437 14031 Tustin Ranch Road 13377970 14741 1/2 Tustin Ranch Road/N. Edinger 13377973 15501 1/2 Tustin Ranch Road SNalencia 15063530 2083 Bryan 15063608 2814 Pioneer Way 15367095 10093 Jamboree 15367139 10657 Jamboree 15367190 2701 Walnut Median 16999745 2431 Bryan 16999793 3177 1/2 Moffett Drive 16999794 15601 1/2 Park Avenue 17884918 Cherrywood /Walnut 18860502 12531 Jamboree 43791765 2201 Raintree, Hydrant 51120149 15442 Lansdowne Road 51120151 15443 Lansdowne Road 51932325 Dow Avenue 52987961 15901 1/2 Tustin Ranch Road N/Wamer 52988252 15229 1/2 Tustin Ranch Road S/Edinger 52988472 15730 1/2 Park N/Warner 53351199 2775.5 Warner 53351531 1435 1/2 Warner 60258142 Walnut /Cherry 60291216 12531 Jamboree 60417235 12888 Tustin Ranch Road 60417271 12563 Tustin Ranch Road 60470205 10006 Upper Wick 60470206 10081 Conv. Spray 60492186 1463 Moffett 60498433 2417 Irvine 60498454 Kennsington Park 60498470 12270 Tustin Ranch Road F-94 GENERALFUND WATER METER INFORMATION (CONT'D 60498474 13062 Robinson 60498477 11551 Jamboree 60498484 11836 Tustin Ranch Road 60498499 2417 Irvine 60498501 11257 Tustin Ranch Road 60498508 2988 Portola 60498514 11027 Jamboree 60498516 10291 Jamboree 60498524 12991 Tustin Ranch Road 60524014 1628 Valencia N. Loop 60527573 10006 Jamboree/Billed 60527573 10006 Diff./Slope 60549527 12217 Jamboree 60550240 2975 Edinger/Billed 60582293 13316 Jamboree 60582294 11929 Jamboree 60621829 2733 Bryan 60683509 13381 Jamboree 60683524 12943 Jamboree 60738952 13151 Tustin Ranch Road 60738958 12567 Tustin Ranch Road 60738960 3443 Edinger /Harvard 60896531 13702 Tustin Ranch Road 60896717 1630 1/2 Warner 60896750 16001/2 Armstromg Avenue 60966187 16015 1/2 Armstrong Avenue 60966189 16013 1/2 Armstrong Avenue 67304216 15442 Red Hill Avenue 68245831 2345 Barranca Parkway 83802863 15440 1/2 Lansdowne Road 97071954 Walnut ./Sinclair 98041008 10081 Jamboree 98041008 10081 Jamboree (Lower Wick) 334038367 Library Metrolink 2975 Edinger 32005277 1171 EI Camino Real F-95 GENERAL FUND WATER METER INFORMATION (CONT'D 16739651 Fashion Lane 75545150 Fashion Lane 35741416 535'/2 First Street 17213246 600 First Street 31568407 First Street /A 32336961 515 Y2 First & Pacific 78259457 Hall 44835013 Irvine 16871172 18141 Irvine 17205126 18001 Irvine 16329788 17802 Irvine 60342329 17876 Irvine GM (ST) 34030310 Irvine/A Street 76589718 Main / Bryan (Island) 44759637 Main Street bridge 32730945 Main / Williams 12224284 14722 Newport Avenue 60325658 Newport / 6th Street *New* 13542 Newport / Bryan 15886432 Newport / Holt 96075425 Newport / Mitchell 60013592 Nisson 33153010 Nisson Road 89345786 Old Irvine / Irvine 16601144 Red Hill GM (ST) 95898946 Red Hill / Bryan 16329797 Red Hill / Sycamore 97737729 Sycamore / NPT Freeway 16772785 Sycamore / Red Hill 206479 14841 Yorba & Irvine (City GM) 34056258 13302'/2 Browning /Bryan 32004910 1301 '/2 Edinger Avenue 47070919 Irvine W/O Newport 16784024 IRR 17th Street Across from EI Torrito 47070921 Newport Avenue N/O Irvine 17764618 Irvine GM 17497584 Irvine GM GENERALFUND WATER METER INFORMATION 17497597 Irvine GM 17497595 Irvine GM 17497580 Irvine GM 17213245 Irvine GM 13588953 Vandenberg at Enderle 32005276 1701 % Edinaer Avenue F-97 GENERAL FUND BACKFLOWS A f� j A N � R N � 0o A N � m A N W o0 w A N W 00 N A N � 00 A N � 0o oS'o A N � ao A N W w A. N W ao a I% W 00 a N W 0o a N � w m �. N W o0 N � 0o .A N � m w .A N � o0 iv A N � 0o A N � m o A N � o0 ca N W 00 cio A� N � 0o rn N W m cn N W� m .p. :. .. s � N M@ o A N � 00 g A N W 00 g A N � 2 �i A�ME N W ao c:n a 00 v .p. 00 00 A N �W 00 00 m is 0o 00 a � m 0o m T m W am am�m �cn��cn�y mmm _ _ cQ R^ P. d CD N N N o v CD D CD r� Rl Ro R,=_o_op_' = O N CD 1 O O _ O .Z7 (D r N �I R� Jam. a C<p C<p N _ N. N N n O N N N N C7 'O cn Z7 O d O N lD W Z [�Tl t00 O _ C') � O j m H a w f/� .-C7 m 57 _ C- e= _ O Cn = = nL N = _ _ _ _ _ '• a = = Ln 3 = m = = m Z O .C+ CCP O N w ._-' a O O; _ OR n t1 O. O � O. 2 O_O. 3 (Bp O O Cap �B y, =p �B O W� N m N E3 ire V1 CSD O R p' CD O Ci = � T N' m N � O CD N N � N d O � N Ci _ Ci N G1 N' N Ci G1 N .=i CD Ci = N' = d N Cn Gi = Gt' = .�- a d � D d =S o r CCTD a lD �' � D C CD O _ m = d GD < C�pp N �. m CA �• CD N O = O _ O _ O _ lT � _ GT O O .+ N .Z7 C<D CU f N N O __� m G�dD N T = G = o� m d O 3'! O .d+ CD CD — (D O (,.) .Z7 N O O UJ d� _ Cpm 2 N Q �C p_ N SEP Cq �_ C� Cep Cep p0 m r not C ?• _ N FiTy'-•. .-. _ y' _ o O m 5- cg c� c� = C7 = 7. �' o S o. m O m co _N g H .Z7 cn N D m cO,W.a co a �i m 71 m z ny�i y m 2 O 2 m � o o � n� a m mmmm mdmm- Lmmmmmmm ���mmmmmmmm3 n a c¢i cpi• S 3' > > j�< ami ami chi s 1 c� c� �i • S o o o o 0 0 0 o G7 -0 -0 -v -0 -V -V Z7 -0 :i7 � .Z7 � '� .Z7 .Z7 .� "• y � � � � � "O ,O �J �7 �7 ,Z7 .Z7 N N NfN� GT1 Cl1 C.T1 CT N� N� �CNT N N N N N f.�l U� U N N N N N N N�� N� N ti �i I7i v CTI N N Cj Vel �9 cNcTT x!L9 v Svc OD fCJTo fOTD r_ GOTD Oo N Ob OD O[r V V 0o fg;Z OVOD CND W CWJ W W W CT it O O C7 C7 C7 C7 C7 C7 O D O D C7 C7 0 C7 Cl Cl C7 0 0 0 0 C7 ' ' 17 Cl C7 0 C7 C7 0 C7 C7 C7 C7 C7 C7 C7 l7 F-98 ATTACHMENT 3 Mariposa Landscapes Proposal (General Fund Areas) M A R I P O S A L A N D S C A P E S I N C TUSTIN BUILDING OUR FUTURE HONORING OUR PAST CITY OF TUSTIN Request for Proposal for Landscape Maintenance Services for General Fund Areas Due: Tuesday, March 19, 2019 at 10:00 AM 19 CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., IRWINDALE, CA 91702 *TEL 800.794.9458 NFAX 626.96008477 www.mariposa-ca.com Ottr Core Vahies — Safety « Teamwork -, Quality • Integrity ORIGINAL M A. R 1 P 0 S A. L A N D S C A P E S I N C April 17, 2019 Christine Zepeda Landscape Contract Supervisor Public Works Department City of Tustin 300 Centennial Way Tustin, CA 92780 RE: Landscape Maintenance for Landscape & Lighting Assessment District Areas and General Fund Areas Thank you for the opportunity to review our proposals for the above Areas. We believe a true partnership has been developed over the time Mariposa has provided services to the City of Tustin, We are looking forward to continuing to meet your expectations. When the Areas were bid on March 19, 2019, Mariposa offered a discount of 2.5% if both Areas were awarded to our company. Following the interview meeting Monday the 151h, Mariposa is willing to proceed with both contract areas for an increased total discount of 4% from bid forms submitted March 19, with some conditions: Both parties acknowledge a level of deferred maintenance exists in many of the General Fund Areas. Mariposa intends to bring these areas into compliance with specifications and deliver on expectations of a positive image for the City of Tustin. It will be important to assess the issues, and develop a clear plan with you for repairs - especially irrigation In order to accomplish this task, and as a condition to the discount offered above, Mariposa must have full control of staff allocations to bring General Fund Areas into compliance while maintaining quality in all other areas. Although staff positions, allocations and related head counts may be adjusted around the City to address issues, Mariposa intends to comply with the language and intent expressed at the top of page B-3 for both RFP Areas. The key to success will be performance that meets expectations. We all look forward to continue working with you and the City of Tustin, and embrace the challenge of this increased responsibility. Respectfully, David W. Hall, Vice President Business Development <�19 • i R R i R TEL 800 794 9458 FAx 626 560 8477 www.mariposa-ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC it 592268 A, G27, D-49 Our Core Values -- Safety R Teamwork R Quality R Integrity M A. R. A F U S A L A N D S C A P E S I N C March 11, 2019 Christine Zepeda Landscape Contract Supervisor Public Works Department City of Tustin 300 Centennial Way Tustin, CA 92780 RE: Landscape Maintenance Services for General Fund Areas Thank you for the opportunity to submit our proposal for the City of Tustin. Mariposa Landscapes, Inc. looks forward to the competitive process and hopes to be the successful bidder. Currently Mariposa is performing landscape maintenance services for the City of Tustin and we are familiar with the city's expectations and standards. Mariposa Landscapes, Inc. has been in business over 40 years providing similar services for other cities and counties. Our attention to duality and detail is documented with a list of more than 95 award winning construction and maintenance projects that extends over 40 years. Our depth of knowledge and level of experience in our management and supervisory personnel is unmatched by our competitors. Therefore, this enables us to be the most responsive firm that will commit to provide the best level of service for the City of Tustin. Certified Irrigators, Certified Landscape Technicians, Certified Arborists and. a Pest Control Advisor are found throughout our field employee teams. All of our equipment is owned outright and maintained in- house with a staff of trained mechanics. We have met every financial obligation for over 40 years and have established a bonding capacity far in excess of any requirements across all business lines. In submitting this proposal, we acknowledge that we have a full understanding of the requirements and scope of work as detailed within the RFP. Our price reflects necessary labor, services, equipment, and material to perform the work. We have the ability to comply with all of the terms and requirements of the bid documents and the resulting contract, We have visited all of the sites and are familiar with the current conditions of each. If awarded both the Assessment Districts and General Fund Areas, Mariposa Landscapes, Inc. will offer a 2.5% discount for both contracts. We look forward in being the successful contractor in this proposal selection process once again. Respectfully, Terry Noriega, Pr 'dent <�19 TEL 800 * 794 • 9458 0 FAX 626 • 960 + 8477 • www.mariposa-ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 + CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety + Teamwork • Quality • Integrity Table of Contents APPROACHAND WORK PLAN..........................................................................................................1 TEAMORGANIZATION.......................................................................................................................3 STATEMENT OF QUALIFICATIONS...................................................................................................5 STATEMENT OF OFFER AND SIGNATURE....................................................................................10 APPENDICES ............ . .............. ... , ............ , .. , .........11 APPENDIX "A" MAINTENANCE SCHEDULE .. . . ............. . ............. . ......... . ... . ........12 APPENDIX "B" EQUIPMENT LIST ......... . ... . ........ . ...... . . ......... . ...... . . . ....... . ...........13 PROPOSALDOCUMENTS...............................................................................................................14 Our Care Values -- Safety • Teamwork • Quality • Integrity f Approach and Work Plan Mariposa has reviewed the specifications thoroughly and will adhere to the tasks that are detailed within them. We have visited all the sites and have a complete understanding of all the work that will be required of us, Mariposa has been performing similar work for other municipalities for over 40 years and believe we have a complete understanding of the work that will be required to perform per the specifications. Our numerous awards over the years have proven that we are more than capable of completing the job per the City requirements. Mariposa owns all of its equipment and maintains it in-house with a staff of trained mechanics. Repair trucks are also dispatched to perform off-site maintenance as well as emergency field repairs. Regular maintenance managed with computerized maintenance records and scheduling helps us to keep minimal down time on our entire fleet of trucks and equipment. We have numerous Certified Irrigation Technicians on staff and ongoing classes that we send the technicians to keep up to date on the new changes in the industry, Water conservation is very important to California in our future and ET Controllers and water audits. Mariposa is capable of installing the ET controllers and performing water audits (at an extra cost), Technical Approach 1) Project Startup and Quality Control Coordination Meeting The Project Estimator and the Account Manager review the project specifications and visit the project site(s) to develop a work plan for the completion of the project per specifications. A meeting including the Account Manager with key personnel responsible for carrying out the work, is held to discuss and coordinate how the project work will be ;performed. Prior to commencement of contract work we will thoroughly inspect and document every deficiency. After this is completed for each location, we will provide a detailed list of every deficiency discovered, We will also include a detailed proposal for restoring the area to its original condition if applicable. This will be the quickest and most cost effective way to bring the areas up to the specified standards, During the meeting, the Account Manger communicates the work task quality requirements and reinforces heightened awareness for critical requirements. Topics for the meeting include: • Project requirements per specifications. • Record keeping documents and availability of necessary forms • Review methods, sequence of work tasks and timeline. 2) Preparatory Site Inspection The Account Manager performs a quality inspection of the work area and: • Assesses the required work to be done per specifications. • Verifies field measurements. • Assures availability of required equipment and materials to complete the project, • Identifies potential problems and develops an action plan to resolve them. 3) Scheduling Mariposa Landscapes, Inc. will submit a detailed schedule that includes all the routine activities, After submission and approval of this schedule, we will be ready to start work. 4) Labor Our proposal is calculated to provide full time employees on a year round basis. It is our goal to provide professional results. Therefore, we will assign the appropriate and trained crew force necessary to complete the specified activities in a professional and timely manner. To achieve the desired results, the appropriate labor will be assigned for every aspect of the work. Mariposa has in its employment licensed arborists that handle all tree work, inspections and quality control for the company. Our Core Values -- Safety • Teamwork • Quality • Integrity 5) Irrigation Maintenance Goal of the Irrigation Maintenance operation is to monitor the irrigation system by addressing foreseen problems and provide for standard adjustments and repairs to insure that the existing system works to its optimum level. A standard check includes turning on each valve and visually inspecting head coverage and operation, Monitoring includes a review of the watering schedule in the clock and making adjustments and repairs as necessary, Adjustments and repairs would include, adjusting and replacing remote control valves, heads, laterals, and monitoring system every day Monday thru Friday. A survey of the existing irrigation system will be performed within 30 days after the start of the co a report will address all deficiencies found and an estimate of the repairs will be submitted to th Ci of Rancho Mir ge. Mariposa will adhere to all local codes and ordinances regarding water conservation. Our goaisY' provide the City with recommendations and consultation on how to save on water cost. 6) Communication and Yard Location All communications will be routed through our main office and dispatch center in Irwindale. A 24-hour "800" number will be provided. Mariposa Landscapes will use all of the current communication methods such as two-way radios and cellular phones. Our response time will meet or exceed the county's expectations. Our office is open for communications from 6:00am to 4:00pm, Monday -Friday and we are available 24 hours a day through the answering service to address emergency call outs. We have a full support staff of mechanics that can respond to emergencies immediately and a depth of replacement equipment that will allow us to stay consistent with our schedules. 7) Work in Process Quality Inspection For each work task, the Account Manager performs an initial work in process inspection when the first portion of the work activity is completed. The Account Manager performs ongoing work in process quality inspections to ensure that the work tasks continue to conform to the project quality requirements. 8) Work Task Completion Inspection Completion inspections are performed for each work task before starting other work activities. Any outstanding punch items remaining after the work task completion inspection is deemed a nonconformance. 9) Control of Punch Items and Nonconformance Should a problem occur in the quality of work, we systematically contain the issue and quickly make corrections, We expedite a corrective action that brings the workmanship of material issue into conformance by repair, replacement, or rework. Previously completed work is re -inspected for similar non -conformances. In the event that we cannot meet contract specifications, the customer will be notified and customer approval of corrective action is required before proceeding. Mariposa Landscapes, Inc, systematically prevents recurrences to improve quality, First, management monitoring is put into place to assure work proceeds without incident. Then a structured problem solving process identifies the root of the causes and initiates solutions. Solutions may involve a combination of enhanced process controls, training, upgrading of personnel qualifications, and/or higher grade materials. Follow up ensures that a problem is completely resolved. Non-conformance and their resolutions are recorded on a Non -Conformance Report. Our Core Values -- Safety • Teamwork • Quality • Integrity 4 Team Organization The assigned Account Manager for this contract will be Jorge Pacheco and the Supervisor/Quality Control Manager will be Jose G. Juarez. They will be the prime contacts and will be responsible for coordinating all activities with the City of Tustin. Both are of the utmost importance to us because they insure our quality control. In addition, they are responsible for dispatching equipment, providing supplies and insuring that all work operations are performed safely and, within the guidelines of the contract. The Account Manager, Supervisor and Foreman are all equipped with a cellular phone and radio communication. In a moment's notice we can respond to scheduling glitches or emergency situations. We can respond to any call related to performance within less than one hour. We support a full staff of mechanics within 30 minutes from The City of Tustin. We have a great depth of back-up equipment that allows us, for the most part, to stay very consistent within our schedule. Our Corporate office is open for communication from 5:30 am to 4:30 pm Monday through Friday. We offer a 24-hour after hours answering service with on call staff to address emergency call outs. Our Core Values — Safety • Teamwork • Quality - Integrity I Chart below Indicates the number of employees, their job titles and their responsibilities for the contract work Job Tides Number of operations Oversees all work being performed for the City. Works close with the Supervisor and Foreman to make sure all Account Manager 1 daily tasks are completed. Ensures that all required equipment and supplies are available and delivered to the city on time. Supervisor/ quality Control Handles all project management, including overseeing all Manager I Mariposa personnel working In the city and will be the direct contact with the city 1 nspectors. Will be responsible for all chemical applications. This Pesticide Appilicator 1 includes, post and pre -emergence weed control and any other task where an applicator Is required.This person will report directly to the Field Supervisor Will be responsible for all Irrigation repairs and IrrigationTechn`icians 3 monitoring. They will report directlytothe Field Supervisor. Responsible for overseeing all Mariposa personnel working in the city and will be in direct contact with the Foreman 2 Supervisor as well as Account Manager. They will also be responsible for the weekly documentation as well as communicating work reports and hazardous conditions The laborers assigned to this contract will be responsible Laborers 11 for all routine and non -routine pruning tasks. including, all pruning ofshrubs and ground cover, edging, mowing and trash Ickup. Fireman will be responsible to resolve landscape issues Fireman i that need Immediate attention. They will be assigned with a truck and a vehicle for mobilization and communication. The above is an approximation on labor that has been adjusted to accommodate an average throughout the year. This is taking into consideration, increased demands during summer months and balancing them with reduced scheduling during the winter, combining days of inclement weather. **No subcontractors will be used in performing the contracted work. Our Core Values — Safety • Teamwork • Quality » Integrity I Statement of Qualifications Licenses & Certificates Contractors State License: 592268 C27, A, C611049 Qualified Applicators License: 103864 ABCDEFH Pest Control Adviser License: 74416 ABCDEG Pest Control Business License: 30977 Irwindale Business License: 000538 Supplier Clearinghouse MBE: 94HSOOSO City of Los Angeles MBE: 561730 City of Los Angeles LBE: 37858 LA County MBE: 43914 LA Co. Agricultural Pest Control. 1000279 Certified Arborist: WE -1182A Firms Resume Landscape Maintenance Private, Commercial, Public Works and Homeowner Associations Large Scale Mowing Operations Chemical, Mechanical, and Manual Weed Control, Landscape Pest Control, Year-round Fertilization Application. ❖ Preparation of Requests for Proposal. ❖ On-site Estimates •3 Parking Lot Sweeping Tree Care +:+ On-site Diagnosis and Tree Work Recommendation. ❖ Consultative Services with Certif led Arborists. Development of Long-term Tree Care Programs. Large-scale Tree Trimming Removal. Diagnosis and Treatment of Tree Diseases and Pest Problems. •:• Stump Grinding and Disposal of Trimmings. On-site Estimates Parking Lot Sweeping Landscape Construction 44 Site Preparation, Demolition, Grading and Drainage. ❖ irrigation Systems installation, Repairs & Upgrades. ❖ Computerized Irrigation Central Control Systems. Irrigation Pump Installation, Native Plant Restoration and Habitat Rehabilitation. Hydro seeding, Sod planting. •3 Tree, Shrub, & Ground -cover planting. Hordscope Construction • Concrete Poured -in -Place, Reinforced, Stamped and Seat Walls. • Flagstone, Tile, Masonry and Block Walls. • Drainage and Overhead Construction. • Water Feature Pond Installation & Repair. • Monuments and Signage. • Low Voltage Lighting Design and Installation. Our Core Values — Safety • Teamzvork • Quality • Integrity `7 ..1p< 5 Contact: Dan Sereno Title: Landscape Manager Phone: (949) 644-3069 Email: dsereno@newportbeachca.gov Dates: 2016 - Current Amount: $2,781,530,49 e. Address: 592 Superior Ave. Newport Beach, CA 92660 Account Manager: Jorge Pacheco District Supervisor: Michael Williams Account Manager: Jose Senabrio Description: Landscape Maintenance -- Irrigation maintenance, Turf maintenance, Groundcover maintenance, shrub, vine and tree maintenance, Hardscape maintenance, Sand/wood chip area maintenance, Drinking fountain maintenance, Specia /S orts Athletic Area maintenance Contact. Steve Relph Title: Maintenance Supervisor Phone: (909) 477-2730 x 4116 Email: steve.relph@cityofrc.us Dates: 1989 - Current Contract Amount: $1,345,769.28 Address: 9153 9 St. Rancho Cucamonga, CA 91730 _ District Supervisor: Antonio Karraa Account Manager: Luis Melaclo Description: Landscape Maintenance of Parkways, Medians, facilities and LMD's - shrub, Groundcover, Vine, mulch and tree maintenance, Pest control and hardscape maintenance. Restroom, drinking fountains and Pipe chase maintenance. Contact: Jim Sulll ' Title: Landscaee Contract Supervisor Phone: (714) 573-3360 Email: Jsulli@tustinca.org Dates: 1989 - Current Contract Amount: $546,204,00 Address: 300 Centennial Way Tustin, CA 92780 Contract Amount: $470,880.00 District Supervisor: Michael Williams Account Manager: Jorge Pacheco Description: Landscape Maintenance—LMD Areas Account Manager: Tony Valenzuela Contact: Mike Lopez ffffff M. IN Title: Landscape Contract Manager ~� Phone: (714) 647-3324 Email: mlopez5@santa-ana.org Dates: 2014 - Current Contract Amount: $882,209.00 Address: 20 Civic Center Plaza Santa Ana, CA 92701 Contract Amount: $470,880.00 District Supervisor: Michael Williams Account Manager: Jorge Pacheco Descriptions: Full Landscape Maintenance of City Parks and City owned facilities within Parks District 4 Our Core Values — Safety • Teamwork • Quality • Integrity 0 Contact: Dave Thompson Title: Streets Superintendent Phone: (626) 254-2709 Email: dthompson@ArcadiaCA.gov Dates: 2013 - Current Contract Amount: $470,880.00 Address: 11800 Goldring Ave. Arcadia, CA 91006 District Supervisor: Luis Valenzuela _ Account Manager: Tony Valenzuela Description: Landscape Maintenance of City Parks, Medians, Parkways, Facilities and Water Facilities, Downtown 2000 Parking Districts J. and 2, Transit Plaza Our Core Values — Safety • Teamwork • Quality • Integrity 0 1'ersonnel Resume Michael Williams - Landscape Maintenance District Area Manager • 31 years' experience in landscape management, Irrigation design and retrofit, Maintenance and Arbor care. • CPR and Safety trained • B.S. Ornamental Horticulture, Cal Poly San Luis Obispo • Qualified Applicator License: 133955 Jorge Pacheco - Account Manager • 26 years in landscape management, operations, maintenance and training • Qualified Applciator License: Category B • Certificate in Leadership and Quality Management Jose G. ivarez- Supervisor/Ouality Control Manager • 15 years' experience in Landscape Maintenance supervision Pedro Lopez Moreno- Foreman, • 9 years' experience Landscape Maintenance Tuan C. Bervera- Foreman • 12 years' experience in Landscape Maintenance Abel Contreras- Pesticide Applicator • 16 years' experience in Maintenance and Application Armando Salgado- Irrigation Specialist • 23 years' experience in Irrigation maintenance Eligio Rivera- Irrigation Technician • 10 years' experience in Irrigation maintenance Saul Renteria- Irrigation Technician • 15 years'.experience in Irrigation maintenance Our Core Values — Safety • Teamwork • Quality • Integrity 0 Statement of Offer and Signature Mariposa Landscapes, Inc. has thoroughly reviewed all the site conditions. Our price reflects all the necessary labor, equipment and material to perform this work. All work will be performed in strict accordance with the specifications set forth in the Request for Proposal for Landscape Maintenance Services for Landscape & Lighting Assessment District Areas for the City of Tustin. This proposal is a firm offer and shall remain valid for a period of not less than 90 days from the date of submittal We look forward to being the successful contractor in this proposal selection process. Respectfully, Terry Noriega, President Our Core Values Safety • Teamwork • Quality •.Integrity Appendices Appendix "A" Maintenance Schedule Appendix "B" Equipment List Our Core Values — Safety • Teamwork • Quality • Integrity Appendix "A" City of Tustin Can&m-Ano Maintan2nr•e Gn.n.Gre� f^ rn...... 1 In..A w Turf Areas - # of --- -- ---- —._.__..�....................��.v. vene.a� runuevCaa W-4 W -1 AUGUST W-2 W-3 W-4 WI SEPTEMBER W2 W-3 W-4 Turf AMUS OCTOBER W-2 W3 W-4 JANUARY NOVEMBERI W-.2 W3 W-4 W-1 FEBRUARY Mowing Tasks -General Turf 43 MARCH X X X APRIL X X X MAY X X X JUNE - X Fre. uend its W -I W-2 I W-3 W-4 W-1 W-2 W-3 W-4 W-1 W-2 W-3 W-4 W -I W-2 W-3 W-4 W-1 W-2 w3 W-4 W-2 W-2 W3 W-4 Mowing Tasks- General 7urf 43 X X X X X X X X X X X X X X X X Turf Ferti4zadons Per Test Report Broadleaf Control As needed X X X X X X X X X Ix x Ix XX X X X X X X X X X X X X X X Onoy/3 year$ Aerations 3 X Shrubs & G.CAreas #of Frequencies W-1 JULY W -i W-3 W-4 W3 AUGUST W-2 W3 W-4 W-1 SEPTEMBER W -z W-3 W-4 W-1 OCTOBER W -z W-3 W-4 LW -1 NOVEMBER W-2 W3 W-4 W-1 DECEMBER W-2 I W-3 W-4 Lledge angfShrubs 12 X X x X X X X X X X X X X X X X X Turf Fertilizations Per Test Report X X X Ground -Cover Trimming and Detall 12 X X X X X X X X X X X x X X X X X X X X X X X X Rodent Control On going X X X X X X X X XX X X X X X X X K X X X X X X Renovation Once/3 years X X X X X X Ix ix X X X X X X X X X X X X General Tasks #of Frequencies W_i JULY W1 W-3 W-4 W-1 Shrubs & G CAreas # of W-1 JANUARY W-1 OCTOBER W-2 I W-3 FEBRUARY W -S NOVEMBER I W-2 W-3 W-4 MARCH. DECEMBER W-2 W3 I W-4 Littercontrof APRIL X X X MAY X X X JUNE X X X x Frequencies w i 72 W-3 W-4 W -I W-2 W3 W-4 W-1 w-2 W3 W-4 W-1 W-2 w-3 W-4 W-1 W-2 W3 W-4 W-1 W-2 W-3 W4 Hedge andShrubs 12 X X X X X X X X X X X X X X X X X x X X x X X X Gmund-Cover Trimming and Detafl 12 X X X X X X X X X X X x X X X Pre emergentappllcatlon On Going X X X X X X X X X X X X X X X X X X Trees&ShrabsS�etyCleaona needed X X X x x X X X X X X X X X X X X X X X X X X x X X X X X X X X X X x X x X X General Tasks °f JANUARY FEBRUARY MARCH APRIL MAY JUNE Fregvencles W1 W2 W-3 W-4 W1 W-2 W-3 W-4 W-1 W-2 W-3 W-4 W-1 W-2 W3 W-4 W-1 W-2 W-3 W-4 W-1 W-2 W3 W-4 Litter Control 2x/Week X X X X X X X X X X X X X X X X X X X X X X X Irrigation System Inspectfons(Repairs On Going X X X X X X X X X X x Weed Control 52 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Turf Areas # of F uencles W-1 JULY - W-3 W-3 W-4 W -1 AUGUST W-2 W-3 W-4 WI SEPTEMBER W2 W-3 W-4 W-1 OCTOBER W-2 W3 W-4 W-1 NOVEMBERI W-.2 W3 W-4 W-1 DECEMBER W-2 W3 W-4 Mowing Tasks -General Turf 43 X X X X X X X X X X X X X X X X Broadleof Control As needed X Aerations 3 X X Turf Ferti4zadons Per Test Report Roden control On going X X X X X Ix x Ix XX X X X X X X X X X X X X X Renovation Onoy/3 year$ X Shrubs & G.CAreas #of Frequencies W-1 JULY W -i W-3 W-4 W3 AUGUST W-2 W3 W-4 W-1 SEPTEMBER W -z W-3 W-4 W-1 OCTOBER W -z W-3 W-4 LW -1 NOVEMBER W-2 W3 W-4 W-1 DECEMBER W-2 I W-3 W-4 Lledge angfShrubs 12 X X x X X X X X X X X X X X X X X X X X X X X X Ground -Cover Trimming and Detall 12 X X X X X X X X X X X x X X X X X X X X X X X X Pre emergent application On Going X X X X X x X X X X X x X x X X X x x X X X X X Trees & Shrubs Safety Clearance as. needed X X X X X X X X X X Ix ix X X X X X X X X X X X X General Tasks #of Frequencies W_i JULY W1 W-3 W-4 W-1 AUGUST W-2 W3 I W-4 W-1 SEPTEMBER W-2 W3 I W4 W-1 OCTOBER W-2 I W-3 I W-4 W -S NOVEMBER I W-2 W-3 W-4 WI DECEMBER W-2 W3 I W-4 Littercontrof 2x/Week X X X X X X X X X X X x X X X X X X X X X X X X lrrlgotion Systtm /nspectlons/Repalrs On Going X X X X X X x X X X X X x X X X X X x X x X x x Weed control 52 ix X X X X X X X X X X X X X X X x X X X X X X X Companv sack -up Equipment list Equipment Type Quantity Description i Fkiuiumerit list Aw dix B Toyota Tacoma Irrigation Truck 60 Project Equipment Crew Cab Truck 65 % ton Chevy Equipment Type Quantity Description Equipment Trailer Supervisor Truck i Toyota Tacoma 40 Irrigation Truck 3 Sma I I Pickup Trucks storage Crew Cab Truck 4 ton Chevy Mower Crew Truck 1 Hino Customized 1Ton Crews cab wv/dumping bed and tool racks 2.5 Equipment Trailer 1 16' Mighty Mover trailer with electric brakes Ciassen50'Walk Behind Aerator Equipment Trailer 1 6.5' x 10' Custom Landscape Trailer with tool racks and equipment Spray Tank 12 200 Ga l.'Custom Spray Tank St12raEe 150 Mower 1 Exmark Lazerz X with eGov and RED technology Echo PB755 Backpack Blower Mower 2 21" Mower w/ bagger Hedge Trimmer Walk behind Dethatchers 3 30" Walk Behind Walk behind Aerator 3 Classen 30" Walk Behind Aerator Backpack Sprayer 4 Solo 475 Backpack sprayer Spray Tank 1 200 Gal. Custom Spray Tank Weed eater 4 Echo 265T Commercial string trimmer Slower 4 Echo PB755 Backpack Blower Turf Edger 1 Power Train 308 Hedge Trimmer 5 Echo 0235 Power hedge shears Chain Saw 1 Echo PT33012" Chainsaw Companv sack -up Equipment list Equipment Type Quantity Description Supervisor Truck 42 Toyota Tacoma Irrigation Truck 60 Sma I I Pickup Trucks Crew Cab Truck 65 % ton Chevy Crew Truck 12 H !no Customized iTon Crew cab wv/dumping bed and tool racks Equipment Trailer 35 16` Mighty Mover trailer with electric brakes Equipment Trailer 40 6.5' x 1.0' Custom Landscape Trailer With tool racks and equipment storage Mower 3o Exmark Lazerz X with eGov and RED technology Mower 75 21'° Mower w+1/ bagger Walk behind Dethatchers 2.5 30" Walk Behind Walk behind Aerator 30 Ciassen50'Walk Behind Aerator Backpack Sprayer 125 Solo 475 Backpack sprayer Spray Tank 12 200 Ga l.'Custom Spray Tank Weed eater 150 Echo 2657 Commercial string trimmer Blower 135 Echo PB755 Backpack Blower Turf Edger 60 Power Train 308 Hedge Trimmer 175 Echo C235 Power hedge shears Our Core Values — Safety • Teamwork • Quality - Integrity 113 SECTION B PROPOSALDOCUMENTS SECTION B PROPOSAL TO THE CITY OF TUSTIN, CALIFORNIA FOR LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2015 — June 30, 2021 Name of Bidder; Mariposa Landscapes, Inc. ging gddmg, 6232 Santos Dias St, Irwindale, CA 91702 PhoneNumber: (626) 960-0196 The work to be done and referred to herein is in the City of Tustin and is to be constructed in accordance with the plans, specifications and contract annexed hereto and also in accordance with the latest edition of the "Standard Specifications for Public Works Construction". The work to be done is shown upon plans and specifications entitled: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 —June 30, 2021 Said plans and specifications are on file in the office of the City Engineer, Tustin, California. A high level of service is expected with a minimum of daily service for complete landscaping services of all General Fund areas as per the contract: TO THE CITY OF TUSTIN The undersigned, as bidder, declares that the only persons or parties interested in the proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of the contract, and the plans therein referred to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of Tustin, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction/maintenance, and to do all work and furnish all materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take full payment therefore at the following unit prices to -wit: B-1 PROPOSAL FOR LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 CITY OF TUSTIN ITEM NO. QUANTITY UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A 12 Monthly Turf - Mow/Edge $ 9,341.00 $ 112,092.00 B. 12 Monthly Turf Maintenance $ 1,209.00 $ .14,508,00 C. 12 Monthly Landscape Maintenance $ 36,218.00 $ 434,616.00 D. 12 Monthly Irrigation System Maintenance $ 14,451.00 $ 173,412.00 E. 12 Monthly Facility Maintenance $ 13,719.00 $ 164,628.00 F. 12 Monthly Weed, Rodent & Pest Control $ 8,232.00 $ 98,784.00 G. 12 Monthly Hardscape, Bomanite, etc (Clean-up) $ 4,573.00 $ 54,876.00 H. 12 Monthly Trash Pick-up $ 3,715.00 $ 44,580.00 Quarterly Weed Abatement (Page F-54 to F-93) $ 21,993.00 $ 87,972,00 $113,451.00 $1,185,468.00 Annual Total 1 $ 1,185,468.00 LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and inclusive landscape maintenance as per the specifications and the individual attachments. The areas are representative and measurements are to be taken by the Contractor, however, boundaries are to be inclusive. in your proposal item price. The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month. B-2 The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to fumish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. Note: The City Hail complex and the Main Street Reservoir site shall be kept in pristine condition. MINIMUM STAFF REQUIREMENTS Posh lona At a minimum, oonbactor shall provide one (1) full-time sups" and eighteen Work Performed Requlred Vehicle Locatlon/Purpose (18) full-time poWdons as depicted in the table below: Refurbishment positions are additional. (1) Supervisor (1) Pickup truck All Contract Sits (1) Irrigation Specaht Include Irrigation (3) Fully stocked tricks with hVetion controller AM Conbv d Sites (2) Irrigation Technicians System Monitoring and remol es for Calsense Maintenance for and Weathermatic Calsense, Maxican, Weathermatk, Signature, and (Cental (1) Maw Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew laborers Maintenance (6) Detailed Maintenance Detailed Maintenance All Co *act Slim Laborers (2) Detailed Maintenance Detailed Maintenance (2) one4on stake bed All Contract Sites Drivers /Leadworker trucks or equivalent (3) Trash Patrol Laborers General War control, refuse remo al, (2) one -bon stake bed bucks or All Contrail Sites and grounds policing equivalent (1) Pest Control Operator with a valid QAL from the Pest Control Operations Fully stocked spray truck with a minimum 100 gallon All Contract Sites State of California tank: B-3 (2) Installation Maintenance Installation (1) one -ton stake bred Refurbishment Items Laborers tricks or equivalent (1eInstallation MaintenanceDrivrs Installation (1) one -ton stake bed Refurbishment items /Leadworker tricks or equivalent (1) Irrigation Technician Include Irrigation 1 ation le stocked buck with Refurbishment Items Installation remotes for Calsense The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a wee basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal for this Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below; I. Supervisor/Quality Control Manager 11. Pesticide Applicator(s) III, Irrigation Specialist/Techn!clan (s) IV. Foreperson(s) No. of Total Weekly Hourly People Hours Provided Rate 1 40 $ 80.00 1 40 $ 60,00 3 120 $ 60.00 2 80 $ 50.00 V. Landscape Laborers 11 440 $ 40.00 VI. Fireman (To resolve daily City hot issues) 1 40 $ 55.00 Total Full Time Positions Proposal 19 " *Average, labor will flex to accommodate seasonal Total Weekly Hours Provided 760 growth periods. B-4 Landscape Maintenance Contract General Fund Areas (Medians) UNIT ITEM COST(SQ,FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY $585.00 $7,020.00 From SR -55 Fwy to just east of Prospect Ave. north of Vandenberg 8 Medians Landscape & -1 117TH Street Ln_ at Enderle Center Drive 1 Parkway Hardscape 9,160 0.21 From SR -55 FWYto Newport 17 Landscape& -2 Irvine Boulevard Avenue Medians Hardscape 34,992 0.80 $1,829.00 $21,948.00 -3 Plaza Drive North of Irvine Boulevard 1 Median Hardscape 400 0.01 $219.00 $2,628.00 Irvine Boulevard & Old Irvine Landscape & -4 Intersection Boulevard 3 Medians JHardscape 4,150 0.95 $293.00 $3,516.00 From SR -55 Fwyto Newport 22 $1,463.00 $17,556.00 -5 First Street Avenue . Medians Landscape & 1 Median 1 Hardscape 22,770 0.52 -5 Pacific Street Pacific Street & First Street Parkway -5 Yorba Street Yorba Street & First Street 1 Median $2,927.00 $35,124.00 EI Camino Real/Way & From First Street to Newport -6 Main Street Avenue including EI Camino Way 1 Median 1 Landscape & Hardscape Parkette -6 Main Street Main Street at Bryan Avenue island 50 Islands 1 48,550 1.11 Landscape & -7 Intersection EI Camino Real & El Camino Way 1 Median Hardscape 2,650 0.06 $219.00 $219.00 -8 Halls Circle North of First Street 2 Medians Landscape 1,000 0.02 $219.00 $219.00 From First Street to Irvine -9 Fashion Lane Boulevard 2 Medians Landscape 780 0.02 J$219.00 $219.00 $3,073.00 $3,073.00 Bike Trail 19 From McFadden Avenue to Wass Medians Landscape & -10 lNewportAvenue Street 19 Parkways Hardscape 59,490 1.37 Landscape Maintenance Contract General Fund Areas (Median -0 UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO: LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY From Edinger Avenue to First $3,292.00 $39,504.00 -11 Recd Hill Avenue Street Between Newport & Red Hill -11 EI Camino Real Avenue 9 Medians 2 Parkways Landscape & Between Newport & Red Hili -11 Nisson Avenue 2 Walls Hardscape 57,590 1.32 -12 Not in use $2,122.00 $25,464.00 4 Medians Landscape & -13 ISycamoreAvenue From SR55 Fwy to Alder Lane 2 Parkways Hardscape 40,300 0.93 From corner of Browning Avenue Landscape & -14 Walnut Avenue to Myford Road 8 Medians Hardscape 19,980 0.46 �� °097.00 $13,164.00 Landscape & -15 Walnut Avenue Browning to Tustin Ranch Road 3 Parkways Hardscape 12,200 0,28 $732-00 $8,784.00 From Jamboree Road to 2400' + Landscape & -16 Edinger Avenue West 2 Medians Hardscape 20,300 0.47 $1,097.00 $13,164.00 Southside Peppertree $1,171.00 $14,052.00 Home & OCFC Ditch Between Red Hill Avenue & Tustin -17 (Katherine Spur) Ranch Road Area General Clean Up 22,000 0.51 Landscape & -18 Tustin Ranch Road From Walnut Avenue to I-5 Fwy 1 Median Hardscape 39,000 0.90 $2,049A0 $24,588.00 Landscape & -19 Tustin Ranch Road From Walnut Avenue to 1-5 Fwy 2 Parkways Hardscape 94,000 2.16 $4=902.00 $58.824.00 -20 Tustin Ranch Road From Auto Center Drive to 1-5 Fwy 1 Median Landscape 8,400 0.19 $512.00 $6,144.00 From El Camino Real to Auto I Landscape & -21 Tustin Ranch RoadCenter Drive 1 Median Hardscape 4,850 0.11 $366.00 $4,392.00 Landscape & -22 Tustin Ranch Road From Bryan to EI Camino Real 1 Median Hardscape 2,900 0.07 $293.00 $3,516.00 Landscape Maintenance Contract General Fund Orpac (Marlitancl UNIT ITEM CO$T(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY Landscape & -23 Tustin Ranch Road From Lagierto Bryan Avenue 1 Median Hardscape 5,090 0.17 $366.00 $4,392.00 Landscape & -24 Tustin Ranch Road From Heritage to Lagier 1 Median Hardscape 3,620 0.08 $293.00 $3,516.00 - From Irvine Bloulvardto Heritage Landscape & -25 Tustin Ranch Road Way 1 Median Hardscape 12,110 0.28 $732.00 $8'784.00 Landscape & 26 Tustin Ranch Road From Irvine Bloulvard to Greenway 1 Median Hardscape 11,500 0.26 $732.00 $8,784.00 Landscape & A-27 Tustin Ranch Road From Greenway to La Colina 1 Median Hardscape 7,220 0.17 $$1200 $6,144.00 From Tustin Rach Road to West -28 La Colina City limits 1 Median Landscape 17,310 0.40 $9$1.00 $11,412.00 Landscape & -29 Tustin Ranch Road From La Colina to Township 1 Median Hardscape 9,930 0.23 $585.00 $7,020.00 Landscape & -30 Tustin Ranch Road From Township to Gallery 1 Median Hardscape 10,560 0.24 $658.00 $7,896.00 - Landscape & -31 Tustin Ranch Road From Gallery to Rawlings 1 Median Hardscape 8,300 0.19 $512.00 $6,144.00 Landscape & -32 Tustin Ranch Road From Rawlings to Portola 1 Median Hardscape 21,350 0.49 $1'171'00 $14,052.00 From tustin Ranch Road to Landscape & -33 Portola Parkway Jamboree Road 2 Medians Hardscape 5,440 0.12 $366.00 $4,392.00 From Portola Parkway to Pioneer Landscape & -34 Tustin Ranch Road Way 1 Median Hardscape 6,260 0.14 $439.00 $5,268.00 From Tustin Ranch Road to Pioneer -35 Pioneer Way Road 1 Median Landscape 8,190 0.19 $512.00 $6,144.00 From Pioneer Way to Jamboree -36 Tustin Ranch Road Road 1 Median Tandscape 7,730 0.18 1 $512.00 $6,144.00 Landscape Maintenance Contract General Fund Areas (Medians] UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE $Q. FEET ACRES PER MONTH ANNUALLY From Tustin Ranch Road to North Landscape & -37 Jamboree Road City limits 3 Medians Hardscape 281,760 6-47 $5,369.00 $64,428.00 From Robinson Drive to the North Landscape & -42 Jamboree Road end of Lot 20 1 Median Hardscape 13,210 0.30 $805.00 $9,660.00 Landscape & -43 IJamboree Road From Irvine Boulevard to Robinson 1 Median Hardscape 22,660 0.52 $1,171.00 $44,052.00 From Irvine Boulevard to Bryan Landscape & -44 Jamboree Road Avenue 2 Medians Hardscape 13,810 0.32 $805.00 $9,660.00 1 Landscape & -45 Jamboree Road From Bryan Avenue to West Drive 1 Median Hardscape 5,400 0.12 $366.00 $4,392.00 Landscape & 1 -46 Jamboree Road From West Drive to 1-5 Fwy 1 Median Hardscape 12,530 0.29 $732.00 $8,784.00 Landscape & -47 Bryan Avenue From Heritage to Jamboree Road 1 Median Hardscape 9,610 0.22 $585.00 $7,020.00 From Myford Avenue to Heritage Lanscape & -48 Bryan Avenue Way 1 Median Hardscape 4,970 0-11 $366.00 $4,392.00 From Market Street to Myford Landscape & -49 Bryan Avenue Road 1 Median Hardscape 6,900 0.16 $439.00 $5,268.00 From Tustin Ranch Road to Market Landscape & -50 Bryan Avenue Street 1 Median Hardscape 6,260 0.14 $439.00 $5,268.00 From Parkcenter to Tustin Ranch Landscape & -51 Bryan Avenue Road 1 Median Hardscape 4,040 0.09 $219.00 $2,628-00 From Browning Avenue to Landscape & -52 Bryan Avenue Parkcenter 1 Median Hardscape 6,890 0.16 $439.00 $5,268.00 West of Browning Avenue - Landscape & -53 Bryan Avenue Northside 1 Median Hardscape 4,130 0.09 $219.00 $2=628.00 From Ranchwood Road to Tustin Landscape & -54 Irvine Boulevard Ranch Road 1 Median Hardscape 44,620 1.02 $2,341-00 $28,092.00 From Tustin Ranch Road to Landscape & -55 Irvine Boulevard Robinson 11 Median Hardscape 14,640 034 $878.00 $10,536-00 Landscape Maintenance Contract General Fund Areas (MMinnO UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO, LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ FEET ACRES PER MONTH ANNUALLY Landscape & -56 Irvine Boulevard From Robinson to Jamboree Road 2 Medians Hardscape 10,000 0.23 $658.00 $7,896.00 $951.00 $11,412.00 Newport Avenue to Red Hill 5 Medians Avenue & 15171 Del Amo Parking Parking lot Landscape & -67 Edinger Avenue Lot and Warehouse Frontage 1 Frontage Hardscape 18,045 0.41 Red Hill Avenue to Kensington Park Landscape & -68 Edinger Avenue Place 2 Medians Hardscape 50,000 1.15 $2=634.00 $31,608.00 From Park Avenue to Tustin Ranch Landscape & -69 Warner Avenue Road 1.Median Hardscape 1,800 0.04 $219.00 $2,628.00 From Warner Avenue to Barranca 2 Medians Landscape & -70 Tustin Ranch Road Parkway 1 Parkway Hardscape 39,920 0.92 $2,122.00 $25,454.00 From Red Hill Avenue to Tustin Bioswales $7,097.00 $85,164.00 -71 Warner Avenue Ranch Road 5 Medians 1 Median From Barranca Parkway to Valencia 10 -71 Armstrong Avenue Avenue Bioswales Landscape & 6 Medians 4 Parkways Hardscape From Warner Avenue to Walnut 7 -71 ITustin Ranch Road Avenue Bioswales From Columbus Square to Tustin -71 lValencia Avenue I Ranch Road 12 Medians 1 526 250 1 12.08 Landscape Maintenance Contract General Fund Areas (Mediansl Total 12,843,8461 66.19 1 $73,162.00 1 $877,944.00 UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES PER MONTH ANNUALLY $3,777-00 $45,324.00 7 Medians 5 Landscape & . -76 Red Hill Avenue From Barranca Parkwayto Edinger Bioswales Hardscape 146,797 3.37 Landscape & A 77 Edinger Avenue South of Kensington Park Drive 1 Median Hardscape 4,788 0.11 $219.00 $2,628.00 From the property line of the 76 $1,097-00 $93,164.00 Station to the property line of the -94 Edinger Avenue Allied Regrigeration Area Hardscape 199,915 4.59 Newport Avenue/Del Corner of Newport and Del Amo Landscape & -95 Amo Avenue (triangle area) Area Hardscape 9%096 2.09 $732.00 $8,784.00 $1,463.00 $17,556.00 Newport Lot; Valencia Avenue to Del Amo -96 Avenue/Valencia Avenue Avenue Area jLandscape 663,733 15.24 Total 12,843,8461 66.19 1 $73,162.00 1 $877,944.00 Landscape Maintenance Contract General Fund Areas (Facilities) Total 11,315,8661 30.08 1 $13,719.00 UNIT ITEM COST(SQ.FEET) TOTAL PRICE NO. LOCATION- NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ FEET ACRES PER MONTH ANNUALLY Landscape & $1,783.00 $21,396.00 Hardscape & 300 Centennial Way & 345 E. Parking Lot & -57 City Hall/Library Complex Main Street Facility Gravel Beds 117,200 2.69 Landscape & $823.00 $9,876.00 Hardscape & -58 Tustin Area Senior Center 200 South C Street Facility Parking Lot 58,270 1.34 Landscape & $686.00 $8,232.00 Hardscape & -59 Tustin Field Service Yard 2345 Barranca Parkway Facility Parking Lot 23,105 0.53 Landscape & -63 Tustin Family Youth Center 14722 Newport Avenue Facility Hardscape 12,800 0.29 $412.00 $4,944.00 Tustin Commuter Rail Station I Landscape & 22,250 0.51 $686.00 $8,232.00 -64 &Dow Avenue Entrance 2975 Edinger Avenue Facility Hardscape Landscape & 101,658 2.33 $1,235.00 _ $14,820.00 -97 Annex Building 15445 Lansdowne Road Facility Hardscape -98 War Memorial Building 156 East First Street Facility Landscape & Hardscape 17,160 0.39 $549.00 $6,588.00 1160111/2 Armstrong Water $7,545.00 $90,540.00 Avenue (Red Hill Avenue, Basin Landscape & Barrranca Parkway, (Open Hardscape 963,423 22.00 -99 Tustin Legacy Linear Park Armstrong Avenue Space) Total 11,315,8661 30.08 1 $13,719.00 Landscape Maintenance Contract General Fund Areas (Wells & Reservoirs) UNIT ITEM SQ. I COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE FEET ACRES PER MONTH ANNUALLY Main Street Landscape & -60 Reservoir 235 E. Main Street Reservoir Hardscape 58,340 1.34 $442.00 $5,304.00 4500 East Fowler Avenue, Santa Ana $619.00 $7,428.00 Corner of Hewes Avenue & Fowler -80 Foothill Reservoir Avenue Reservoir Landscape 26,660 0.61 $354.00 $4,248.00 2038 Foothill Boulevard, Santa Ana A-81 Lyttle Reservoir Below La Cuesta Drive Reservoir Landscape 17,600 0.40 $707.00 $8,484.00 13331 Foothill Boulevard, Santa Ana Landscape & -82 lRawlings Reservoir Across from Foothill High School Reservoir Hardscape 43,000 0.99 11811 Outlook Lane, Santa Ana Landscape & $332.00 $3,984.00 Corner of Outlook Lane & Valhalla General -83 Simon Reservoir Drive Reservoir Maintenance 20,000 0.46 1860217th Street, Santa Ana $221.00 $2,652-00 Located between Stratton Way & Landscape & A-84 17th Street DeSalter Windsor Place DeSalter Hardscape 10,800 0.25 Landscape & $221.00 $2,652.00 General - -85 lNewport Reservoir 11301 Newport Avenue, Santa Ana Reservoir Maintenance 9,000 0.21 Landscape & -86 Vandenberg Well 17575 Vandenberg Lane, Santa Ana Well Hardscape 640 0.01 $177.00 $2,124.00 Simon Booster General A-87 IStation 11921 Simon Ranch Road, Santa Ana Booster Maintenance 400 0.01 $177.00 $2,124.00 14521 Livingston Street, Tustin Landscape & $177.00 1 $2,124-00 Located between Livingston Street & General A-88 Beneta Well Shasta Way Well Maintenance 600 0.01 12751 Newport Avenue, Tustin Landscape$ $177.00 $2,124.00 Located between Warren Avenue & General A-89 INewport Well Irvine Boulevard Well Maintenance 2,000_ D.05. Landscape Maintenance Contract General Fund Areas (Wells & Reservoirs] Total 1211,2901 4.84 1 $4,577.00 1 $54,924.00 UNIT ITEM SQ. COST(SQ.FEET) TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE FEET ACRES PER MONTH ANNUALLY 14510 Livingston Avenue, Santa Ana $177.00 $2,124.00 Located between Beneta Way & General -90 Livingston Well Lucero Way Well Maintenance 700 0.01 1862 Jan Marie Place, Tustin General -91 Pankey Well Access from Tustin East Drive Well Maintenance 1,750 0.04 $177.00 $2,124.00 13161 Yorba Street, Santa Ana $177.00 $2,124.00 Located between Fairhaven Avenue General -92 Yorba Well & Rainer Drive Well Maintenance 1,300 0.03 Pasadena Avenue 1170 Landscape & -93 Well Pasadena Avenue, Tustin Well Hardscape 18,500 0.42 $442.00 $5,304.00 Total 1211,2901 4.84 1 $4,577.00 1 $54,924.00 REFURBISHMENT ITEMS Instrocdonsc PrWosem may submft,pddng h,,fWmedon on d r own forms but this PhWosel Offer Form must also be completed. UNIT PRICES A, The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs, B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. F. All work shall be performed in accordance with the specifications described in the RFP. G. Plant installation unit prices shall include appropriate amounts of soil amendments and fertilizer tabs. ITEM NO. PRODUCTIDESCRIPTION MIN. 4TY. TYPE COST TOTAL COST POCs Connection Product 1 Calsense Controllers 1 Ea. $ 7 500.00 $7,500.00 2 -LR Local Radio Communication Option Ea. $2500.00 $2500.00 3 -RRe Enhanoed Radio Remote Receiver Board 1 Ea. $500.00 $ 500.00 4 TP -1 Controller Station Transient Protection Board . 1 Ea. $ 650.00 $ 650.00 6 TP -110 AC Line Protection 1 Ea. $ 250.00 $ 250.00 6 LR-Dome-RRe Local Radio and Radio Renate Enhanced Dame 1' Ea. $ 350.00 $ 350.00 7 ANT -CABLE -RR -8 Calsense integrated radio remote rawlver RR/RRE antenna cable, 6' yellow 1 Ea. $ 150.00 $ 150.00 8 ANT -CABLE -1-R-8 Local radio V antenna cable, blue -1 Ea. $ 300.00 $ 300.00 9 Solar Controller 1 Ea. $ 8,500.00 $8,500.00 10 Calsense Flow Meter FM 1.258 1 Ea. $ 1,200.00 $1,200.00 11 Calsense Flow Meter FM 1.5 1 Ea. $ 1,400.00 $1,400.00 12 Wilkens 2" Model 600 Water Pressure Reducing Valve with Integral Check Valve and Strainer 1 Ea. $1,000.00 $1,000.00 B-14 13 2" Griswold WC 2250RE Pressure Reducing/ Sures 1 AMid 1 Ea. $ 1,200.00 $ 1,200.00 14 2" Hayward Eaton S72 SS Simplex Basket Straine60- r Meeh 1 Fa. $3,000.00 $3,000,00 15 Mans 2" 720A PVB Baddlow Pmenter 1 Ea. $ 1,600.00 $ 1 600.00 16 Wilkens 2" 975XL RP Backflow Preventer 1 Ea. $1,700.00 1 700.00 17 Sentry Union Guard SUG200 1 Ea. $ 300.00 $ 300.00 18 Sentry Vahm Guard SV200-20 1 Ea. $ 300.00 $ 300,00 19 CarsonfOlcloasde 091018" Depth Round Valve Box .S. 1 Ea. $ 500.00 $ 500.00 Carson/Oldcastle Vaults L Series 2448-18 w/ ILIT Cover 1 Ea $ 1,000.00 $ 1,000.00 L20 21 Brass Bail Meter Valee I 1 Ea. $ 800.00 Ts 800.00 22 Brass Bal Valve 2" 1 Ea. $ 100.00 Al 100.00 Pedesbh 23 Calser" SSE Enclosure 1 Ea. $ 3,275.00 $ 3,275.00 24 MPS-DWIOW-Melarsd Endosur+a 1 Ea. $ 51000.00 $ 5,000.00 25 Calsenae SSE-MPS-Base 1 Ea. $ 250.00 $ 250.00 ZB M MEUGI6X 120/240V 1 Ea. $ 4,000.00 $ 4,000.00 27 M era MEUG46X 1201240V 1 Ea. $ 7,500.00 $ 7 500.00 Valve & Flaw Sensor Runs 28 Trenching - 8" Wide by 18" Deep 15 000 LF. 0,75 $ 11 250.00 29 14g Wiring 50,000 LF. 1$0.30 $ 15,000.00 30 Schedule 80 PVC 1" Conduit 1 3-000 1 LF. $ 1.30 M 3 900.00 Croeakwa 31 1 Boring 600 I LF. $ 40.00 F$-2-4- , 000.00 manure - 32 Trend Ing 8" Wide by 24" Deep 1 10,000 1 LF. 1$1.00 10 000.00 33 2 1/2" Sch. 40 PVC 1 10,000 LF. $ 2.50 25,000.00 34 6" Sch, 40 PVC Slesvi 600 LF. 1$7.00 1$4,200.00 Labral Une 35 Tre-nchiinq 8" Wide by 12" Dw 15.000 LF. 1$0.60 1$9,000.00 36 11R" Sch. 40 PVC 1 16.000 1 LF. 1$1.25 $18 750.00 Pedesbl FoodR&R 37 Casense SSE-MPS-Base Footing 1 I Ea. 1$260.00 $ 250.00 38 Mayers MEUG16X 120"V 1 I Ea. 4,000.0.0 $4,000.00 39 Moyers MEUG46X 120/240V 1 I Ea. $ 7,500M $7,500.00 Conmeb Removal 11.800 1 C.Y. $ 20.00 $ 32 000.00 Paver hnWktkm 41 22,000 1 S.F. 1$25.00 550 000.00 Mri Zone Vahras 42 Rain Bird XCZ-150-PRB-COM 50 1 Ea. $ 800.00 $ 40, 000.00 I Heedsllic=d" 43 NIA Ea, 44 Rain Bird RD12SP30FN 300 Ea. $ 35.00 $10,500.00 45 Rain Bird MPR Series Nozzles 500 Ea. $ 1.50 $ 750,00 48 Rain Bird SQ Series Nozzles 200 Ea. $ 2.00 $ 400.00 47 Rain Bird HE-VAN Sarin Nozzles 100 Ea. $ 2.00 $ 200.00 48 Rain Bird R-Serbs Rotary Nozzles 1 100 1 Ea. 1$8.00 1$800,00 49 Rain Bird RNAN Series Rotary Nozzles 1 200 Ea. 1$9,00 1$11800.00 B-15 50 Rain Bird 1400 Series Pressure Compensating Bubblers 100 Ea. $ 10.00 d $ 1,000.00 DrIpline 51 f Rapt Bina XFS-06-12-XXX 20.000 L.F. 1$1.25 $ 25 000.00 Wlre TracingAFoult Locatl e r d 52 1 5000 LY, $ 1.00 $ 5,000.0.0 B-16 MlscAllanews lrri adon Part 53 2" Griswold NIC 2250 PIN 520 1. Ea. 100.00 $100.00 54 2" Griswold NIC 2250 PIN 6347 1 Ea. $125.00 55 2" Griswold NIC 2250 PIN 8528 1 Ea. $ 125.00 $ 125.00 56 2" Griswold NIC 2250 PIN 2 -PV -2 1 Ea. $160,00 $ 160.00 57 Caramt/okkmtie 1200 Jumbo Rectangular 1 Ea. 125.00 $ 125.00 ' 58 Carson/Oldcastle 091010" Depot Round Vahm Box q.C, 1 Ea. $ 100.00 $ 100.00 59 Rain Bird 200 EFB-CP Valve Rephomnent Diaphragm 1 Ea. $ 50.00 $ 50.00 60 Rain Bird 200-PESB Valve Replacernent Diaphragm 1 Ea. $ 250.00 $ 250.00 61 Rain Bird QC 33-DLRC 1 Ea. $ 150.00 1150.00 7-7 62 Replacement Soienoid for PGA, PESB, PESB-R, EFB and 'GB -R Valhres 1 Ea. $ 150.00 $ 150.00 j 63 Rain Bird PRS-DIW Pressure Regulator 1 Ea. 1$100.00 1$100,00 64 Plant Material lnslalisd Minimum "G" Rated W�i ■ 65 Annual Color 200 50 C.T.Flat $ 45.00 $9,000.00 66 Ground Cover 200 Flat $ 30.00 $ 30.00 67 Five Gallon 1,000 Ea. $ 45,00 $45,000,00 68 Install Mulch 2,500 C.Y. $ 48,00 120 000.00 69 Rototill 80,000 S.F. 0.01 $ 800,00 70 Soil Test 6 Ea. $ 250.00 $1,500.00 71 PImUng Soil 61 C.Y. $ 20.00 $ 1 220.00 Labor NuIpment 72 Landscape Maintenanoe Supervisor 1 Hour 73 Pest Control Applicator 1 Hour 74 Inkpation Specialist 2,080 Hour 60.00 $ 124 800.00 75 Landscape Maintenance Leadworker 2,080 Hour $ 50.00 104 000.00 76 Equipment Operator 1 Hour 77 Landscape Maintenanoe Laborer 8,320 Hour 1$40.00 $ 332 800.00 78 One -Ton Truck 8,320 Hour 1$18.00 $ 149,760.00 B-16 PROPOSAL/EXTRA WORK COSTS 1. Extra work costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf'Maintenance 1. Edge & Trim $ 0.007 /lf 2. Fertilization $ 0.008 /sf 3. Aerification $ 0.01 /sf 4. Dethatching $ 0.02 /sf 5. Weed Control $ o.oz /sf 6. Additional Mowing $ O.os /sf B. Ground Cover, Shrub and Tree Maintenance 1. Edge & Trim $ 0.02 JI f 2. Weed & Clean-up $2.02 /sf 3. Soil Injections $1.00 /sf 4. Foliar Applications $2 �00 /sf 5. Tablet or dry formulations placement $ 0.01 /s f 6. Pruning/Shrubs $2.02 /each 7. Vine Care $100.00 /each 8. Vertical Mulch Trees $ ±50.00 /each 9. Vegetation Removal $ 0.25 /sf C. Plant Material (installed including labor) 1. Annual Color $.L5.00 /flat 2. Ground Cover $ 30.00 /fiat 3. One (1) Gallon $10.00 /each B-17 . , ' 4. Five (5) Gallon 5. Fifteen (15) Gallon 6. Seeded Turf 7. Sodded Turf 8. Stolonized Turf $ 45.00 leach $100.00 /each $ 0.25 sf $ 2.00 /Sf $ LO /sf D. Irrigation Installation (including all labor, fittings & equipment) 1. 1/2" Valve— Electric 2. 3/4" Valve - Electric 3. 1" Valve - Electric 4. 6" Pop-up 5. 121" Pop-up B-18 $110.00 /each $130.00 /each $160.00 /each $ 40,00 each $ 65.00 /each The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as.may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail, The basis for determining the low proposal shall be by correctly multiplying .the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price, isnot legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. if both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII. (seven) or better, or offered by State Compensation Fund is acceptable. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS Bidders Bond (NOTICE; Insert the words "Cash ($ "Cashier's Check", "Certified Check", or "Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) B-19 The names of all persons interested in the foregoing proposal as principals are as follows: Mariposa Landscapes, Inc. Terry Noriega, President Antonio Valenzuela, Secretary Theresa Lu, Chief Financial Officer IMPORTANT NOTICE: If the bidder or other interested person is a corporation, state legal name of corporation and names of the president, secretary, treasurer, and manager thereof; if .a co- partnership, state true name of firm and names of all individual co-partners composing firm; if the bidder or other interested person is an individual, state first and last names in full. Mariposa Landscapes, Inc. Terry Noriega, President Antonio Valenzuela, Secretary Thersa Lu, Chief Financial Officer •LYS �� . Titlei President Date: 03/11/2019 NOTE: If the bidder is a corporation, the legal name of the corporation shall be setforth above, together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if the bidder is a co -partnership the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign contracts on behalf of the co -partnership; and if the bidder is an individual, his signature shall be placed above. If signature is, by an agent, other than an officer of a corporation or a member of a co -partnership, a Power of Attorney must be on file with the City of Tustin prior to the opening of proposals or submitted with the proposal; otherwise, the proposal will be disregarded as irregular and unauthorized. Business Address 6232 Santos Diaz St. Irwindale, CA 91702 B-20 In accordance with Public Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent (0.5%) of the total bid and the portion of the work to be done by such subcontractor, % PORTION OF WORK NAME, PHONE NUMBER AND ADDRESS OF SUBCONTRACTOR STATE LICENSE NUMBER AND CLASS D.IR REGISTRATION NUMBER TYPE OF 'WORK ti N/A WA WA N/A N/A By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work, which is not covered in the above subcontractors listing. 2. That the City will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. B-21 QUALIFICATION STATEMENT The Undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter (attach additional paper as needed). SUBMITTED BY: Mariposa Landscapes,, Inc. CORPORTATION NAME: Terry Noriega PARTNERSHIP ADDRESS: 6232 Santos Diaz St. Irwindale, CA 91702 INDIVIDUAL PRINIPAL OFFICE: 6232 Santos Diaz St. Irwindale, CA 91702 OTHER 0 1. Bidder must submit a list of five (5) references in the Southern California area that indicate he has successfully completed (within the last three years) or is presently engaged in similar type of work, that are at least of equal size and scope. The following is to be included with proposal: A. Name and Location of Each Reference Name and Phone Number of Contact Person (familiar with project) Contract Amount Scope of Work with Proposal Item Amounts. Please refer to RFP for list of references B. Submit a summary of all claims made in the last five (5) years on the aforementioned projects: N/A Name of Claimant Amount of Claim Nature of Claim Final Status of Claim 2. Largest number of personnel in the past five (5) years. Number of Employees 432 in CA Year (100 3. Resume of type of work in which your firm possesses experience. Please refer to RFP for resume 4. How many years has your organization been in business'? 42 yrs A. Number of years company has provided Landscape Maintenance Services: 42 yrs B. Number of years company has provided Landscape Maintenance Services for Public Agencies: 42 yrs B-22 5. How many years has your organization been in business under its present business name? 42 yrs A. Under what other or former name(s) has your organization done business? Madposa Horticulture Enterprises, Inc. 6. If a corporation, answer the following: A. Date of Incorporation: 10/02/1989 B. State of Incorporation: California C. P'resident's name: Terry None a D. Vice-president's name(s): N/A E. Secretary's name: Antonio Valenzuela F. Treasurer's name: Theresa Lu 7. If an individual ora partnership answer the following: A. Date ofOrganization: N/A B, Name and address of all partners (State whether general or limibed partnerships): N/A 8. If other than a corporation or partnership, describe organization and name principals: N/A 9. List states and categories in which your organization is legally qualified to do business. Indicate registration or license numbers if applicable. List states in which partnership or trade name is flied. California, License No. 592268, Classifications: C27, A, C61/D49 Arizona, License No. ROC246041, Classifications: K-21 B-23 10. Describe the work your organization normally performs with its own forces: Landscape Maintenance, Landscape Construction Tree Service and Hardscape Installation 11. Have you ever failed to complete any work awarded to you? If so, note when, where and why: No 12. Within the last five (5) years, has any officer or partner of your organization ever been an officer or partner of another organization when it failed to complete a construction contract? If so, attach a separate sheet of explanation. No 13. Total Quality Management: What is your company's plan to insure compliance with the contract specifications and insure quality work? Prior to the start of the contracted work our assigned Account Manager, along with key personnel, will hold a meeting to discuss and coordinate all project details and requirements. They will also conduct a walk through of the work are to identify any potential problems and will develop a plan to resolve them. A detailed schedule will be submitted to the City for approval noting all activities prior to commencing the project. 14. Equipment: A. List the types of primary vehicles/equipment and number of each to be assigned to this contract. Please refer to RFP for Equipment list B. Note any equipment, which will also be used on another contract. N/A C. List the back-up equipment assigned to this contract to assure no production interruption.. Please refer to RFP for back-up Equipment list B-24 15. Personnel: A. Number of employees committed to Landscape Maintenance Operations • Supervisors • Irrigation Technicians • Foremen • Pesticide Applicators • Landscaper Laborers • Fireman 27 26 102 I 167 2 B. List total number of employees to be assigned to this contract. 19 employees C. Who will be the Contractor's Representative with the City? Jorge Pacheco/ Michael Williams D. What Is his/her background? Please refer to RFP for Resume E. What is his/her education? Please refer to RFP for Resume CONTRACTORS NAME: Mariposa Landscapes, Inc. Signed By: Title: President Note: Attach proper Notary Acknowledgement for signature of authorized person (Use copy of blank form provided in this section.) B-25 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of AN�,e.uf S ) On 1 1 1 before me, oT/JQ,( pULt,1G. Date Here Insert Name and Title of the Officer personally appeared rt�-A A v/ NoA t r-- 6A Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person($) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/stye/tbdy executed the same in his/l*W/tWir authorized capacity(ios), and that by his/W/t)&ir signature(A) on the instrument the person(s'), or the entity upon behalf of which the person(sl) acted, executed the instrument. DJONES Notarypubllt— Celiforn(a z Los Angeles County a Commission R 2185491 My Comm. Expires Mar 29, 2021 y Place Notary Seal Above Description of Attached Document I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS han nd official seal. Signature gnatu e f Notary Public Title or Type of Document: 1p t_ coL.vPAem' -Tuf,~ - Document Date: No W_ 5TATC,0 -SGr,<0 i i`itl� Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ty-P xWl vCorporate Officer— Title(s): Pus i o ti, -k ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator o Other: Signer is Representing: Signer's Name: ❑ Corporate Officer-- Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing: :i^dil,t«`'4`''s.`t�'.5.d:'S'.."iibec✓xrti:t3T hnrvwl-,...^r€,li'' Tii':' +,diri�:�c!.�:its"(.�i%�8•;'.''' B-34 LANDS -CAPE MAINTENACE SERVICE QUESTIONNAIRE Please answer the following questions -in detail, using additional paper as necessary: 1. What makes your company the best company for this job? Mariposa Landscapes, Inc, has over 40 years of landscape experience. Our Management and Supervisory personnel is made up of experienced professionals that receive ongoing training through a detailed training nrooram. 2. What type of in-house training do you provide for your staff? We offer the following types of training: New Employee training, weekly Safety meetings in which we incorporate training and in-house CLT and QAC training. 3. Who is responsible for training the Landscape Maintenance Workers and what type of training is provided and at what intervals? Account Managers and Supervisors are responsible for weekly Safety meetings. We offer training for CLT, QAC, Arborist and Irrigation two times a year, 4. What is the address of the facility from which work crews will be assigned? Mariposa Landscapes, Inc. 1107 E. Walnut St, Santa Ana, CA 92701 5. What communication system do you use to communicate between field staff and office staff? All Account Managers are equipped with cell phones, radios and have constant access to email. 6. Are you able to provide quick emergency responses? And how? Mariposa Landscapes, Inc, offers clients a 24 hr "800" number to call for emergencies. We are available 24 hrs a day through the answering service to address emergency call outs. Our response time is 2 hours, if not sooner. 7. Can your insurance and sureties broker provide you with the required rating and coverage? Specify the A.M. Best's rating (grade and class) of your current insurance(s) and sureties, Yes, Our Insurance and Sureties broker can provide us with all of the required rating and coverage. Wesco Insurance Co.: Rating A-, Class XV Greenwich Insurance: Rating A+, Class XV Hartford Fire Insurance: Rating A+, Class XV 8. Provide a Maintenance Schedule, utilizing your proposed man -power from page B-4. Please see attached Maintenance Schedule B-26 **TPN PERCENT THE AMOUNT BID IN DOLLARS (10%)** BIDDER BOND CITY OF TUSTIN STATE OF CALIFORNIA KNOWN ALL MEN BY THESE PRESENTS, that we, Mariposa Landscapes, Inc, as PRINCIPAL, and Hartford Fire Insurance Company as SURETY, are held and firmly bound unto the City of Tustin, hereinafter called the CITY, in the penal SUM OF TEN PERCENT (10%) OF THE- TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Tustin for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of S ** THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-mentioned bid to the City of Tustin for certain services specifically described as follows, for which bids are to be evaluated at Tustin, California At 10:00 A.M. on March 19, 2019 for the services of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 -- June 30, 2021 NOW, THEREFORE, if the aforesaid Principal is awarded the contract; and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files two bonds satisfactory to the City, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. B-27 In the event suit is brought upon this bond by the Obligee and judgment is recovered, the surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this 8th day of March A.D., 20 19 Mariposa Landscapes, Inc. (Seal) (Seal) (Seal) Principal Hartford ,Fire Insurance Company (Seal) (Seal) MARY SMITH, orney-In-Fact (Seal) Surety ADDRESS: Hartford Fire Insurance Company One Pointe Drive, 6th Floor, Brea, CA 92821 NOTE: Signatures of those executing for the surety must be properly acknowledged. (Use copy of blank form provided in this section.) B-28 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Los Angeles ) On 3/8/19 before me, _ Emily Preciado. Notary Public Date Here Insert Name and Title of the Officer personally appeared MARY SMITH Name(s)'of SignerW who proved to me on the basis of satisfactory evidence to be the person(<whose name(' is/Ai,i4 subscribed to the within instrument and acknowledged to me that Wshe/tiny executed the same in Wher/their authorized capacity(Ieg� and that by his/her/their signature;( on the instrument the person(,), or the entity upon behalf of which the person(,)' acted, executed the instrument. _.. EMILY PRECI�D rZ yam- COMM. #2145802 T CL NOTARYPUBLIC•CAUFORNIA LOS ANGELES COUNTY My Comm. Expires Mar, t t, 2020 Place Notary Seat Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. Signature VIZ G L Sign ure of Notary Public Description of Attached Document Title or Type of Document: Document Number of Pages: Signer(s) Other Than Named__Abc6( Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney i i�`act ❑ Trustee ❑ Guar inor Conservator Conservator ❑ Other: Signer is Repro nting: B-34 �5igner's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing: Direct Inquirles/Cfalms to: THE HARTFORD POWER OF ATTORNEY Hartford, BONE), T-12 Bond.ClaimsAthehartford.co call., 888-266.3488 or fax: 860-757.5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOLTON & COMPANY Agency Code: 72-183250 0 Hartford Fire insurance Company, a corporation duly organized under the laws of the State of Conneotieut Hartford Casuaity Insurance Company, a corporation duly organized under the laws of the State of Indiana r " I Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Q Hartford Underwriters insurance Company, a corporation duly organizedd under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford insurance Company of Illinois, a corporation duly organized under the laws ofthe State of Illinois Q Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office In Hartford, Connecticut, (hereinafter collectively referred to as the "Companies') do hereby make, constitute and appoint up to t'hearmount of unlimited 1 Steven L. Brockmeyer, Barbara Doerning, Emily Preciado, Mary Smith, Ronald C. Wanglin or: PASADENA, California their true and lawful Attomey(syln-Fact, each in their separate capacity If more than one Is named above, to sign Its name as surety(les) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written Instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and Its corporate seals to be hereto affixed, duly attested by Its Assistant Secretary, Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. A� � � .' �'�Anr�rK�`*`w • /•r1AM►' ��,t�,,�M7�•y� •5 lY7f �` � X97 "1M 9 /4 e John Gray, Assistant Secretary STATE OF CONNECTICUT s& Hartford COUNTY OF HARTFORD ) M. Ross Fisher, Senior Vice President On this 5th day of January, 2018, before me personally came M. Ross Fisher, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 0 Kathleen T. Maynard Notarypublic C€fUFICpTE My Commim1on Bxpim July 31, 2021 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of :March 8, 2019 Signed and sealed at the City of Hartford. IiINSIDN'4 s 'a7*� Kev'n Heckman, Assistant Vice President POA 1016 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of ; ANS kgs ) ,r On % I`1 before me, i .. �rae� + tycti�,6 f. � t"VeL.i L Date Here Insert Name and Title of the Officer personally appeared (�= � 1 � Gx I (!,&A Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(,q) whose name( is/am subscribed to the within instrument and acknowledged to me that he/sbc xy executed the same in his/hat/tt}eih authorized capacity(i*, and that by his/W/tberr signature( on the instrument the person(s), or the entity upon behalf of which the person(,) acted, executed the instrument. D. JONES Notary public California z Los Angeles County ] Commission # 2195491 i My Comm. Expires Mar 29, 2021 y Place Notary Seal Above Description of Attached Document I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNES4an official seal. Signature of Notary Public Title or Type of Document: Bk 0 NO - rV5c,*' Document Date: Number of Pages: i Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: I eap�ti W.%e&A ®''Corporate Officer-Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact o Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: B-34 Signer's Name: ❑ Corporate Officer Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing: NONCOLLUSION AFFIDAVIT State of California To be executed by bidder and submitted with proposal. $s. County of Orange _ Terry Norieaa , being lust duly swom, deposes and says that he or she Is President of Mariposa Landscapes, Inc. the party making the foregoing bid that the bid is not made In the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or Indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone Interested in the proposed contract; that all statements contained In the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organizatlon, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Terry Noriega Name of Bidder Signature of idder 6232 Santos Diaz St. Irwindale, CA 91702 Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in the section.) M CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1188 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of 0 AN 6e,66.5 ) On 3 ,� ICt before me, 00 -FAX -1 R)6Lt L Date Here Inset# Name and Title of the Officer personally appeared rEk(�_� N6(Zjt(,A Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name( is/We subscribed to the within instrument and acknowledged to me that fie/0eltVy executed the same in his/h+er/t*r authorized capacity(ip+s), and that by his/totttoir signature($) on the Instrument the person(s), or the entity upon behalf of which the person(*) acted, executed the instrument. o.�oiv�s NplaryPW* —California Y . { Los Angeles County CommlSsion * 2185491 j My Comm. Expires Mar 29, 2021 Place Notary Seal Above Description of Attached Document I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS, +my hand and official seal. Signature Vim` Signat re of Notary Public Title or Type of Document: Ne -)N (_0t LU51(5N OC -E i t)AM P' Document Date: Mykc►� �, Si�rUe� 3�a�� ° Number of Pages: I Signer(s) Other Than Named Above: U Capacity(les) Claimed by Signer(s) Signer's Name: 1 'gaaif No,&7 eF.A. a�Corporate Officer— Title(s): P PAI i Daf ❑ Partner- ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Corporate Officer— Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing: ��iK,�S+1i+S%�,c"�s:'f5�:�" :.aY�'eu�`.car.,?r.:r:�z�:c4.rS,s�i>X'�''f�fa�'n�-'Y.zc�diY?�'•'i`4�,£''S�#.`fc'��s:�".�:'?d.'�^�z�3�..'£��e�Gei�`�.�Gs B-34 UTILITY AGREEMENT Honorable Mayor and City Council City Of Tustin, California Ladies and Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. , The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 3/11/2019 ME Mariposa Landscapes, Inc. Contractor Terry Noriega By President Title CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is: President of Mariposa Landscapes, Inc. (Party making foregoing proposal) (Hereinafter the "Bidder") 1. Bidder's Contractors License Number is as follows: 592268 Classification: C27, A, C61/D49 2. The expiration date of Bidder's Contractor's License is April 30 , 20 20 3. Bidder acknowledges that Section 7028.15(a) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed On March 6 2019 , at Irwindale, CA (Insert City & State where declaration is signed) Signature Terry Noriega Typed Name President Title Mariposa Landscapes, Inc. Name of Bidder This form must be completed, signed and submitted with the proposal (except for federally - funded state projects). B-31 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to wham a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date:. 3/11/2019 B-33 Mariposa Landscapes, Inc. Contractor Te ny Noriega By President Title ATTACHMENT 4 Landscape Maintenance Services Contract - Tustin Landscape and Lighting District CONTRACT FOR LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE AND LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 This agreement, made and concluded, in triplicate, this day of ,20 , between the City of Tustin, California, hereinafter called City, and Mariposa Landscapes, Inc. hereinafter called Contractor. ARTICLE I. Witnesseth, that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the two bonds, bearing date with these presents and hereunto annexed, the Contractor agreed with City, at his own proper coast and expense, to do all the work and furnish all the materials necessary to construct and complete in good workmanlike and substantial manner and to the satisfaction of the City, in accordance with the plans and specifications entitled: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE AND LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 Which said plans and specifications are hereby specifically referred to and by such references made a part hereof. Said plans and specifications are on file in the office of the City Engineer of the City of Tustin, California. ARTICLE II. Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in the Agreement; and also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Engineer under them. CONTRACT FOR LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE AND LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 CITY OF TUSTIN ITEM NO. QUANTITY UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A. 12 Monthly Turf - Mow/Edge $ 11,524.00 $138,288.00 B. 12 Monthly Turf Maintenance $ 3,500.00 $42,000.00 C. 12 Monthly Landscape Maintenance $ 17,100.00 $205,200.00 D. 12 Monthly Irrigation System Maintenance $ 18,000.00 $216,000.00 E. 12 Monthly Facility Maintenance $ 450.00 $ 5,400.00 F. 12 Monthly Weed, Rodent & Pest Control $ 1,700.00 $20,400.00 G. 12 Monthly Hardscape, Bomanite, etc (Clean-up) $ 3,500.00 $42,000.00 H. 12 Monthly Trash Pick-up $ 1,200.00 $14,400.00 $ 56,974.00 $683,688.00 Agreed Amount Total 1 $ 656,340.48 LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and inclusive landscape maintenance as per the specifications and the individual attachments. The areas are representative and measurements are to be taken by the Contractor; however, boundaries are to be all inclusive in your proposal item price. The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly, and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered as four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month. The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to furnish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. Positions At a minimum, contractor shall provide one (1) full-time supervisor and eleven Work Performed Required Vehicle Location/Purpose (11) full-time positions as depicted in the table below: Refurbishment positions are additional. (1) Supervisor (1) Pickup truck All Contract Sites (2) Fully stocked trucksAll (1)Irrigation Specialist Include Irrigation with irrigation controllerremotes Contract Sites (1)Irrigation Technician System Monitoring and for Calsense Maintenance for and Weathermatic Calsense, Maxicom, Weathermatic, Signature, and (Cental (1)Mow Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew Laborers Maintenance (2) Detailed Maintenance Detailed Maintenance All Contract Sites Laborers (1) Detailed Maintenance Detailed Maintenance (1) one -ton stake bed All Contract Sites Drivers /Leadworker trucks or equivalent General litter control, (1) one -ton stake (2) Trash Patrol Laborers refuse removal, bed trucks or All Contract Sites and grounds policing equivalent (1) Pest Control Operator Fully stocked spray truck with a valid QAL from the Pest Control Operations with a minimum 100 gallon All Contract Sites State of California tank: (2) Installation Maintenance Installation (1) one -ton stake bed Refurbishment Items Laborers trucks or equivalent (1) Installation Maintenance Drivers Installation 1 one -ton stake bed () Refurbishment Items /Leadworker trucks or equivalent (1) Irrigation Technician Include Irrigation (1) Fully stocked truck with irrigation controller remotes Refurbishment Items Installation for Calsense The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a weekly basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal for this Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below: No. of Total Weekly People Hours Provided I. Supervisor/Quality Control Manager 1 40 II. Pesticide Applicator(s) 1 30 III. Irrigation Technician(s) 2 80 IV. Foreperson(s) 1 40 V. Landscape Laborers a VI. Fireman (To resolve daily City hot issues) 1 Total Full Time Positions Proposal 12 Total Weekly Hours Provided 470 240 40 Hourly Rate $80.00 $60.00 $60.00 $50.00 $40:00 $55.00 *Average, labor will flex to accommodate seasonal growth periods. REFURBISHMENT ITEMS UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. F. All work shall be performed in accordance with the specifications described in the RFP. ITEM NO. PRODUCT/DESCRIPTION MIN. QTY. TYPE COST TOTAL COST POCs Connection Product 1 Calsense Controllers 1 Ea. $7,500.00 $7,500.00 2 -LR Local Radio Communication Option 1 Ea. $2,500.00 $2,500.00 3 -RRe Enhanced Radio Remote Receiver Board 1 Ea. $ 500.00 $ 500.00 4 TP -1 Controller Station Transient Protection Board 1 Ea. $ 650.00 $ 650.00 5 TP -110 AC Line Protection 1 Ea. $250.00 $250.00 6 LR-Dome-RRe Local Radia and Radio Remote Enhanced Dome 1 Ea. $350.00 $350.00 7 ANT -CABLE -RR -6 Calsense integrated radio remote receiver (RR/RRE) antenna cable, 6' yellow 1 Ea. $150.00 $150.00 8 ANT -CABLE -LR -6 Local radio 6' antenna cable, blue 1 Ea. $300.00 $300.00 9 Calsense Flow Meter FM 1.258 1 Ea. $1,200.00 $1,200.00 10 2" Griswold NIC 2250RE Pressure Reducing/ Surge Anticipating 1 Ea. $1,200.00 $1,200.00 11 2" Hayward Eaton #72 SS Simplex Basket Strainer 60- Mesh 1 Ea. $3,000.00 $3,000.00 12 Wilkens 2" 975XL RP Backflow Preventer 1 Ea. $1,700.00 $1,700.00 13 Sentry Valve Guard SV200-20 1 Ea. 300.00 $300.00 14 Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.) 1 Ea. 500.00 500.00 15 Carson/Oldcastle Vaults L Series 2448-18 w/4blt.7 cover 1 Ea. 16 Brass Ball Meter Vales (Keyed) 1 Ea. 800.00 $800.00 17 Brass Ball Valve 2" 1 Ea. $100.00 $100.00 Pedestals 18 Meyers MEUG16X 120/240V 1 1 Ea. 1 $4,000.001 $4,000.00 19 Meyers MEUG46X 120/240V 1 1 Ea. 1 $7,500.001 $7,500.00 Valve & Flow Sensor Runs 20 1 Trenching - 8" Wide by 18" Deep 12,000 L.F. $0.75 $9,000.00 21 1 14g Wiring 60,000 L.F. $0.30 $18,000.00 Mainline 22 Trenching 8" Wide by 24" Deep 12,000 L.F. $1.00 $12,000.00 23 2 1/2" Sch. 80 PVC (POC) 1,000 L.F. $6.00 $6,000.00 24 2 1/2" Sch. 40 PVC 12,000 L.F. $2.50 $30,000.00 25 4" Sch. 40 PVC Sleeving 300 L.F. $5.00 $1,500.00 Lateral Line 26 Trenchinq 8" Wide by 12" Deep 23,000 L.F. $0.60 $13,800.00 27 11/2" Sch. 40 PVC 23,000 L.F. $1.25 $28,750.00 Pedestal Footing R&R 28 Meyers MEUG16X 120/240V 1 Ea. $4,000.00 $4,000.00 29 Meyers MEUG46X 120/240V 1 Ea. $7,500.00 $7,500.00 Irrigation Zone Valves 30 Rain Bird 200 EFB-CP-R Valve 1 Ea. $650.00 $650.00 31 Rain Bird XCZ-150-PRB-COM 1 Ea. $800.00 $800.00 Irrigation Heads/Nozzles 32 Rain Bird RD12SP30FN 1 Ea. $35.00 $35.00 33 Rain Bird MPR Series Nozzles 1 Ea. $1.50 $1.50 34 Rain Bird SQ Series Nozzles 1 Ea. $2.00 $2.00 35 Rain Bird HE -VAN Series Nozzles 1 Ea. $2.00 $2.00 36 Rain Bird R -Series Rotary Nozzles 1 Ea. $8.00 $8.00 37 Rain Bird R -VAN Series Rotary Nozzles 1 Ea. $9.00 $9.00 38 Hunter 1-20-12 (shrub rotor) 1 Ea. $60.00 $60.00 Dripline 39 Rain Bird XFS-06-12-XXX 200,000 L.F. $1.25 $250,000.0 Wire Tracing/Fault Locating/Repair 40 ITracing 5,000 L.F. $1.00 $5,000.00 Miscellaneous Irrigation Parts 41 2" Griswold NIC 2250 PIN 520 1 Ea. $100.00 $100.00 42 2" Griswold NIC 2250 PIN 6347 1 Ea. $125.00 $125.00 43 2" Griswold NIC 2250 PIN 8528 1 Ea. $125.00 $125.00 44 2" Griswold NIC 2250 PIN 2 -PV -2 1 Ea. $160.00 $160.00 45 Carson/Oldcastle 1200 Jumbo Rectangular 1 Ea. $125.00 $125.00 46 Carson/Oldcastle 0910 10" Depth Round Valve Box 1 Ea. $100.00 Q.C. $100.00 47 Rain Bird 200 EFB-CP Valve Replacement Diaphragm 1 Ea. $50.00 $50.00 48 Rain Bird 200-PESB Valve Replacement Diaphragm 1 Ea. $250.00 $250.00 49 Rain Bird QC 33-DLRC 1 Ea. $150.00 $150.00 Replacement Solenoid for PGA, PESB, PESB-R, EFB and 1 Ea. $150.00 50 GB -R Valves $150.00 51 Rain Bird PRS -Dial Pressure Regulator 10 Ea. $100.00 $1,000.00 Plant Material Installed Minimum "G" Rated 52 Ground Cover 2,200 50 CT Flat $30.00 $66,000.00 53 One Gallon 15,000 Ea. $10.00 $150,000.00 54 Seven Gallon 6,000 Ea. $65.00 $390,000.00 55 Install Mulch 2,000 C.Y. $48.00 $96,000.00 56 Rototill 205,000 S.F. $0.01 $2,050.00 57 Soil Test 6 Ea. $250.60T—$1,500.00 58 1 Planting Soil 40,000 C.Y. $20.00 $800,000.00 Labor & Equipment 59 Landscape Maintenance Supervisor 1 Hour 60 Pest Control Applicator 1 Hour 61 Irrigation Specialist 2,080 Hour $60.00 $124,800.00 62 Landscape Maintenance Leadworker 2,080 Hour $50.00 $104,000.00 63 Equipment Operator 1 Hour 64 Landscape Maintenance Laborer 8,320 Hour $40.00 332,800.00 65 One -Ton Truck 8,320 Hour $18.00 1 $149,760.00 EXTRA WORK COSTS 1. Extra Work Costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf Maintenance 1. Edge & Trim $ 0.007 /If 2. Fertilization $ 0.008 /sf 3. Aerification $ 0.01 /sf 4. Dethatching $ 0.02 /sf 5. Weed Control $0.09 /sf 6. Additional Mowing $0.02 /sf B. Ground Cover, Shrub And Tree Maintenance 1. Edge & Trim $ 0.02 /if 2. Weed & Clean-up $ 0.02 /sf 3. Soil Injections $ 1.00 /sf 4. Foliar Applications $ 3.00 /sf 5. Tablet or dry formulations placement $ 0.01 /sf 6. Pruning/Shrubs $ 0.02 /each 7. Vine Care $ 100.00 /each 8. Vertical Mulch Trees $ 650.00 /each 9. Vegetation Removal $ 0.25 /sf C. Plant Material (installed including labor) 1. Annual Color $ 45.00 /flat 2. Ground Cover $ 30.00 /flat 3. One (1) Gallon $ 10.00 /each 4. Five (5) Gallon 5. Fifteen (15) Gallon 6. Seeded Turf 7. Sodded Turf 8. Stolonized Turf $ 45.00 /each $ 100.00 /each $ 0.25 /sf $ 2.00 /sf $ 3.00 /sf D. Irrigation Installation (including all labor, fittings & equipment) 1. 1/2" Valve— Electric 2. 3/4" Valve - Electric 3. 1" Valve - Electric 4. 6" Pop-up 5. 12" Pop-up $ 110.00 /each $ 130.00 /each $ 160.00 /each $ 40.00 /each $ 65.00 /each The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail. The basis for determining the low proposal shall be by correctly multiplying the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price is not legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. If both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS Bidders Bond (NOTICE: Insert the words "Cash ($ ", "Cashier's Check", "Certified Check", or °Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) ARTICLE III. City hereby promises and agrees with Contractor to employ and does hereby employ Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns do hereby agree to the full performance of the covenants herein contained. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE V. 1. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this contract and maintains copies thereof in the office of the City Engineer. The Contractor agrees that not less than said prevailing rates shall be paid to workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. PREVAILING WAGES NOTICE REQUIREMENTS No contractor or subcontractor shall be listed on a bid proposal for a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. No Contractor or subcontractor shall be awarded a contract for public work on a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 2. The Contractor shall, as a penalty to the CITY OF TUSTIN, forfeit Fifty Dollars ($50.00) for each calendar day or portion thereof for each worker paid (either by Contractor or any subcontractor of Contractor) less than the prevailing rate as prescribed in the preceding paragraph for the work provided for in this contract, all in accordance with Sections 1774 and 1775 of the Labor Code of the State of California. 3. Section 1773.5 of the Labor Code of the State of California, regarding the payment of travel and subsistence payments, is applicable to this contract. 4. Section 1777.5 of the Labor Code of the State of California, regarding the employment of apprentices, is applicable to this contract if the prime contract involves Thirty Thousand Dollars ($30,000.00) or more, or twenty (20) working days or more and under such circumstances, Contractor shall be fully responsible to ensure compliance with all the provisions of Labor Code §1777.5 for all apprenticeable occupations on the project. A Contractor or subcontractor who violates Section 1777.5 shall forfeit to the City of Tustin, as a civil penalty, the sum of Fifty Dollars ($50.00) for each calendar day of noncompliance. Notwithstanding Section 1727 of the Labor Code, upon receipt of a determination that a civil penalty has been imposed, the City of Tustin shall withhold the amount of the civil penalty from contract progress payments then due or to become due. Any funds withheld by the City of Tustin pursuant to this section shall be deposited in the General Fund of the City of Tustin. 5. The Contractor shall not employ, or allow work to be performed by a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code pertaining to debarment by the Labor Commissioner for violations of prevailing Wage Laws. 6. In performance of this contract, not more than eight (8) hours shall constitute a day's work. The Contractor shall fully conform to Article 3, Chapter 1, Part 7, Division 2 (Sections 1810 et seq.) of the Labor Code of the State of California. Pursuant to the provisions of Section 1813 of the Labor Code of the State of California, the Contractor shall, as a penalty to the City of Tustin, forfeit twenty-five Dollars ($25.00) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Article 3 of Chapter 1 of Part 7 of Division 2 of the Labor Code of the State of California. Contractor shall keep an accurate record showing the name and actual hours worked each calendar day and each calendar week by each worker employed by Contractor in connection with the publicwork. 7. Contractor agrees to keep accurate payroll records showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week and the actual per diem wages paid to each journeyman, apprentice or worker employed by him in connection with the public work, and agrees to insist that each of his subcontractors do the same. Contractor further agrees that his payroll records and those of his subcontractors shall be available to the employee or his representative, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards, and shall comply with all of the provisions of Labor Code Section 1776, et seq., in general. 8. Contractor is also aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI. In connection with the performance of this contract, the City shall have the authority to enter the worksite at any time for the purpose of identifying the existence of conditions, either actual or threatened, that may present a danger or hazard to any and all employees. The Contractor agrees that the City, in its sole authority and discretion, may order the immediate abatement of any and all conditions that may present an actual or threatened danger or hazard to any and all employees at the worksite. The Contractor acknowledges the provisions of Section 6400 of the Labor Code, which requires that employers shall furnish employment and a place of employment that is safe and healthful for all employees working therein. In the event the City identifies the existence, of any condition, that presents an actual or threatened danger or hazard to any and all employees at the worksite the City is hereby authorized to order the immediate abatement of that actual or threatened condition pursuant to this section. The City may also, at its sole authority and discretion, issue an immediate stop work order to the Contractor to ensure that no employee working at the worksite is exposed to a dangerous or hazardous condition. Any stop work order issued by the City to the Contractor in accordance with the provisions of this section shall not give rise to any claim or cause of action for delay damages by the Contractor or the Contractor's agents or subcontractors against the City. ARTICLE VII. The Contractor shall indemnify and save harmless the city of Tustin and all officers and employees thereof from all claims, suite, or actions of every name, kind and description, brought for, or on account of, injuries to or death of any person including, but not limited to, workers and the public, or damage to property resulting from the construction of the work or by or in consequence of any negligence regarding the work, use of improper materials or equipment in construction of the work, neglect or refusal of Contractor to faithfully perform the work and all of Contractor's obligations under the contract, or by or on account of any act or omission by the Contractor or his agents or a subcontractor or his agents or a third party during the progress of the work or at any time before its completion and final acceptance, or which might arise in connection with the agreed upon work or is caused by or happening in connection with the progress of said work, or on account of any passive or active negligent act or omission by the City of Tustin, it officers, employees and agents, save and except claims arising through the sole and exclusive negligence or sole and exclusive willful misconduct of the City of Tustin. The defense and indemnification by Contractor shall include all costs and expenditures including attorney's fees incurred by the City of Tustin or its employees, officers or agents with respect to such claim or suit and Contractor will, if requested by City of Tustin, defend any litigation arising out of such claims at the sole cost and expense of Contractor. In addition to any remedy authorized by law, so much of the money due the Contractor under and by virtue of the contract as shall be considered necessary in the sole discretion of the City of Tustin may be retained by the City until disposition has been made of such claims for damages as aforesaid. ARTICLE VIII. The Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $2,000,000.00. Primary General Liability and Automobile Liability policy shall have single limit coverage not less than $2,000,000.00. The minimum insurance requirements cannot be satisfied through Umbrella/Excess insurance policies. The following insurer endorsements are required if not part of the policy: 1. The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; 2. The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; 3. The policy covers blanket contractual liability; 4. The policy limits or liability are provided on an occurrence basis; 5. The policy covers broad form property damage liability; 6. The policy covers personal injury as well as bodily injury liability; 7. The policy covers explosion, collapse, and underground hazards; 8. The policy covers products and completed operations; 9. The policy covers use of non -owned automobiles; and 10. The coverage shall not be cancelled or terminated unless thirty (30) days written notice is first given to the City of Tustin. 11. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is acceptable. Workers' compensation insurance rated Grade 8- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. 12.The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. Contractor shall provide to the City within ten (10) working days after the date of Notice of Award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, forfeiture of the proposal guarantee, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ARTICLE IX The City and Contractor agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code Section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Contractor shall process the claim in accordance with Section 9204. In summary, if the Contractor decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim my include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Public Contracts Code Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Contractor, the City will conduct a reasonable review of the Claim and provide the Contractor with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Contractor disputes the City's written statement or if the Claim is deemed rejected, the Contractor may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Contractor with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding medication in accordance with Public Contracts Code Section 9204(c)(2)(8), unless the Bidder and City waive the mediation upon mutual written agreement. For purposes of this section, notice to the contractor may be via facsimile, messenger or by first class mail and addressed to: Mariposa Landscapes, Inc. 6232 Santos Diaz Street Irwindale, CA 91702 Northing herein obligates the City to provide notice of a Claim or summons and complaint that does not clearly identify the contract or Contractor. In Witness Whereof, the parties have hereunto set their hands and seals the year and date first above written. (SEAL) X61 0111 G 010 • 011�909 Date City of Attorney APPROVED AS TO CONTENT: Date City Engineer (SEAL) THE CITY OF TUSTIN BY: Mayor of the City of Tustin ATTEST: City Clerk of the City of Tustin Firm Na By: Title: CONTRACTOR ATTACH PROPER NOTARY ACKNOWLEDGEMENT FOR SIGNATURES OF AUTHORIZED PERSON(S). Bond No. Amount Premium CITY OF TUSTIN PUBLIC CONTRACT FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That , as and hereinafter referred to collectively as "Principal", and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as, and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20_, with City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 WHEREAS, all of such improvements are to be constructed/maintained and installed in accordance with the plans and specifications described, referred to and incorporated in said contract; and WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements as provided in said contract; and NOW, THEREFORE, if Principal shall faithfully perform all agreements contained in the aforesaid contract, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not faithfully perform all agreements contained in the hereinabove described contract and all obligations, then this obligation shall remain in full force and effect. PROVIDED FURTHER HOWEVER, that Surety hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed this day of , 20®. (SEAL) City Attorney PRINCIPAL: BY: (SEAL) TITLE: APPROVED AS TO CONTENT: Date City Engineer SURETY: BY: Attorney -in -Fact BY: Address of Surety: Address of Principal: (Name) Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). Bond No. Amount Premium CITY OF TUSTIN PUBLIC CONTRACT LABOR AND MATERIALS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: as and hereinafter referred to collectively as "Principal", and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20—, with the City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements provided in said contract; and NOW THEREFORE, if Principal shall pay the Contractor, his subcontractor, and all persons renting equipment or furnishing labor or materials to them for such improvements, for the full cost of such improvements and submit amounts due under the State Unemployment Insurance Act with respect to such labor, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not pay the subcontractor and all persons renting equipment or furnishing labor or materials to them for such improvements for the full cost of such improvements, or if Principal fails to submit amounts due under the State Unemployment Insurance Act with respect to such labor, then Surety will pay for the same in an amount not exceeding the sum set forth above, which amount shall inure to the benefit of all persons named in Civil Code Section 3181. PROVIDED FURTHER, HOWEVER, that Surety stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person named in Civil Code Section 3181 who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed day of , 20_ SURETY: (Name) I 1-ya (SEAL) M APPROVED AS TO FORM: City Attorney Attorney -in -Fact Address of Surety: PRINCIPAL: BY: (SEAL) TITLE: Address of Principal: APPROVED AS -TO CONTENT: Date City Engineer Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City prior to performing any work on the contract: I am aware of the provisions of Section 3700 of the Labor Code, which reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. By securing from the Director of Industrial Relations a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his employee." CONTRACTOR: M TITLE: COMPENSATION INSURANCE CERTIFICATE TO BE SUBMITTED WITH CONTRACT NONCOLLUSION AFFIDAVIT To be executed by bidder and submitted with proposal. State of California ss. County of Orange being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in this section.) UTILITY AGREEMENT Honorable Mayor and City Council City Of Tustin, California Ladies and Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the Undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Contractor M Title Date: CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is: of (Party making foregoing proposal) (Hereinafter the "Bidder") 13. Bidder's Contractors License Number is as follows: .Classification: 14. The expiration date of Bidder's Contractor's License i s M 15. Bidder acknowledges that Section 7028.15(x) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed on Signature Typed Name Title Name of Bidder 20—, at (Insert City & State where declaration is signed) This form must be completed, signed, and submitted with the proposal (except for federally - funded state projects). CONTRACTOR'S LICENSING STATEMENT TO BE PROVIDED BY SUCCESSFUL BIDDER PRIOR TO AWARD OF CONTRACT The undersigned Contractor or Corporate Officer, declares under penalty of perjury that the attached copy of the Contractor's pocket license or certificate of licensure is, is current and valid, and is in a classification as required by the project specifications and appropriate to the work to be undertaken for this project. PROJECT: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 NAME OF CONTRACTOR: SIGNED: TITLE: Note: Attach proper Notary Acknowledgment for signature of authorized person. COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor 0 Title Date: CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of ) On before me, Date Here Insert Name and Title of the Officer personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above Description of Attached Document Title or Type of Document: Number of Pages: I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing: LANDSCAPE LOCATIONS AND DETAILS F-1 GENERAL NOTES 1. All work shall be maintained in accordance with these specifications and the latest edition of the Standard Specifications for Public Works Construction and also in accordance, with any supplementary standards or specifications which may be referred to herein, all to the satisfaction of the City Engineer. 2. Work shown or indicated on these plans/details or called for in the specifications, but not included as any pay quantity items, shall be considered incidental work, cost of which shall be included in the Contractor's proposal for pay quantity items. 3. The Contractor shall be responsible for damage to existing utilities, traffic loops, pavements, curbs, structures, trees and landscaping as a result of his operations, and will be required to repair or replace the same to the satisfaction of and as directed by the City Engineer or utility company. 4. The Contractor shall immediately haul away and dispose of, off the project site, all excavated materials and landscape debris. All disposals shall be at the Contractor's expense. 5. The Contractor shall have copies of the plans and specifications for this project on the site at all times and he shall be familiar with all applicable standards and specifications. 6. A City of Tustin business license shall be obtained by the Contractor, at his expense, prior to starting work. Subcontractors working for the general contractor for this project will be required to have a business license while working on this project. 7. It shall be the Contractor's responsibility to notify respective utilities and/or Underground Service Alert at 1-800-422-4133 to determine the exact field location of utilities shown or not shown on these plans, which may conflict with this work. The Contractor must mark any irrigation lines that will be effected by an Underground Service Alert. 8. Landscape sites shall be maintained in such a condition that an anticipated storm does not carry wastes or pollutants off the site. Such "discharges" of material other than storm water are allowed only when necessary for performance and completion of construction practices and where they do not: cause or contribute to a violation of any Water Quality Standards; cause or threaten to cause pollution, contamination or nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulation 40 CFR parts 117 and 302. All storm drains/catch basins shall be inspected and cleaned, with cleaning documented and submitted to Contract office within 5 days. 9. Dewatering of contaminated groundwater, or discharging contaminated soils via surface erosion is prohibited. Dewater of non -contaminated groundwater requires a National Pollutant Discharge Elimination System permit from the respective State Regional Water Quality Control Board. Materials which may have effects on pollution include but are not limited to: solid or liquid chemical spills; waste from paints, stains, sealant, glues, limes, pesticides, herbicides, wood preservatives and solvents; asbestos fibers, paint flakes or stucco fragments; fuels, oils, lubricants and hydraulic, radiator or battery fluids; fertilizers, vehicle/equipment wash water and concrete wash water; water, concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or chemical degreasing and super -chlorinated potable water line flushings. During construction or maintenance, disposal of such materials should occur in a specified and controlled temporary area on-site, physically separated from potential storm water run-off, with ultimate disposal in accordance with local, state and federal requirements. F -II TABULATIONS OF WORK LOCATIONS, MAPS AND DETAILS 1. The following are the documents and maps to be used for this project: Landscape Maintenance Contract LANDSCAPE & LIGNTINA dSSFgSMFNT nicTairT ADCAC �4 ti��4 «.� rp.lr � r - IY y r: 5. r - - hE�E T •T T. Lf�F�'iC- A. l4Tl.N �1- Q. M� ...: A N I Q �I `t4 AcQ ,.... , .,.,.,...�:-• ......... f! ,... ...., , - .. ., .. ,. ACRES •. ` ...,. ,�khI�FOALLY. From EI Camino Real to Parkview Landscape & A-1 Browning Avenue East.ParkwayI Parkway Hardscape 181,900 4.18 $ 3'715.00 $44,580.00 From Parkview to Bryan Avenue Landscape & A-2 Browning Avenue East Parkway 1 Parkway Hardscape 19,330 0.44 $ 395.00 $ 4,740.00 From 800' N%O Bryan Avenue to Landscape & A-3 Browning Avenue 1300' S/O Irvine (East) 1 Parkway Hardscape 24,270 0.56 $ 496.00 $ 5,952.00 From Browning Ave, to Parkcenter Landscape & A-4 Bryan Avenue Lane (South) I Parkway Hardscape 19,520 0.45 $ 399'00 $ 4,788.00 From Parkcenter to Tustin Ranch Landscape & A-5 Bryan Avenue Rd. (South) 1 Parkway . Hardscape . 21,070 0.48 $ 430.00 $ 5,160.00 From Heritage .Way to Jamboree. Landscape & -6 Bryan Avenue Road (North). 1 Parkway Hardscape 16,320 0.37 $ 333.00 $ 3,996.00 From Myford Avenue. to Heritage Landscape & A-7 Bryan Avenue Way (North) 1 Parkway Hardscape 13,620 Q.31 $ 278.OQ $ 3,336-00 From Tustin Ranch, Raood to Landscape & $ 765.00 $ 9,180.00 A-8 Bryan Avenue Myford Road (North) 1 Parkway Hardscape 37,470 -0.86 From Parkcenter to Tustin Ranch Landscape & A-9 Bryan Avenue Road (North) 1 Parkway Hardscape 15,470 0.36 $ 316.00 $ 3,792.00 From 400' EfO Browning Ave'to Landscape & -10 dryanAvenue Parkcenter Lane (North) 1 Parkway . Hardscape 13,730 0.32 $280.00 $ 3,360.00 From Tustin Ranch.Road to 65' Landscape & A-11 Irvine Boulevard West of Robinson (South) 1 Parkway Hardscape 33;120 9.76 $ 681.00 $ 8,'172.00 From Myf6rd to 40' East of Landscape & A-12 Irvine Boulevard' Robinson (South) 1 Parkway Hardscape 10,700 .0.25 $ 219.00 $ 2,628AQ From.Myford to 330' West of Landscape & A-13 Irvine Boulevard Jamboree Road (South) 1 Parkway Hardscape 22,600 0.52 $462-00 $ 5 544 00 From Robinson to Jamboree Road Landscape & A-14 Irvine Boulevard (North) 1 Par. way, Hardscape 34,930 0.80 $713.00 $ 8,556.00 From Tustin Ranch Road to . Landscape & A-15 Irvine Boulevard Robinson (North) 1 Parkway Hardscape 30,500 .0.70 1 $ 623,00 $ 7'476'00 Landscape Maintenance Contract LANDSCAPE & LIGHTING AS_,qF_c%_r%mFKiT njrftTR1rT ARFAC nn RUIZ Is ri f st M MM', From 110' E/O Ranchwood to Landscape & .-161 Irvine Boulevard Tustin Ranch Road (North) 1 Parkway Hardscape . 14,9701 0.34 $ 306M $3,672.00 From Irvine Blvd. to Kinsman Circle. Landscape & A-17 Tustin Ranch Road (East) I Parkway Hardscape 24,000 0.55 $490.00 $5,880,00 Landscape & A-18 Tustin Ranch Road From OCFC to Lagier (East) 1 Parkway lHardscape 9,170. .0.21 $187.00 $2,244-00 Landscape & A-19 Tustin Ranch Road From Lagier to Heritage (East)0.30 I Parkway Hardscape 13,070 $267.00 $3,204.00 'From Irvine Blvd. to Greenway- Landscape & -20 Tustin Ranch Road(East) • I Parkway. Hardscape 23,140 0.53 $473.00 $5,676.00 Landscape & A-21 Tustin Ranch Road From Greenway to La Colina (East) 1 P arkway Hardscape 19,690 '0.45$402.00 $4,824.00 ITustin From La Colina to Goif Course Landscape & A-22 Ranch Road (East) 1 Parkway Hardscape15,890 0..36 $325.00 $3,900.00 From the Golf Course to Gallery La ndsca pe & -23 Tustin Ranch Road Way (East) I Parkway Hardscape 14,240 0.33 $291.00 $ 3i492,00 From Gallery Way to Rawlings Landscape & -24 Tustin Ranch Road (East) 1 Parkway Hardscape 21,930 0.50 $448.00 $5,376.00 From Rawlings to South of Portola - Landscape & -25 Tustin Ranch Road (East) 1. Parkway Hardscape 26,060 0.60 $532-00 $6,384.00 From tustin Ranch Road to Jamboree Road (Including Regional Landscape & $685.00 $8,220.00 6 Portola Parkway Trail) (South) 1 Parkway Hardscape 33,541 33,5411 0.77 From Pioneer Way to Jamboree Landscape & A-27 Tustin Ranch Road r Road (West) 1 Parkway" Hardscape 5 2:5,000 '000 0.57 $511.00 $6,132.00 From Tustin Ranch Road to Pioneer Road.(Incl uding Regional ISlope Landscape & $837.00 $10,044.00 .-28 L-29 Tustin Ranch Road Trail)(South) I Parkway 41,000 0.94 Portola Poold to PloneerMay Landscape & Tustin Ranch Road I (including Regional Trail) 1:1 Parkway Hardscape 71.-440 1 _64 1$ 1,457. 00 $17,484.00 Landscape Maintenance Contract - LANDSCAPE & UG14TING'A_q.4;FSSMFwT ni!%MrT ®.RF-fl'C T,. T; . 4. �M w: 3 EE.��•P:ER;. 70T�: i t LO� T iOI >niY4 I t:AT1d D. - k T�fP� M7E �i-AN.0 N S EET aN�IV'u�i_L�F .�. From Township to 350' N/o Landscape & -30 Tustin Ranch Road Rawlings (West) 1 Parkway Hardscape 44,620 1.02 $ 911.00 $10'932.00 Landscape & A<31 Tustin Ranch Road From La Colina to Township (West) 1 Parkway- .Hardscape 20,360 0.47 $ 416.00 $ 4,992.00 From Tustin Ranch Road to West Landscape & A-32 La Colina City Limits (North) 1 Parkway Hardscape 10,020 0.23 $ 205.00 $ 2,460.00 From Tustin Ranch Road to West Landscape & A-33 jLa Colina City Limits (South) 1 Parkway. Hardscape 10,020 0.23 $ 205.00 $ 2'460.00 • Landscape & A-34 Tustin Ranch Road From Adams to. La Colina (West) 1 Parkway Hardscape 19,920 0,46 407.00 $ 4,884.00 From Irvine Boulevard to Adams Landscape & A-35 Tustin Ranch Road (West) 1 Parkway lHardscape 22,220 1 0.51 $ 454.00 $5,448.00 From Palermo to Irvine Boulevard Landscape & A-36 Tustin Ranch Road (West) 1 Parkway Hardscape 9,320_ 0.21 $ 190.00 $ 2'280,00 Landscape & A-37 Tustin Ranch Road From Parkcenter to Palermo (West). 1 Parkway Hardscape 12,600 0.29 $ 257.00 $ 3,084.00 Landscape & A-3.13' Tustin Ranch Road From OCFCto Parkcenter (West) 1 Parkway Hardscape 20,590 1. 0.47 $.421.00 $.5'052.00 From Bryan Avenue to EI Camino Landscape & A-39 Tustin Ranch Road Real (West) 1 Parkway Hardscape 18,970 0.44 $387.00 $ 4,644.00 Froin EI Camino Real to 1-5 Freeway Landscape & -40 Tustin Ranch Road. (West). 1 Parkway Hardscape 24,340 0.56 $ 497.00 $ 5,964.00 1440 feet N/O.Tustin Ranch Road. Jamboree Road (Centerline) to City Limits East Side Slope . Landscape & $ 15,442.00 $185,304.00 A-41 (Landscaped Area)- Slopes & Parkway 1, Parkway Slope 756,Q00 17.36 1440 feet N/O Tustin Ranch Road $ 5,995.00 $ 71,940.00 Jamobree Road (Natural (Centerline) to City Limits East Side Slope Landscape & A-42 Area) , Slopes :&.Parkway. S Parkway _ Slope 293,500. i6.74 I LandscapLp Maintenance Contract LANDSCAPE & LIGHTING AVqF-r%-C%IL4FKIT nic..TRIrT ADV'. AC nr- - U I-ITT.-C'M Tv M— FEEFTYPER Rk-ME fffl? E A R Sr .0 .—V A 4-Y., Jamboree Road From North City Limits to 6101 A-43 I(Landscaped Area) South to blockwaff (West) I Parkway Landscape 103,000 :2.36 $2,104.00 $25,248.00 lJamboree From Pioneer Road North to 610' Landscape & A-44 Road 510 City Limits (West) 1 Parkway Hardscape 25,390 0.58 $ 519'00 $ 6'228.00 IJamboree From Patriot to Pioneer Road Landscape & A-45 Road(West) 1 Parkway _Hardscape 54,000 .1.24 $1,103.00 $ 13,236M From Tustin.Ranch Road to Patriot Landscape & .-46 Jamboree Road (West) I Parkway Hardscape 85,,290 1.96 $1,742.00 $20,904.00 'IPaseo Between Pioneer Road .&Jamboree Landscape & $223.00 $2,676.00 A-47 Road (South including sidewalk) I Parkway Hardscape 10,900 '0.25 From Champion to Portola (West Landscape & A -48 Jamboree Road including Regional Trail) 1 Parkway Hardscape 43,800 .1.00 $895.00 $10,740.00 From Peters Canyon Wash Bridge to Champion (West including Landscape & $ 846.00 $10,152.00 A A-49 Jamboree Road Regional Trail) 1 Parkway Hardscape 41,400 0.95 Robinson to Peters Canyon Wash —7 Landscape & -50 Jamboree Road Bridge (West) 1 Parkway Hardscape 42,750 0.98 $873.00 $ 10,476M Lanscape & A A-51 Jamboree Road From Irvine to Keller drive (West) 1 Parkway Hardscape 13,480 - 0.31 $275.00 $3,300.00 IJamboree From Bryan to 50'SIO Tustin Ranch Landscape & A-52 Road Plaza (West) I Parkway Hardscape 17,430 0.40 $356.00 $4,272.00 East parkway of Tustin Ranch Road from Jamboree Road to Portola, Westside of Jamboree from Tustin $1,603.00 $19,236.00 Ranch Road to Portola, Northside Jamboree/Tustin Ranch of Portola from Tusin Ranch Road 3 Parkways Landscape & IA -53 Road/Portola to Jamboree Triangle lHardscape 1 78,500 1 .1.80 1, 1 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASS.FS.SMFNT niqTRIPT ARFAq ITotals 2,789,172 1 64.02 $ 5'6,974M J$ 683,688.00 'A E E From Peters Canyon R'egional Park to Pioneer Road (including Landscape & $9,797.00 $21,564.00 -54 Peters Canyon Trail Regional Trail) I Parkway Har scape 88,000 2.02 lIrvine 110' East of Ranch Wood to Tustin Landscape & -55 Boulevard Ranch Road (South) 1 Parkway Hardscape 18,200 0.42 $372.00 $4,464-00 P6ters'Ca nyon Trail Landscape --56(Phase V) Trail Hardscape 16,450 0-38 $ 336M $4,032.00 Residential -57.. 12061 Valhalla Drive Residential House House Landscape 19,602 0.45 $400.00 $4,800.00 Residential — -58 111781 Outlook Lane Residential House Ho . use Landscape 20,909 0.48 $ 427.00 $5,124.00 ITotals 2,789,172 1 64.02 $ 5'6,974M J$ 683,688.00 w LOCATION 54 mm 10 COUNTY AWNOF piY OF RrSRN ' It 23113 j 2329 +\ 1h 1 -t7 �sean 2:A1 2338 c5 2355 \ _ 2354 tt `4 2353 2352 \ \1 <1 {+` e\ 237s' % ' F 2352 r Nt` ' 2375l'- /Ips 0 75 150 225 300 2315 ' i 2365 o i 2355 I'p '�" 2355 i>' 'ti , 2345 +n 00`4 `~'�•, '- / f 9p SCALE IN FEET 2375 238 ¢ �5yx% j F zis t z3e5 N`o �"f v 2384 �\ 1 ' 2"84 HANK •�." TUSRN RANCH ESTATES "_____"� ' ' �' t' - A a Y ~ `• _ t` \ rRACT )6688 z 3s 2449 24ss , zasz 1 114? i \ 2475 ?' jes 2495 /I M57RAGT IM w u �,�^\ 2410 G_Y � \X\ /T "'......___ of �' ` 9 / J i--- t `� 2535 _ `�✓ ,h�' "�\ �^••' Ai /'\ \� � :/ 1 2x35 1 1`\ ��p/p,, 7,� �1� ___ \\ LEGEND \ +``\A`\ �4 M CITY LIMITS FIRE STATION ® SCHOOL FACILITIES lop ELEMENTARY SCHOOL INTERMEDIATE SCHOOL I,3r 5g I I HIGH SCHOOL 1 SCHOOLS OUTSIDE OF TUSTIN UNIFIED `\ SCHOOL DISTRICT PIONEER MIDDLE Ya SCHOOL PETERS aayNp - CANYON A°p� rusrfu� �0""' aq.Np 54 � ti STREET ADDRESS 2'°° 4 ® MAP 11 LOCATION 26, 27, 28, 29, 46, 47, 53 29 28 PETERS CANYON 0 75 150 225 300 "qv, SCHOOL IL SCALE ALE IN FEET 04 PIONEER R 0 CEDAR GROVE % PARK IS 47 60=14 KINODOAl 04 HALL % Z"De AVENU 07' )4388 Nli N -in ',�e I MAMARD ?A b�l iz j•9bg P, LEGEND ollCITY LIMITS FIRE STATION 3013 023 SCHOOL FACILITIES 30261, 3 3026 3028"��ff 30m Jw ELEMENTARY SCHOOL M.36 30 3033 46 V INTERMEDIATE SCHOOL HIGH SCHOOL CIN OF JRWAf SCHOOLS OUTSIDE OF TUSTIN UNIFIED 5353 27 SCHOOL DISTRICT STREET ADDRESS MAP 12 -n LOCATION 46, 54, 56 MAP14 7RA&7 14667' PREMO 0 75 150225 300 SCALE IN FEET j, V5, ISO oms,- a 46 LOWER PETERS RETAROLVC ...4:....07'J",19 ...... BASIN CANTALIA A\56 56 LEGEND CITY LIMITS FIRE STATION (a SCHOOL FACILITIES ELEMENTARY SCHOOL moor 15093 INTERMEDIATE SCHOOL VAM IF06 HIGH-SCHOOL cry Or TusflN 10845 OWNN a- SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT log" MAP12 54 MAP10 07, 1.1*71 o9qswo STREET ADDRESS MAP 13 11 LOCATION 45, 46 0 MAP 15 96595 \\ 16504 11 h °4p vc` ,6ro 6A9c6LbNA 4 MAP 13 LEGEND - - O QQ FIRE STATION °1]o z� +,y✓^.,, THACr 160,11$ EAfFaaaN 11721 �0j18 J �. 1P4i0 ELEMENTARY SCHOOL 16732 HIGH SCHOOL 1104 �Q 1057%' 11`30 SCHOOLS OUTSIDE 0 75 150 225 300 I'535 16535 }p50 j 10160 2431 1 1 0 1055+1 10545 10550 10586 10565 10560 2491 `\. rn� iU168 rD765 f l 2899 \q i1,i I HURgtl PEACE 10]]3 M(10784 2496 1+205, ISM 10595 1i10590 r 11805 i 4 o ' 11791 % �._J z itJ810 11611 10615 K ISJ 10820 1 m 90620 1625 '0835' 10630 10&30 10635 O dg'°�d,Pt F=: lmS N 'a34d 0645 ta640 q o 18055 10650 00 0 � > 0865 MAP 13 LEGEND - - CITY LIMITS QQ FIRE STATION SCHOOL FACILITIES J �. 1P4i0 ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL 1104 �Q 1057%' 11`30 SCHOOLS OUTSIDE 0 75 150 225 300 I'535 16535 }p50 SCALE IN FEET 10545 10555 1 0 1055+1 10545 10550 10586 10565 10560 105350671 CAS,Et�DA M. 16565 1057II 90575 10580 10580 10.585 45 tOS35 ISM 10595 1i10590 11805 i 11600 z 10600 t08d5 � 108,5 z itJ810 11611 10615 K ISJ 10820 1 m 90620 1625 '0835' 10630 10&30 10635 O lmS N 'a34d 0645 ta640 q o 18055 10650 00 0 � > 0865 100666- D n R n 10631 1662 aosr,,'ANE y 8a MAP 13 LEGEND - - CITY LIMITS QQ FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE �] OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 14 71 i LOCATION 44, 45 0 75 150 225 300 SCALE IN FEET PETERS CANYON *4t REGIONAL PARK 4, -i�%-AUGLW wmw v im woo LEGEND CITY LIMITS MAGI M40T Y5429 FIRE STATION 7RA07'Y556Y 'AllSCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL MOT �M2 a I'LA M=APIA NONEER ROAD HIGH SCHOOL 25+5 0 ts R 2; � SCHOOLS OUTSIDE -AlE2 OF TUSTIN UNIFIED PIONEER -w- SCHOOL DISTRICT ROAD a 02Y 2235 2SJ 224, 2588 is 2587• -- I MACT L5627 2515 2 DY )2525 26 SAL VA 770M - - - 2.20 ARMY JAmsofREF ROAD a a>r ¢F N ' OF 0 --- 44 STREET ADDRESS 45 MAP 15 T co LOCATION 30, 31, 32, 33 75 .15D225 300 MAP 22 SCALE IN FEET 2vP QM zr� !dJ>g ar>a 'd5j? `"ti, �z:rp�Ys,f��r�v 21. 12170 10 "a, 2175 me M �T. nm if 21as me 33rs o m7o zza !WWW A�U!E IL FZ 12165 4j9' s Alk� k& �43 �s CT. A 12160 LEGEND S. �",p CITY LIMITS 7SFIRE STATION ' �ot MAP 32ryS(a SCHOOL FACILITIES \q" ELEMENTARY SCHOOL 31 INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT ND MAP 24 STREET ADDRESS MAP 23 LOCATION 23, 24, 30 oD m 0 75 150 225 300 SCALE IN FEET LEGEND - - CITY LIMITS QQ FIRE STATION 6) SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE �] OF TUSTIN UNIFED SCHOOL DISTRICT STREET ADDRESS MAP 24 71 0 LOCATION 25, 26, 29, 30, 48, 49, 50, 53 0 75 150 225 300 SCALE IN FEET LEGEND 7 MGT TUS77N RANCH —•••— CITY LIMITS GOLF COURSE QF FIRE STATION 'a ® SCHOOL FACILITIES f ELEMENTARY SCHOOL 26 INTERMEDIATE SCHOOL 4' i ' �� >` ✓ CITRUS a a HIGH SCHOOL RANCH PARK SCHOOLS OUTSIDE �] OF TUSTIN UNIFIED e 1 C -J, \'. SCHOOL DISTRICT BEET ADDRESS MAP 25 71 71 1 LOCATION 20, 21, 34, 35 MAP 30 f a rRgcr nn_ ti 0 75 150 225 300 St180UNC WEf.L ROAD a _ SCALE IN FEET a 19Qi 12932 ti � R� (REV 11112 CHANNEL} � a� w u w a w 6UBBUNG WELL ROAD 14 SMONGW000 DRIVE 1931 riiAC iii 1951 N TRA ZiOi IRAzBB �D 871 N n �¢ 19]1 $ d O• 6ROWMNO y AVENUE 55�� i3 j3 2m w ro w 1 G 20,2 W NC B Z rRAC 2D88 w 7RA07' 2642 "O 2.32 2031 1112032 & v m w ® EVENMG6IDE DRNE � Y y �2cf w -` ._ 2047 2052 2052 I7r 2052 x ,2998" 2082 TUSTIN MEMORIAL za6, ,� m2081 1412 r" 2072 LEGEND 2101 ty El,2,02 rc � `• Ruacxw.Dn anon z}Q1 2032 d JR�NY"°b0 ROAD ---•— CITY LIMITS g y 2112 g 2112 Q FIRE STATION zn1 ■ N w H 4 t ° ® SCHOOL FACILITIES mYNw N u w w wg w m ELEMENTARY SCHOOL --A DR�,�- N X12. P uti t�ats_c4Tr nveNue_ w w -� INTERMEDIATE SCHOOL CRFM2210 i i zz+1 --- mow} g `� --- - ��� m - - -- , 8211 o arD$°" . 22,0 ) ;� HIGH SCHOOL 12to 220 SCHOOLS OUTSIDE y 2220 e j ' i 222, c 2228 , 0 2235 yga , za,s z ?, z221 2220 x,22210 2220 f0z, -- a 2M as �] OF TUSTIN UNIFIED 88861=, 2225 j L226 2228 r 2zz5 szz6 LDDAN a ; 2221 rR �222s 2228, SCHOOL DISTRICT O 2225 j� i z w 2230 2231 2230 il2�B i 2231 2230 � } 2231 2230 � N ' � 1 2231 � I u 2236 + 12235 2236 2235 2238 2235 p 2?3a - i `_ fs 2236 g r 2235 ____ 2236 �`$1 ?'Z3Y 22Ao� PD' RD AVENUEN z2gt 22tA STEVEN DRIVE El Aw", - _ 3g TUSTIN RANCH ROAD .................. ... ------------- MM 32 20 35 0 21 34 STREET ADDRESS MAP 31 -rl N LOCATION 20, 21, 22, 34, 35 22 0 75 150 SCALE IN FEET 21 34 4„ ag!?��°1 t ami o y �a5 °y „�� �,a. CLUBHOUSE GNLAN° DW_ i migia6 -8e"%/f v', ZA / oo GREEN WAY 7� a00`,',zj5 —...— CITY LIMITS PARK 2s 0 <V e++»=+rwar (PRIVATE) 'I w"g �,J zass Q FIRE STATION siSCHOOL FACILITIES 35 ^ %� /" �x eeaRr R` ', 4"i } t ,/s R o No_ a° �D ELEMENTARY SCHOOL ^, fit'; '""-- �m p zr' ` � INTERMEDIATE SCHOOL s,^gam' oacaaos — `^T �P, HIGH SCHOOL mJ 'z Na� P] SCHOOLS OD t -01 S' 1 26 OF TUSTNUNIFIED . TUSTIN RANCH SCHOOL DISTRICT u -z l mx z x GOLF COURSE fir` .t 2 � a 20 MARY ✓22878 hF� QL® STREET ADDRESS �� MAP 32 T co LOCATION 50,51 14 1,14 ktkP 32 75 150 225 300 J� R SCALE IN FEET e TUS77N RANCH GOLF COURSE LEGEND , 7 , CITY LIMITS FIRE STATION a SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE -URNM PL OF TUSTIN UNIFIED MCr Y4447 -LqAVJ' MAO SCHOOL DISTRICT TUSTIN RANCH Yu TO 12672 12— TO 2B51 1 IL TO 2570 2872, 281, TO TO EST�. V.. hZ4 TUSRN SPORTS j 2W I t DEL PARK 29001 1,� t?,. 2 j Zi �gT44L L 128,10 9�mz 5 1 To 9-1-1 -i --- i j 2933 T -e, Ur 1, 30 2941 —1 TO .25f, 2965 2.6 et CL R040 TO TRWT L -E 51 STREET ADDRESS 50 MAP 33 a� LOCATION 3, 16, 36, 37, 38, 55 13175 13581 13162 13191 13182 13181 3 1 ® 131fl4 53192 aJ 13131 13192 }3581 -i & ® r i$ 13192 G 13181 ■ '3207 13202 U 53201 13202 N.+ ■ 13201 MARSELINA t32W2 2 132x1 �, yn, 53211 13212 �' 132it 13212 m 32 BENT TWIG LANE r 1>225 73222 13221 13,222 13217' M N > azo h,yS ry '.r22 21St ry 13sl� 719 ■ 4 a 2141 H a� ` 13gg2 ■ A.F. 8 S.P. 2R. R ,Cp2 SONDRA RIVER FORD ROAD .. ■ ■ 53271 13272 13271 2 N 9 T`22gr `t2y 2 'y`36" 13271 13272 13271 }3272 13281 13272£✓p �' . e; y 136 2 �/ ` yA14 19]2 13292 13281. a7LA, 2 S➢ `0i o„ tea 73297 � 13242 13281 � 53242 53291 �i 13x82 13291 a 13282 � � �'$- � '3 � �' x 30 ■ 43301 u 13242 A} hry '3.?e S! +y4' CJj 9,2 13301 13302 13304 n 43302 0 53302 13301 ry S2 2 .to ' + 6 �t 13351h°O YE Y ry f} /s m 13325 Is 13312 43311 12 53325 z' 13322 S-tt3321 m 13322 13321 73322 43321 n n N ),3, a'' '+g^+i �'+p y z 1133371333, 333713331 53332 13345 733 3 t2 JAt31 J �t }A'� W h'+ 13342 13341 4) � j33a� 1 t i� '� 53357 13352 ■ 13359 a 13351 i- 73352 13331 ry N y{ ■ 3387 7 4 � . IT•gyz J � l 3 1336V ,�y1 53361 13382 13361 F 3,'162 5ihf ( � ,^. }- 4 13377 13392 43377 T GT 4 9338 t3sa r' }1334x ., 'trB ' S3' �N\f mAry ry � m � ■ 13381 13362 13381 � ^' - 433722 t339si+ Ifs# fir f�1 t� � js( g � �' +� BURNT MILL ROAD +i34oz f33M� k 13.tpi ! J z tStm1 m 9d+ ® BURNT Mi11 ROAD n X3382 i3 i �ft9Apz i ■ 113M1t2 } '4a $ E' � `�- 4* �53az25xni I,swz fs+rl �'f5czz rs4z�l Pn f RED MILL Cff ■ n f 15 2 , I 35 MADRGNA teNt SAN —.AD B'NAt TRACT 12788 � `� � � R �� � �� rM yy SOUINERN ISRAEL z TRA 080 p 'r•^cq� 73451 z CALIFORNIA 7FWAI EDISON ` ��� a acFcu. R/=1' fn. aoDtarA - urnrtF crtAnructJ BRYAN AVENUE r—r—r--r MAP 46 �D 0 75 150 225 SCALE IN FEET LEGEND - o MAP 31 CITY LIMITS Q FIRE STATION ® SCHOOL FACILITIES ELEMENTARY SCHOOL 38 D INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE �] IRVINE BOULEVARD ■ o All K tl IN 7i�■ ■ ■ ■ !�E SCHOOL DISTRICT arra n snx 13001 13027 13622 55 13621 _ _ ® 13pJ ,2 13031 13032 13031 iu n r +� n ■ 13041 13042 13041 /3042 13047 VEN11A ry 13041 � _ _ 53051 1305'a 13051 13052 13091 j5062 53082 13051 I 3 BLUEBERRY WAY ■ 13661 13052 13661 13062 1366, i 13072 93071 r m m _ '� IN 13075 37 13076 105 IW76 13071 H ,-. 13082 x 7 G7 $8 ■ 13631 53082 13091 i�ry2 13085 }3081 53092 73109 33102 37M 13102 43087 OARRERA 13102 = *� 13101 a ■ t3Fti 13112 13t1 o 93912 13167 r n 13142 1 ROWNG STONE LANE 13121 w 3122 13121 '� 1 53122 ' 13111 ■ 2141 Y G t3 $ }3t22 53532 13521 Ba3.LEPORD DRIVE 13532 t3141_ 13742 5314/ 13142 13141 13141 _ - ■ 13755 13131 S }8152 13157 PA1PRi.M1O 53152 m n ro a ■ ■ 53152 ; �. 13561 h S3 153 13191 AY RUNNING BR -13165 W 13186 13165 13156 13171 � 5112 37 13175 13581 13162 13191 13182 13181 3 1 ® 131fl4 53192 aJ 13131 13192 }3581 -i & ® r i$ 13192 G 13181 ■ '3207 13202 U 53201 13202 N.+ ■ 13201 MARSELINA t32W2 2 132x1 �, yn, 53211 13212 �' 132it 13212 m 32 BENT TWIG LANE r 1>225 73222 13221 13,222 13217' M N > azo h,yS ry '.r22 21St ry 13sl� 719 ■ 4 a 2141 H a� ` 13gg2 ■ A.F. 8 S.P. 2R. R ,Cp2 SONDRA RIVER FORD ROAD .. ■ ■ 53271 13272 13271 2 N 9 T`22gr `t2y 2 'y`36" 13271 13272 13271 }3272 13281 13272£✓p �' . e; y 136 2 �/ ` yA14 19]2 13292 13281. a7LA, 2 S➢ `0i o„ tea 73297 � 13242 13281 � 53242 53291 �i 13x82 13291 a 13282 � � �'$- � '3 � �' x 30 ■ 43301 u 13242 A} hry '3.?e S! +y4' CJj 9,2 13301 13302 13304 n 43302 0 53302 13301 ry S2 2 .to ' + 6 �t 13351h°O YE Y ry f} /s m 13325 Is 13312 43311 12 53325 z' 13322 S-tt3321 m 13322 13321 73322 43321 n n N ),3, a'' '+g^+i �'+p y z 1133371333, 333713331 53332 13345 733 3 t2 JAt31 J �t }A'� W h'+ 13342 13341 4) � j33a� 1 t i� '� 53357 13352 ■ 13359 a 13351 i- 73352 13331 ry N y{ ■ 3387 7 4 � . IT•gyz J � l 3 1336V ,�y1 53361 13382 13361 F 3,'162 5ihf ( � ,^. }- 4 13377 13392 43377 T GT 4 9338 t3sa r' }1334x ., 'trB ' S3' �N\f mAry ry � m � ■ 13381 13362 13381 � ^' - 433722 t339si+ Ifs# fir f�1 t� � js( g � �' +� BURNT MILL ROAD +i34oz f33M� k 13.tpi ! J z tStm1 m 9d+ ® BURNT Mi11 ROAD n X3382 i3 i �ft9Apz i ■ 113M1t2 } '4a $ E' � `�- 4* �53az25xni I,swz fs+rl �'f5czz rs4z�l Pn f RED MILL Cff ■ n f 15 2 , I 35 MADRGNA teNt SAN —.AD B'NAt TRACT 12788 � `� � � R �� � �� rM yy SOUINERN ISRAEL z TRA 080 p 'r•^cq� 73451 z CALIFORNIA 7FWAI EDISON ` ��� a acFcu. R/=1' fn. aoDtarA - urnrtF crtAnructJ BRYAN AVENUE r—r—r--r MAP 46 �D 0 75 150 225 SCALE IN FEET STREET ADDRESS MAP 39 i LEGEND CITY LIMITS Q FIRE STATION ® SCHOOL FACILITIES ELEMENTARY SCHOOL 38 D INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE �] OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 39 i cn LOCATION 8, 11, 12, 14, 15, 17, 18, 19 17 ® >°T MAP 39 16474 p� 19 yp]3' Itaosx taa5� tip,,, Oi�75—� 1110 222553300 CN FOP° t1S� ism „ 136T fe 3051 539{3t v13tI23 N 18 � 1ygpN tmn, taun,wa;, ttwr MD SCALE IN FEET tus-n ,3,nt ,.55 ,� 3pe7 �:w., ,3 a it3�e, 1&2TRAC7 tS23v � xyy LgJ25 16427 O. L 3'RA� �ni43fb8�, 1i 1309�Ov �— / I 2i0+� v Ysta+ X W 111-_- f9.n t3os ,3Qa � 3g22 -f �' t3iffi� '13tH t30]2v 1130.52 i394N tt302 8 HERITAGE 3tzet Haar 1ao]s� �13D5413tl4bv t31Yes �� ,��m PAR 11 �'�,8 f: f- ,Y7'•` AWRY= i it Jj',R' 241$ w.e umvu 23]21 tw ` 7 CT i A 2Q8 230 2425 15 �o z4az;' W ffi ma/ ' zjr r':.r?s +.zo, too a u '° zaas n z /^'•., " TRACT 18YO6 S u > 24x5 SEYILLA 2418 2.21 -LE - 5 / *¢apo z f / ro s 1F h ,$' `�.� '� zq+r a ` zsy� " a r ax>s �` zxar { ' 7ftAC7 iS8&Oj u�i RANc�T"a., F'R i ; LEGEND 24]3 3 z4 s ,•,: S} y'' s, .� .a 4ry�°sr, zso asoma cr zxs> yL._ .'` APAA1MR1tY8 x z 1. ,� hy^ v zs]s zs r sos asr / — t a ss�, m ti z zs; >ti .r �, f ---•— CITY LIMITS v �.-.�,Y�,�. �a �i; s �.. ,�eery hrv� �� ?Sz, asza .z , s r° zyz� ,,,/ �',.� `�`,_ M1 i' Ts„�..�, ../'.• r , s�2j�a, rti4v n asozss3' zs�* zszs i' �''�,. / QF FIRE STATION ® SCHOOL FACILITIES ELEMENTARY SCHOOL �3 ` �”` -' 4 zip k z$ a a o" 2561 w �� 'a ,w. 5 7 r ✓' ` ; INTERMEDIATE SCHOOL _ ! 4_ 28yp p5ss Arctio; A1ARao HIGH SCHOOL R #iaw x`j i" o ARARYh7E kog "soN SCHOOLS OUTSIDE 'o'4 1 t I JI CI 7rI S �j OF TUSTIN UNIFIED rRAcr147ez ��s?jl��_igi9�Pq`6j LAR(` �L, yr;� ; SCHOOL DISTRICT MAYALLA ____ __ ___ —_ LAUREL _ __�`� � `—+ •'I •� a .�• GLENNTRAGP 14 w I lggp PARK nLIN �,, 12 AIAP 41 2Tit�' STREET ADDRESS MAP 40 LOCATION 6, 7,.13, 14, 52 13 A 4ti y _ 14 MAP 33 T. i [RVRdE BOULEVARD 0 75 150 225 300 SCALE IN FEET ��`✓ 13202 L i "� 725 _ 13731 SHELL _ 1 13209 v GAS _ 13151 MAOr YYi798_�__; ,3195 5RANCNO 71E73RA I 13,7 1 13185 13201 -'-- -i AJ I :3191 73265 TUS77H RANCH 13275 j r 13205 73225 PLAZA 1� (1 I 13235 ,32Z 13255 13285 13275 132 g L 43295 3 0 13315 LEGEND 13321 a ,� AAA E 135+', Q� CITY LIMITS FIRE STATION 52 ® SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL 7H407 18088 HIGH SCHOOL ARVADs3 xcslctdA Et�A DER bs` SCHOOLS OUTSIDE B^ L AVARru 5 g OF TUSTIN UNIFIED raAcrasn /m SCHOOL DISTRICT ixst� R' s3t33i pE5CAN50 � �� 7 }} BRYAN AVENUE ° F—-1 F r 7 ® STREET ADDRESS 6 MAP 41 T1 v a� LOCATION 1, 2, 4, 5, 9, 10, 39, 40 BRYAN AVENUE 0 0 75 150 225 300 SCALE IN FEET LEGEND -•••- CITY LIMITS ❑Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL V INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFED SCHOOL DISTRICT STREET ADDRESS MAP 46 71 co B IRIGH' 10D RIGHTWOOD VVI ff alt Gp PETERS 1 '0 CANYON) fjl REGIONAL ( /tea./ PARK 1tV 112 r)oor Rf-TARDIIVG ?8AS1iV I LOCATION 41, 42, 43 SAGE T RAtL ROAD 0 75 150225 300 SCALE IN FEET LEGEND — CITY LIMITS CD FIRE STATION a SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP T LOCATION 41, 42 RETARDING BASIN 14, f o A tso zzs aao gr SCALE IN FEET EY LN. HORIZON Wk g, o / } 1. 1 LEGEND 8� 1 0 ' CITY LIMITS FIRE STATION 0 gg PETERS 1 ® SCHOOL FACILITIES �O DR. CANYON m (j 6 ELEMENTARY SCHOOL �-- 41 INTERMEDIATE SCHOOL _ HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT f CEDAR � ? GROVE !O F PARK»' � t PIONEER" 1 MIDDLE SCHOOL tj STREET ADDRESS rn t` MAP LANDSCAPE & LIGHTING ASSESSMENT DISTRICT WATER METER INFORMATION Meter Number Meter Location 12726610 10009 Jamboree 12726617 12215 Jamboree 12726662 2951 Bryan 13099959 10135 Jamboree 13377966 2581 Bryan 13377981 10258 Jamboree 14769725 12446 TRR 14769734 13020 TRR 15063501 12884 TRR 15367098 13271 TRR 15367102 13331 TRR 15367105 13051 TRR 15367251 2690 Portola 15367254 12741 TRR 15931402 2550 Peters Canyon 15931532 12535 Jamboree 17654308 11605 Jamboree 17867560 13117 Jamboree 17867568 13119 Jamboree 60348495 2782 Irvine 60363396 13821 TRR 60375428 2003 Parkview 60375430 2004 Parkview 60453878 11990 TRR 60453941 2421 Irvine 60453943 12601 TRR 60498469 12427 TRR 60498471 11840 TRR 60498503 1105 Jamboree 60498511 10287 Jamboree 60498513 10653 Jamboree 60524110 12995 TRR 60527573 10006 Jamboree 60549530 13213 Myford LANDSCAPE & LIGHTING ASSESSMENT DISTRICT WATER METER INFORMATION (CONT'D) 60613484 2816 Pioneer Way 60613559 10394 Jamboree 60621831 11973 TRR 60621876 10289 Jamboree 60621877 10906 Jamboree 60622008 2191 Bryan 60723351 2003 ECR 60738956 2322 Peters Canyon 60738965 11927 Jamboree 60742179 11092 Pioneer Rd. 60759873 11.257 TRR 60896682 13504 Parkcenter 69904719 2986 Portola 31594312 13151 TRR 36998727 13702 TRR BACKFLOW TESTING e®a e e « _ « « « 20 �m w�C c - j// S§\q w8) 0 >m0. q/$§ E#E& ;game m %r ///// �/ E-1 � n 81 \)k\) \2 \ \ \ } k� 2 �kC� k «� *+m/m m (n (n a T. \CO — SE C- C- ! ! % 2 % /n EƒoEk°° 42 \« 0 0 Z§ \Q§ mA\ @0 =30RA ±/n°$ §&}s§ D' CD 9 :9 'a 0 0E0E k CD ,m� , 422 4 k� {RR {G) moo - » §§f § f'U PQN)w m »§ 00 00 o =� \�� cn k �\\ \ )G§ m 2 2 a =mm = o \/\ / /k � ATTACHMENT 5 Request for Proposals (Tustin Landscape and Lighting District) T STIN CITY OF TUSTIN PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to: Christine Zepeda Landscape Contract Supervisor Public Works Department City of Tustin 300 Centennial Way Tustin, California 92780 no later than 10:00 A. M. on March 19, 2019 to the City Clerk's office located at 300 Centennial Way, Tustin, CA. 92780. Three (3) copies of the proposal shall be submitted in a sealed envelope and marked: "Landscape Maintenance Services for General Fund Areas." Proposals received after the specified time will not be accepted and will be returned unopened. Questions regarding this request will be limited to written form and shall be submitted no later than March 11, 2019 at 10:00 a.m. Verbal inquiries will not be accepted. Questions shall be directed to Christine Zepeda by address above. Plans, specifications and proposal forms to be used for proposal can only be obtained by prospective bidders at the office of the Public Works Department, Tustin City Hall, 300 Centennial Way, Tustin, California 92780, upon payment of $15.00 per set or will be mailed out upon payment of $20.00 per set, which amounts are not refundable. SECTION PAGE i. Project Description 2 ii. Schedule of Events 2 Ill. Scope of Work 2 IV. Proposal Requirements 3 V. General Requirements 5 V1. Contractor Evaluation & Selection Process 9 V11. Administration Specifications 10 ATTACHMENTS Attachment A - Notice to Contractors Attachment B - Proposal Documents Attachment C - Contract Agreement Attachment D - General Provisions CITY OF TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 2 Attachment E - Special Provisions Attachment F - General Notes, Locations, and Details PROJECT DESCRIPTION The City of Tustin is soliciting a written proposal for qualified contractors for landscape maintenance services. As a Request for Proposal (RFP) this is not an invitation to bid and, although price is very important, other factors will be taken into consideration. II. SCHEDULE OF EVENTS February 19, 2019 Issuance of Request for Proposals March 11, 2019 Deadline for written questions. March 19, 2019 Proposals due at Tustin City Hall by 10:00 A.M. April 8, 2019 Anticipated interviews (est. date) May 7, 2019 City Council Approval of Contractor Contract (est. date) May 16, 2019 Issuance of notice -to -proceed (est. date) July 1, 2019 First day of contract City Hall Offices are currently open from 7:30 a.m. to 5:30 p.m. Monday through Thursday and 8:00 a.m. to 5:00 p.m. on Friday. III. SCOPE OF WORK Although the City is attempting to identify the limits and services required, this should not unnecessarily limit the contractor in the development of a scope it believes is necessary to meet the City's goals and objectives: The City is seeking a qualified licensed Contractor to provide Landscape Maintenance Services that will include management, supervisor, labor (including day porter), materials, equipment, and transportation to accomplish all landscape maintenance services at the specified areas as defined in this request. The award of this contract will be made at the discretion of the City, based on the qualifications and the cost proposals submitted by Contractors with responsive proposals. The contract will be for a period of twenty-four (24) months from July 1, 2019 to June 30, 2021, with renewal option on a one-year basis for an additional three (3) years at the sole discretion of the City. Unless otherwise directed by the City Council, the Director of Public Works will renew the contract based on the Contractor's overall performance, and upon renewal of all bonds and insurance certificate(s). A Faithful Performance Bond in the amount of 100% and a Labor and Materials Bond in the amount of 1007o in the form attached to the contract documents shall be provided in the submitting proposal. Said bonds shall be issued by a surety company duly authorized to issue CITY of TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 3 such bonds in the State of California. Prior to execution of contract, Contractor shall provide City with insurance certificate(s) with endorsements evidencing commercial general liability and automobile liability insurance .as prescribed in the contract, with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or rated Grade A - or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade B- or better and Class VII (seven) or better, or offered by State Compensation Fund, is acceptable. The City of Tustin hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit proposals in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex or religion in any consideration leading to the award of contract. Every person submitting a proposal must have a Contractor's license for the work, in the classification of B, at the time of making a proposal. Further, it is a misdemeanor not to have a license at the time of the proposal. (Business and Professions Code Section 7028.15(a)). In the case of joint ventures, each person comprising the joint venture shall have a Contractor's license at the time of the proposal. (Business and Professions Code Section 7028.15(c)). However, the joint venture itself must have a "joint venture license" not later than the time of the award of proposal. (Business and Professions Code Section 20103.5). In the case of City contracts, which involve Federal funds, the Contractor must be properly licensed at the time of the award of the contract. (Public Contract Code Section 20103.5). A Contractor who is not properly licensed will have his proposal declared non-responsive (Business and Professions Code Section 7028.15(e). Any Proposer or Contractor not so licensed shall be subject to all legal penalties imposed by law, including but not limited to any appropriate disciplinary action by the Contractor's State License Board (Public Contract Code Section 20103.5). The City Council of the City of Tustin has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed and a copy of the same in on file in the office of the City Engineer. Not less than said prevailing rates shall be paid to the workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. IV. PROPOSAL REQUIREMENTS Proposals must be prepared on the approved proposal forms in conformance with the INSTRUCTIONS TO PROPOSERS (Attachment B and C) and submitted in a sealed envelope plainly marked on the outside. CITY OF TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 4 1. Content & Format The City requests that proposals submitted be organized and presented in a neat and logical format and are relevant to these services. Proposals shall be clear, accurate, and comprehensive. Excessive or irrelevant material will not be favorably received. Proposals shall contain no more than 10 typed pages (this would be in addition to the City's proposal documents found in Attachment B using a 10 point minimum font size, including transmittal/offer letter; but excluding Index/Table of Contents, tables, charts, and graphic exhibits. The purpose of these restrictions is to minimize the costs of proposal preparation and to ensure that the response to the RFP is fully relevant to the specifications. 2. Approach A description of the Contractor's approach and work program to meet the City's objectives shall be included. It should explain the technical approach, methodology, and specific tasks and activities that will be performed to address the specific issues and work items. 3. Team Organization The purpose of this section is to describe the organization of the project team including subcontractors and all key staff. An account manager and an alternate field manager shall be named who shall be the prime contact and be responsible for coordinating all activities with the City. An organization diagram shall be submitted showing all key team members and illustrating the relationship between the City, the account manager, key staff, and subcontractors. There also should be a brief description of the role and responsibilities of all key staff and subcontractors identified in the team organization. 4. Statement of Qualifications The information provided in this section should describe the qualifications of the Contractor and key staff in performing projects within the past five years that are similar in scope and size to demonstrate competence to perform these services. The projects listed should be those that the key staff named for this project were responsible for performing. Information shall include: Names of key staff that participated on named projects and their specific responsibilities. CITY of TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 5 • The client's name, contact person, addresses, and telephone numbers. • A brief description of type and extent of services provided. • Completion dates (estimated, if not yet completed). • Total costs of the projects. There should be included, in the section, brief resumes of key personnel who will provide these services demonstrating their qualifications and experience. Resumes should highlight education, relevant experience, licenses, and specific responsibilities for services described. 5. Statement of Offer & Signature The Proposal shall contain a statement that the proposals are a firm offer for a 90 - day period and signed by an individual authorized to act on behalf of the Contractor. V. GENERAL REQUIREMENTS 1. Insurance Requirements Public Liability and Property Damages. The Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $1,000,000.00. The following insurer endorsements are required if not part of the policy: The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; The policy covers blanket contractual liability; The policy limits or liability are provided on an occurrence basis; The policy covers broad form property damage liability; The policy covers personal injury as well as bodily injury liability; The policy covers explosion, collapse, and underground hazards; CITY of TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February2019 Page 6 The policy covers products and completed operations; The policy covers use of non -owned automobiles; and The coverage shall not be cancelled or terminated unless thirty (30) days written notice is first given to the City of Tustin. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is acceptable. Workers' compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. Contractor shall provide to the City, within ten (10) working days after the date of Notice of Award of the contract, evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non- negotiable and City will not consider waiving insurance requirements. There are no exceptions. 2. Standard Form of Agreement The Contractor will enter into an agreement with the City based upon the contents of the RFP and the Contractor's proposal. The City's standard form of agreement is included as Attachment C. The contractor shall carefully review the agreement, and include with the proposal a description of any exceptions requested to the standard contract. If there are no exceptions, a statement to that effect shall be included in the proposal. 3. Disclaimer This RFP does not commit the City to award a contract, or to pay any costs incurred in the preparation of the proposal. The City reserves the right to extend the due date for the proposal, to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified Contractor, or to cancel this RFP in part or in its entirety. The City may require the selected contractor to participate in CITY OF TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 7 negotiations and to submit such technical, fee, or other revisions of their proposal as may result from negotiations. The proposal shall remain open and valid for a period of at least 90 days from the designated due date indicated for proposals in the RFP. Please state in your proposal that it will remain valid for this period. Once your proposal is accepted during this period, the price quoted in your proposal must remain unchanged for the entire period of the resulting contract unless otherwise specified in this RFP. 4. Assigned Representatives The City will assign a responsible representative to administer the contract, and to assist the Contractor in obtaining information. The Contractor also shall assign a responsible representative (Account Manager) and an alternate, who shall be identified in the proposal. The Contractor's representative will remain in responsible charge of the Contractor's duties from the notice -to -proceed through project completion. If the Contractor's primary representative should be unable to continue with the project, then the alternate representative identified in the proposal shall become the Account Manager. The City's representative shall first approve any substitution of representatives or subcontractors identified in the proposal in writing. The City reserves the right to review and approve/disapprove all key staff and subcontractor substitution or removal, and may consider such changes not approved to be a breach of contract. 5. City Business License A City business license will be required of the Contractor and any subcontractors for services under this agreement. 6. Contract Bonds Both the Faithful Performance Bond and the Labor and Materials Payment Bond shall each be for not less than one hundred percent (100%) of the total contract amount. Bonds shall be of the form attached to Attachment C and secured from a surety company duly authorized to issued such bonds in the State of California and shall be subject to the approval and acceptance of the City Council and City Attorney. The Labor and Materials Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Faithful Performance Bond will not be released until one year after said date. Additionally, the Contractor shall concurrently submit, with the bonds, a certified copy of the most recent Certificate of Authority issued to the bonding company by the California Insurance Commissioner. CITY OF TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 8 7. Execution of Contract Within ten (10) calendar days after the date of the Notice of Award, the Contractor shall execute and return the following contract documents to the Agency. Contract Agreement Faithful Performance Bond Labor and Materials Payment Bond Public Liability and Property Damage Insurance Certificate and.Endorsements Compensation Insurance Certificate and Endorsements Certified copy of Certificate of Authority, from the California Insurance Commissioner, issued to the Insurance and/or bonding companies. Contractor shall provide to the City within ten (10) working days after the date of Notice of Award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non- negotiable and the City will not consider waiving insurance requirements. There are no exceptions. The Contract Agreement shall not be executed by the authorized City officials bidder is licensed in accordance with Professions Code. considered binding upon the City until No contract will be executed unless the -he provisions of the State Business and A corporation to which an award is made may be required, before the Contract Agreement is executed by the City, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 8. Extension of Contract The City shall have the right and option to extend the term of this contract for three (3) consecutive additional years following the original 2 year term of this contract, by giving written notice to the Contractor prior to the end of the original contract term. Contract unit price adjustments may be provided annually at the discretion of the City as described below: Contracted unit prices are subject to annual review effective July 1 of each year to reflect a not -to -exceed Consumer Price Index (CPI) changes in cost. The rates may be adjusted each year on July 1, at the sole discretion of the City or, upon written request for an increase from Contractor one -hundred twenty (120) days prior to July CITY OF TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 9 1, all based upon the percentage change in the CPI for All Urban Consumers for the Los Angeles -Riverside -Orange County, CA Metropolitan Area ("Index") published by the United State Department of Labor, Bureau of Statistics for the preceding year (December to December) calculated to the nearest one cent. The Index published more immediately preceding the effective adjustment date is to be used in determining the amount of adjustment. If the Index has changed from the previous Index basis, the unit prices for the following year of the term of the contract shall be set by multiplying the previous unit prices by a ratio, the numerator being the new Index value and the denominator being the previous index value. The index value for the beginning of the original contract,term shall be the Index in effect at time of the proposal. If only a portion of a unit price changes, that portion alone shall be adjusted by the ratio. The portion of the total unit price to be adjusted shall be determined by the Director of Public Works based on documentation submitted by the Contractor. The first rate adjustment will be effective July 1, 2020. The same method of adjustment shall apply to all future renewal years. Unless otherwise directed by the City Council, the Director of Public Works will renew the contract based on the Contractor's overall performance and upon renewal of all bonds and insurance certificate with increases not to exceed the annual CPI as described. 9. Termination of Contract Agreement The City reserves the right to terminate this Contract Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor, except that where termination is due to the fault of the Contractor and constitutes an immediate danger to the health, safety and general welfare, the period of notice shall be such shorter time as may be appropriate. Upon receipt of the notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the City. Contractor shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by City thereafter. If termination is due to the failure of the Contractor to fulfill its obligations under this Contract Agreement, City may take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated, provided that the City shall use reasonable efforts to mitigate damages, and City may withhold any payments to the Contractor for the purpose of offsetting or partial payment of the amounts owed to City. VI. CONTRACTOR EVALUATION & SELECTION PROCESS The City's Contractor evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The following criteria will be used in evaluating the proposals using a point value system (100 points) based upon the weighting indicated below: CITY of TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment District Areas - RFP February 2019 Page 10 1. City's evaluation of the Contractor's Statement of Technical Ability and Experience. (15 Points) 2. Contractor's ability to show "Qualified Proposer" status by detailed answers to the Maintenance Service Questionnaire. (25 Points) 3; Commitment by Contractor to supply necessary equipment to fulfill the contract specifications. (10 Points) 4. Local experience and knowledge of landscape maintenance in the public sector. (15 Points) 5. The best economic value of the proposal. (25 Points) 6. Contractor's ability to provide the required bonds, insurance certificate(s) and satisfactory references. (10 Points) The City may elect to interview a short list of qualified firms or to interview only the top rated Contractor based upon the proposals submitted for the project. The City staff will negotiate a contract with the best -qualified Contractor for the desired landscape maintenance services. Should the City staff be unable to negotiate a satisfactory contract with the Contractor considered to be the most qualified, negotiations with that Contractor shall be formally terminated. Negotiations will then be undertaken with the next most qualified contractor. Failing accord with the second most qualified contractor, the City staff will terminate negotiations and continue the negotiation process with the next most qualified contractors in order of their evaluation ranking until an agreement is reached and a contractor is selected and an agreement is executed. Additional information related to the contractor selection process will be made available in the future once the City has executed this contract. Please refrain from making any verbal inquires or requests for a formal debriefing related to the subject RFP until the City of Tustin completes the ongoing contract process. VII. ADMINISTRATION SPECIFICATIONS A. The City of Tustin's Rights to Proposals All proposals, upon submission to the City of Tustin shall become its property for use as deemed appropriate. By submitting a proposal, the offer covenants not to make any claim for or have any right to damages because of any misinterpretation or misunderstanding of the specification, or because of any misinformation or lack of information. The City of Tustin has the following prerogatives with regard to proposals submitted: - to accept or reject any or all proposals; CITY OF TUSTIN Landscape Maintenance Services for Landscape & Lighting Assessment aistrict Areas - RFP February 2019 Page 11 - to correct any arithmetic errors in any or all proposals submitted; - to utilize any or all the ideas from proposals submitted; - to change the proposal's due date upon appropriate notification; - to adopt any or all of an offeror's proposal; and - to negotiate modifications to the scope and fee with selected offeror prior to contract award. CITY OF TUSTIN ORANGE COUNTY, CALIFORNIA NOTICE TO CONTRACTORS PROPOSAL, CONTRACT AND SPECIFICATIONS FOR LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS JULY 1, 2019- JUNE 30, 2021 February 2019 Field Services Division City of Tustin 300 Centennial Way Tustin, CA 92780 (714) 573-3350 CONTENTS ATTACHMENT TITLE A------------------------------------------------------------- NOTICE TO CONTRACTORS B ------------------------------------------------------------ PROPOSAL DOCUMENTS C------------------------------------------------------------- CONTRACT AGREEMENT D------------------------------------------------------------- GENERAL PROVISIONS E------------------------------------------------------------- SPECIAL PROVISIONS F------------------------------------------------------------- GENERAL NOTES, LOCATIONS & DETAILS SECTION A NOTICE TO CONTRACTORS SECTION A CITY OF TUSTIN, CALIFORNIA NOTICE TO CONTRACTORS SEALED PROPOSALS will be received at the office of the City Clerk, Tustin City Hall, 300 Centennial Way, Tustin, California 92780 until 10:00 A.M. on the 19th day of March, 2019 for performing work as follows: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 - June 30, 2021 This work shall consist in part of furnishing all labor, materials, tools, equipment, transportation and incidentals as required by plans, specifications and contract documents for the above stated project. The work to be done hereunder consists of providing Landscape Maintenance services in all landscaped areas that will include proactive management, detail oriented supervision, transportation, mowing/edging of turf, fertilization, pest control, irrigation management/repair, and the pruning/trimming of shrubs and groundcover to accomplish all required Landscape Maintenance services at all Landscape & Lighting Assessment District Areas, all as detailed on the plans and specified herein or as customarily necessary to complete the intent of the proposed work, which is to provide a lush, visually pleasing, well maintained and high quality landscape, with all work being completed within the specified timeframe. Plans, specifications and proposal forms to be used for bidding on this project can only be obtained by prospective bidders at the office of the Public Works Department, Tustin City Hall, 300 Centennial Way, Tustin, California 92780, upon payment of $15.00 per set or will be mailed out upon payment of $20.00 per set, which amounts are not refundable. This is not a Public Works project, but rather a Landscape Maintenance Service Contract and therefore is not subject to award to the lowest bidder. This contract is structured like a Public Works contract for convenience purposes only. The award of this contract for General Fund Areas will be made at the discretion of the City, based on the qualifications and the cost proposals submitted by contractors with responsive proposals. The contract will be for a period of twenty-four (24) months from July 1, 2019 to June 30, 2021, with renewal on a year -by -year basis for an additional three years at the sole discretion of the City. Unless otherwise directed by the City Council, the Director of Public Works will renew the contract based on the Contractor's overall performance, and upon renewal of all bonds and insurance certificate(s). A-1 In conformance with Section 37931 of the Government Code, all bids shall be presented under sealed cover on the proposal form provided and accompanied by bidder's security in the form of cash, cashier's check, certified check or bid bond issued by a surety company authorized to issue such bonds in the State of California. The security shall be for the amount not less than 10% of the amount of the bid. A bid shall not be considered unless one of the forms of bidder's security is enclosed therewith. A Faithful Performance Bond in the amount of 100% and a Labor and Materials Bond in the amount of 100% in the form attached to the contract documents shall be provided. Said bonds shall be issued by a surety company duly authorized to issue such bonds in the State of California. Prior to execution of contract, Contractor shall provide City with insurance certificate(s) with endorsements evidencing commercial general liability and automobile liability insurance as prescribed in the contract, with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade B- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. If a proposal bond is supplied, a proposal bond from an admitted surety is required. If the bond surety is not admitted, the City shall reject the proposal as non-responsive. The City shall not accept a surety provided by a surplus line broker; nor shall the City allow a Contractor to substitute a proposal surety after the proposals are evaluated. Additionally, the Contractor shall concurrently submit, with the bonds and insurance certificate(s) with endorsements, a certified copy of the most recent Certificate of Authority issued to the bonding companies by the California Insurance Commissioner. Contractor shall provide to the City within ten working days after the date of Notice of Award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. The City of Tustin hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit proposals in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex or religion in any consideration leading to the award of contract. The City's final selection criteria for award of contract will based on, but not limited to the following analysis: City's evaluation of the Contractor's Qualification Statement, Experience in Landscape Maintenance Service Questionnaire and proof of professional certifications/licenses. A-2 A. State Contractor's License A or C-27 B. Certified Arborists (ISA,NAA) C. State of California: 1. Pest Control Applicator - Class B 2. Pest Control Advisor- Classes B, D, & E D. Certified Water Auditor 2. Commitment by Contractor to supply necessary equipment to fulfill the contract specifications (equipment, type, brand and number), at level ensuring no production interruption. 3. The best economic value of the proposal. 4. Contractor's ability to provide the required bonds, insurance certificate(s) and satisfactory references. The City of Tustin reserves the right to reject any or all proposals, and/or to waive any informality on a proposal. No bidder may withdraw his proposal for a period of forty-five (45) days after the date set for the opening thereof. Prior to proposal opening bidder may withdraw his proposals. Proposals received after the due time and date herein will be returned to bidder unopened. Pursuant to the California Public Contract Code, the Contractor will be entitled to post approved securities with the City or an approved financial institution in order to have the City release funds retained by the City to insure performance to the contract. Every person submitting a proposal must have a Contractor's license for the work, in the classification of A or C-27, at the time of making a proposal. Further, it is a misdemeanor not to have a license at the time of the proposal. (Business and Professions Code Section 7028.15(a). In the case of joint ventures, each person comprising the joint venture shall have a Contractor's license at the time of the proposal. (Business and Professions Code Section 7028.15(c). However, the joint venture itself must have a "joint venture license" not later than the time of the award of proposal. (Business and Professions Code Section 7029.1). In the case of City contracts, which involve federal funds, the Contractor must be properly licensed at the time of award of the contract. (Public Contract Code Section 20103.5). A Contractor who is not properly licensed will have his proposal declared nonresponsive. (Business and Professions Code Section 7028.1 S (e). Any bidder or Contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractor's State License OR Board. (Public Contract Code Section 20103:5). Failure to comply with these license requirements may also result in a forfeiture of bidder's security. The City Council of the City of Tustin has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed and a copy of the same is on file in the office of the City Engineer. Not less than said prevailing rates shall be paid the workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. City Hall Offices are currently open from 7:30 a.m. to 5:30 p.m. Monday through Thursday and 8:00 a.m. to 5:00 p.m. on the Friday that City Hall remains open. The Contractor's activities shall be confined to the hours between 7:00 a.m. and 4:00 p.m. Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Engineer except in emergencies involving immediate hazard to persons or property. This contract is one of two Landscape Maintenance contracts to run concurrently. The intent of the City is to have two (2), separate Contractors providing landscape maintenance services to the City. UZI! L E G A L N 0 T I C E NOTICE TO CONTRACTORS NOTICE INVITING SEALED PROPOSALS FOR THE CITY OF TUSTIN DEPARTMENT OF PUBLIC WORKS NOTICE IS HEREBY GIVEN that proposals will be received at the Office of the City Clerk, Tustin City Hall, 300 Centennial Way, Tustin, California 92780 until 10:00 A.M. on the 19th day of March 2019, for performing the work as follows: Project Title: Landscape Maintenance Services for Landscape & Lighting Assessment District Areas /_1 ki1I7 Project Title: Landscape Maintenance Services for General Fund Areas This work shall consist in part of furnishing all labor, materials, tools, equipment, transportation, and incidentals as required by plans, specifications, and contract documents for the above stated projects. The work to be done hereunder consists of providing Landscape Maintenance services in all landscaped areas that will include proactive management, detail oriented supervision, transportation, mowing/edging of turf, fertilization, pest control, irrigation management, monitoring, and repair, and the pruning/trimming of shrubs and ground cover to accomplish all required Landscape Maintenance services at all areas, all as detailed on the plans and specified herein or as customarily necessary to complete the intent of the proposed work, which is to provide a lush, visually pleasing, well maintained, and high quality landscape, with all work being completed within the specified timeframe. OBTAINING PROPOSAL DOCUMENTS: A copy of the RFP (including the maps, specifications, and contract documents) are available for purchase at Public Works Department, Tustin City Hall, 300 Centennial Way, Tustin, California 92780, upon payment of a $15.00 per set or will be mailed upon payment of $20.00 per set, which amounts are not refundable. The successful proposal(s) shall be required to enter into a contract with the City of Tustin, in a form approved by the Tustin City Attorney. City Hall offices are currently open from 7:30 A.M. to 5:30 P.M., Monday through Thursday and 8:00 A.M. to 5:00 P.M. on Friday. QUESTIONS REGARDING THIS RFP: All questions regarding this request will be limited to written form and shall be submitted no later than March 11, 2019 at 10:00 a.m. Verbal inquiries will not be accepted. Questions shall be directed to Christine Zepeda by address above. Published on: February 21, 2019 February 28, 2019 A-5 SECTION B PROPOSAL DOCUMENTS SECTION B PROPOSAL TO THE CITY OFTUSTIN, CALIFORNIA FOR LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 Name of Bidder: Business Address: PhoneNumber: The work to be done and referred to herein is in the City of Tustin and is to be constructed in accordance with the plans, specifications and contract annexed hereto and also in accordance with the latest edition of the "Standard Specifications for Public Works Construction". The work to be done is shown upon plans and specifications entitled: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 Said plans and specifications are on file in the office of the City Engineer, Tustin, California. A high level of service is expected with a minimum of daily service for complete landscaping services of all Landscape & Lighting Assessment District Areas as per the contract: TO THE CITY OF TUSTIN The undersigned, as bidder, declares that the only persons or parties interested in the proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of the contract, and the plans therein referred to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of Tustin, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction/maintenance, and to do all work and furnish all materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take full payment therefore at the following unit prices, to -wit: B-1 PROPOSAL FOR LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 CITY OF TUSTIN ITEM NO. QUANTITY UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A. 12 Monthly Turf - Mow/Edge $ $ B. 12 Monthly Turf Maintenance $ $ C. 12 Monthly Landscape Maintenance $ $ D. 12 Monthly Irrigation System Maintenance $ $ E. 12 Monthly Facility Maintenance $ $ F. 12 Monthly Weed, Rodent & Pest Control $ $ G. 12 Monthly Hardscape, Bomanite, etc (Clean-up) $ $ H. 12 Monthly ° Trash Pick-up $ $ Annual Total F$— LUMP LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and inclusive landscape maintenance as per the specifications and the individual attachments. The areas are representative and measurements are to be taken by the Contractor; however, boundaries are to be inclusive in your proposal item price. The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month. B-2 The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to furnish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. Note: The City Hall complex and the Main Street Reservoir site shall be kept in pristine condition. T 1: , Positions At a minimum, contractor shall provide one (1) full-time supervisor and eleven Work Performed Required Vehicle Location/Purpose (11) full-time positions as depicted in the table below: Refurbishment positions are additional (1) Supervisor (1) Pickup truck All Contract Sites (2) Fully stocked trucksAll (1) Irrigation Specialist Include Irrigation with irrigation controller stroll Contract Sites (1) Irrigation Technician System Monitoring and remotes for C e Maintenance for and Weathermatic Calsense, Maxicom, Weathermatic, Signature, and (Cental (1) Mow Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew Laborers Maintenance (2) Detailed Maintenance Detailed Maintenance All Contract Sites Laborers (1) Detailed Maintenance Detailed Maintenance (1) one -ton stake bed All Contract Sites Drivers /Leadworker trucks or equivalent General litter control, (1) one -ton stake (2) Trash Patrol Laborers refuse removal, bed trucks or All Contract Sites and grounds policing equivalent (1) Pest Control Operator Fully stocked spray truck with a valid QAL from the Pest Control Operations with a minimum 100 gallon All Contract Sites State of California tank: B-3 (2) Installation Maintenance Installation (1) one -ton stake bed Refurbishment Items Laborers trucks or equivalent (1) Installation Maintenance Drivers Installation (1) one -ton stake bed Refurbishment Items /Leadworker trucks or equivalent 1 Irrigation Technician () g Include Irrigation g (1) Fully stocked truck with irrigation controller Refurbishment Items Installation remotes for Calsense The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a weekly basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal for this Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below: No. of Total Weekly Hourly People Hours Provided Rate I. Supervisor/Quality Control Manager 1 40 II. Pesticide Applicator(s) 1 30 III. Irrigation Technician(s) 2 80 IV. Foreperson(s) 1 40 V. Landscape Laborers 6 240 VI. Fireman (To resolve daily City hot issues) 1 40 Total Full Time Positions Proposal 12 *Average, labor will flex to accommodate seasonal growth periods. Total Weekly Hours Provided 470 M." W in Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS U NIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From EI Camino Real to Parkview Landscape & A-1 Browning Avenue East Parkway 1 Parkway Hardscape 181,900 4.18 From Parkview to Bryan Avenue Landscape & A-2 Browning Avenue East Parkway 1 Parkway Hardscape 19,330 0.44 From 800' N/0 Bryan Avenue to Landscape & A-3 Browning Avenue 1300'S/0 Irvine (East) 1 Parkway lHardscape 24,270 0.56 From Browning Ave. to Parkcenter Landscape & A-4 Bryan Avenue Lane (South) 1 Parkway Hardscape 19,520 0.45 From Parkcenter to Tustin Ranch Landscape & A-5 Bryan Avenue Rd. (South) 1 Parkway Hardscape 21,070 0.48 From Heritage Way to Jamboree Landscape & A-6 Bryan Avenue Road (North) 1 Parkway Hardscape 16,320 0.37 From Myford Avenue to Heritage Landscape & A-7 Bryan Avenue Way (North) 1 Parkway Hardscape 13,620 0.31 From Tustin Ranch Raood to Landscape & -8 [A-9 Bryan Avenue Myford Road (North) 1 Parkway Hardscape 37,470 0.86 From Parkcenter to Tustin Ranch Landscape & Bryan Avenue Road (North) 1 Parkway Hardscape 15,470 0.36 From 400' E/O Browning Ave to Landscape & A-10 Bryan Avenue Parkcenter Lane (North) 1 Parkway Hardscape 13,730 0.32 From Tustin Ranch Road to 65' Landscape & -11 Irvine Boulevard West of Robinson (South) 1 Parkway Hardscape 33,120 0.76 From Myford to 40' East of Landscape & -12 [A-13 Irvine Boulevard Robinson (South) 1 Parkway Hardscape 10,700 0.25 From Myford to 330' West of Landscape & Irvine Boulevard Jamboree Road (South) 1 Parkway Hardscape 22,600 0.52 From Robinson to Jamboree Road Landscape & A-14 Irvine Boulevard (North) 1 Parkway Hardscape 34,930 0.80 From Tustin Ranch Road to Landscape & A-15 Irvine Boulevard Robinson (North) 1 Parkway Hardscape 30,500 0.70 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS U NIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From 110' E/O Ranchwood to Landscape & A-16 Irvine Boulevard Tustin Ranch Road (North) 1 Parkway Hardscape 14,970 0.34 From Irvine Blvd. to Kinsman Circle Landscape & A-17 Tustin Ranch Road (East) 1 Parkway Hardscape 24,000 0.55 Landscape & A-18 Tustin Ranch Road From OCFC to Lagier (East) 1 Parkway Hardscape 9,170 0.21 Landscape & A-19 Tustin Ranch Road From Lagier to Heritage (East) 1 Parkway Hardscape 13,070 0.30 From Irvine Blvd. to Greenway Landscape & A-20 Tustin Ranch Road (East) 1 Parkway Hardscape 23,140 0.53 Landscape & A-21 Tustin Ranch Road From Greenway to La Colina (East) 1 Parkway lHardscape 19,690 0.45 From La Colina to Golf Course Landscape & A-22 Tustin Ranch Road (East) 1 Parkway Hardscape 15,890 0.36 From the Golf Course to Gallery Landscape & A-23 Tustin Ranch Road Way (East) 1 Parkway Hardscape 14,240 0.33 From Gallery Way to Rawlings Landscape & A-24 Tustin Ranch Road (East) 1 Parkway lHardscape 21,930 0.50 From Rawlings to South of Portola Landscape & A-25 Tustin Ranch Road (East) 1 Parkway Hardscape 26,060 0.60 From tustin Ranch Road to Jamboree Road (Including Regional Landscape & A-26 Portola Parkway Trail) (South) 1 Parkway Hardscape 33,541 0.77 From Pioneer Way to Jamboree Landscape & A-27 Tustin Ranch Road. Road (West) 1 Parkway Hardscape 25,000 0.57 From Tustin Ranch Road to Pioneer Road (Including Regional Landscape & A-28 Tustin Ranch Road Trail)(South) 1 Parkway Slope 41,000 0.94 From Portola to Pioneer Way Landscape & A-29 ITustin Ranch Road (Including Regional Trail) I 1 Parkway jHardscape 71,340 1.64 w v Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS U NIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From Township to 350'N/0 Landscape & A-30 Tustin Ranch Road Rawlings (West) 1 Parkway Hardscape 44,620 1.02 Landscape & A-31 Tustin Ranch Road From La Colina to Township (West) 1 Parkway Hardscape 20,360 0.47 From Tustin Ranch Road to West Landscape & A-32 La Colina City Limits (North) 1 Parkway Hardscape 10,020 0.23 From Tustin Ranch Road to West Landscape & A-33 La Colina City Limits (South) 1 Parkway Hardscape 10,020 0.23 Landscape & A-34 Tustin Ranch Road From Adams to La Colina (West) 1 Parkway Hardscape 19,920 0.46 From Irvine Boulevard to Adams Landscape & A-35 Tustin Ranch Road (West) 1 Parkway Hardscape 22,220 0.51 From Palermo to Irvine Boulevard Landscape & A-36 Tustin Ranch Road (West) 1 Parkway lHardscape 9,320 0.21 Landscape & A-37 Tustin Ranch Road From Parkcenter to Palermo (West) 1 Parkway Hardscape 12,600 0.29 Landscape & A-38 Tustin Ranch Road From OCFC to Parkcenter (West) 1 Parkway Hardscape 20,590 0.47 From Bryan Avenue to EI Camino Landscape & A-39 Tustin Ranch Road Real (West) 1 Parkway lHardscape 18,970 0.44 From EI Camino Real to 1-5 Freeway Landscape & A-40 Tustin Ranch Road (West) 1 Parkway Hardscape 24,340 0.56 1440 feet N/0 Tustin Ranch Road Jamboree Road (Centerline) to City Limits East Side Slope Landscape & A-41 (Landscaped Area) Slopes & Parkway 1 Parkway Islope 756,000 17.36 IA 1440 feet N/0 Tustin Ranch Road Jamobree Road (Natural (Centerline) to City Limits East Side Slope Landscape & -42 Area) ISlopes & Parkway I 1 Parkway Slope 1 293,500 1 6.74 f Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS UNIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY Jamboree Road From North City Limits to 610' A-43 (Landscaped Area) South to blockwall (West) 1 Parkway Landscape 103,000 2.36 From Pioneer Road North to 610' Landscape & A-44 Jamboree Road S/O City Limits (West) 1 Parkway Hardscape 25,390 0.58 From Patriot to Pioneer Road Landscape & A-45 Jamboree Road (West) 1 Parkway lHardscape 54,000 1.24 From Tustin Ranch Road to Patriot Landscape & A-46 Jamboree Road (West) 1 Parkway Hardscape 85,290 1.96 Between Pioneer Road & Jamboree Landscape & A-47 Paseo Road (South including sidewalk) 1 Parkway Hardscape 10,900 0.25 From Champion to Portola (West Landscape & A-48 Jamboree Road including Regional Trail) 1 Parkway Hardscape 43,800 1.00 From Peters Canyon Wash Bridge to Champion (West including Landscape & A-49 Jamboree Road Regional Trail) 1 Parkway Hardscape 41,400 0.95 Robinson to Peters Canyon Wash Landscape & A-50 Jamboree Road Bridge (West) 1 Parkway Hardscape 42,750 0.98 Lanscape & - A-51 Jamboree Road From Irvine to Keller drive (West) 1 Parkway lHardscape 13,480 0.31 From Bryan to 50'S/0 Tustin Ranch Landscape & A-52 Jamboree Road Plaza (West) 1 Parkway Hardscape 17,430 0.40 East parkway of Tustin Ranch Road from Jamboree Road to Portola, Westside of Jamboree from Tustin Ranch Road to Portola, Northside Jamboree/Tustin Ranch of Portola from Tusin Ranch Road 3 -Parkways Landscape & A-53 Road/Portola to Jamboree Triangle Hardscape 78,500 1 1.80 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS O7 ITotals 2,789,172 64.02 UNIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From Peters Canyon Regional Park to Pioneer Road (Including Landscape & A-54 Peters Canyon Trail Regional Trail) 1 Parkway lHardscape 88,000 2.02 110' East of Ranch Wood to Tustin Landscape & A-55 Irvine Boulevard Ranch Road (South) 1 Parkway Hardscape 18,200 0.42 Peters Canyon Trail Landscape & A-56 (Phase V) Trail Hardscape 16,450 0.38 Residential A-57 2061 Valhalla Drive Residential House House Landscape 19,602 0.45 esi entia A-58 111781 Outlook Lane Residential House House Landscape 20,909 0.48 O7 ITotals 2,789,172 64.02 REFURBISHMENT ITEMS Instructions: Proposers may submit pricing information on their own forms but this Proposal Offer Form must also be completed. UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required -for added or deleted items of work. F. All work shall be performed in accordance with the specifications described in the RFP. G. Plant installation unit prices shall include appropriate amounts of soil amendments and fertilizer tabs. ITE M PRODUCT/DESCRIPTION MIN. QTY. TYPE COST TOTAL COST POCs Connection Product 1 Calsense Controllers 1 Ea. 2 -LR Local Radio Communication Option 1 Ea. 3 -RRe Enhanced Radio Remote Receiver Board 1 Ea. 4 TP -1 Controller Station Transient Protection Board 1 Ea. 5 TP -110 AC Line Protection 1 Ea. 6 LR-Dome-RRe Local Radio and Radio Remote Enhanced Dome 1 Ea. 7 ANT -CABLE -RR -6 Calsense integrated radio remote receiver (RR/RRE) antenna cable, 6' yellow 1 Ea. 8 ANT -CABLE -LR -6 Local radio 6' antenna cable, blue 1 Ea. 9 Calsense Flow Meter FM 1.25B 1 Ea. JI -KI 10 2" Griswold NIC 2250RE Pressure Reducing/ Surge Anticipating 1 Ea. 11 2" Hayward Eaton #72 SS Simplex Basket Strainer 60- Mesh 1 Ea. 12 Wilkens 2" 975XL RP Backflow Preventer 1 Ea. 13 Sentry Valve Guard SV200-20 1 Ea. 14 Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.) 1 Ea. 15 Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T cover 1 Ea. 16 Brass Ball Meter Vales (Keyed) 1 Ea. 17 Brass Ball Valve 2" 1 Ea. Pedestals 18 Meyers MEUG16X 120/240V 1 Ea. 19 Meyers MEUG46X 120/240V 1 Ea. Valve & Flow Sensor Runs 20 Trenching - 8" Wide by 18" Deep 12,000 L, F. 21 14g Wiring 60,000 L. F. Mainline 22 Trenching 8" Wide by 24" Deep 12,000 L. F. 23 2 1/2" Sch. 80 PVC (POC) 1,000 L. F. 24 2 1/2" Sch. 40 PVC 12,000 L. F. 25 4" Sch. 40 PVC Sleeving 300 L. F. Lateral Line 26 Trenchinq 8" Wide by 12" Deep 23,000 L.F. 27 11/2" Sch. 40 PVC 23,000 L.F. Pedestal Footing R&R 28 Meyers MEUG16X 120/240V 1 Ea. 29 Meyers MEUG46X 120/240V 1 Ea. Irrigation Zone Valves 30 Rain Bird 200 EFB-CP-R Valve 1 Ea. 31 Rain Bird XCZ-150-PRB-COM _ Irrigation Heads/Nozzles 32 Rain Bird RD12SP30FN 1 Ea. 33 Rain Bird MPR Series Nozzles 1 Ea. 34 Rain Bird SQ Series Nozzles 1 Ea. 35 Rain Bird HE -VAN Series Nozzles 1 Ea. 36 Rain Bird R -Series Rotary Nozzles 1 Ea. 37 Rain Bird R -VAN Series Rotary Nozzles 1 Ea. 38 Hunter 1-20-12 (shrub rotor) 1 Ea. Dripline 39 1 Rain Bird XFS-06-12-XXX 200,000 L.F: Wire Tracing/Fault Locating/Repair 40 racing 5,000 L. F. Miscellaneous Irrigation Parts 41 2" Griswold NIC 2250 PIN 520 1 Ea. 42 2" Griswold NIC 2250 PIN 6347 1 Ea, 43 2" Griswold NIC 2250 PIN 8528 1 Ea. 44 2" Griswold NIC 2250 PIN 2 -PV -2 .1 Ea. 45 Carson/Oldcastle 1200 Jumbo Rectangular 1 Ea. 46 Carson/Oldcastle 0910 10" Depth Round Valve Box Q.C. 1 Ea. 47 Rain Bird 200 EFB-CP Valve Replacement Diaphragm 1 Ea. B-11 48 Rain Bird 200-PESB Valve Replacement Diaphragm 1 Ea. 49 Rain Bird QC 33-DLRC 1 Ea. 50 Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB -R Valves 1 Ea. 51 1 Rain Bird PRS -Dial Pressure Regulator 10 Ea. Plant Material Installed Minimum "G" Rated 52 Ground Cover 2,200 50 CT Flat 53 One Gallon 15,000 Ea. 54 Seven Gallon 6,000 Ea. 55 Install Mulch 2,000 C.Y. 56 Rototill 205,000 S.F. 57 Soil Test 6 Ea. 58 Planting Soil 40,000 C.Y. Labor & Equipment 59 Landscape Maintenance Supervisor 1 Hour 60 Pest Control Applicator 1 Hour 61 Irrigation Specialist 2,080 Hour 62 Landscape Maintenance Leadworker 2,080 Hour 63 Equipment O erator 1 Hour 64 Landscape Maintenance Laborer 8,320 Hour 65 One -Ton Truck 8,320 Hour INK PROPOSAL/EXTRA WORK COSTS 1. Extra work costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf Maintenance 1. Edge & Trim $ /If 2. Fertilization $ /sf 3. Aerification $ /sf 4. Dethatching $ /sf 5. Weed Control $ /sf 6. Additional Mowing $ /sf B. Ground Cover, Shrub and Tree Maintenance 1. Edge & Trim $ /If 2. Weed & Clean-up $ /sf 3. Soil Injections $ /sf 4. Foliar Applications $ /sf 5. Tablet or dry formulations placement $ /sf 6. Pruning/Shrubs $ /each 7. Vine Care $ /each 8. Vertical Mulch Trees $ /each 9. Vegetation Removal $ /sf C. Plant Material (installed including labor) 1. Annual Color $ /flat 2. Ground Cover $ /flat 3. One (1) Gallon $ /each B-13 4. Five (5) Gallon 5. Fifteen (15) Gallon 6. Seeded Turf 7. Sodded Turf 8. Stolonized Turf $ /each $ /each $ /sf $ /sf $ /sf D. Irrigation Installation (including all labor, fittings & equipment) 1. 1/2" Valve— Electric 2. 3/4" Valve - Electric 3. 1" Valve - Electric 4. 6" Pop-up 5. 12" Pop-up $ /each $ /each $ /each $ /each $ /each The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail. The basis for determining the low proposal shall be by correctly multiplying the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price is not legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. If both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker, Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS (NOTICE: Insert the words "Cash ($ ", "Cashier's Check", "Certified Check", or "Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) B-15 The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If the bidder or other interested person is a corporation, state legal name of corporation and names of the president, secretary, treasurer, and manager thereof; if a co- partnership, state true name of firm and names of all individual co-partners composing firm; if the bidder or other interested person is an individual, state first and last names in full. Signed: Title: Date: NOTE: If the bidder is a corporation, the legal name of the corporation shall be setforth above, together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if the bidder is a co -partnership the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign contracts on behalf of the co -partnership; and if the bidder is an individual, his signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a co -partnership, a Power of Attorney must be on file with the City of Tustin prior to the evaluating or submitted with the proposal; otherwise, the proposal will be disregarded as irregular and unauthorized. Business Address AM The proposal shall list the name and address of the place of business of each subcontractor required to be listed by the provisions in Section 2-3 "Subcontractor" of the Standard Specifications to whom the Bidder proposes to subcontract portions of the work. LIST OF SUBCONTRACTORS Name, Address & Telephone Type of Work to be Done Percentage of Work No. of Subcontractor by Subcontractor B-17 QUALIFICATION STATEMENT The Undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter (attach additional paper as needed). SUBMITTED BY: NAME: ADDRESS: CORPORTATION PARTNERSHIP h' PRINIPAL OFFICE: OTHER 11 1. Bidder must submit a list of five (5) references in the Southern California area that indicate he has successfully completed (within the last three years) or is presently engaged in similar type of work, that are at least of equal size and scope. The following is to be included with proposal: A. Name and Location of Each Reference Name and Phone Number of Contact Person (familiar with project) Contract Amount Scope of Work with Proposal Item Amounts. B. Submit a summary of all claims made in the last five (5) years on the aforementioned projects: Name of Claimant Amount of Claim Nature of Claim Final Status of Claim 2. Largest number of personnel in the past five (5) years. Number of Employees Year 3. Resume of type of work in which your firm possesses experience. 4. How many years has your organization been in business? A. Number of years company has provided Landscape Maintenance Services: B. Number of years company has provided Landscape Maintenance Services for Public Agencies: B-18 5. How many years has your organization been in business under its present business name? A. Under what other or former name(s) has your organization done business? 6. If a corporation, answer the following: A. Date of Incorporation: B. State of Incorporation: C. President's name: D. Vice-president's name(s): E. Secretary's name: F. Treasurer's name: 7. If an individual or a partnership answer the following: A. Date ofOrganization: B. Name and address of all partners (State whether general or limited partnerships): 8. If other than a corporation or partnership, describe organization and name principals: 9. List states and categories in which your organization is legally qualified to do business. Indicate registration or license numbers if applicable. List states in which partnership or trade name is filed. B-19 10. Describe the work your organization normally performs with its own forces: 11. Have you ever failed to complete any work awarded to you? If so, note when, where and why: 12. Within the last five (5) years, has any officer or partner of your organization ever been an officer or partner of another organization when it failed to complete a construction contract? If so, attach a separate sheet of explanation. 13. Total Quality Management: What is your company's plan to insure compliance with the contract specifications and insure quality work? 14. Equipment: A. List the types of primary vehicles/equipment and number of each to be assigned to this contract. B. Note any equipment, which will also be used on another contract. C. List the back-up equipment assigned to this contract to assure no production interruption. AM 15. Personnel: A. Number of employees committed to Landscape Maintenance Operations • Supervisors • Irrigation Technicians • Foremen • Pesticide Applicators • Landscaper Laborers • Fireman B. List total number of employees to be assigned to this contract. C. Who will be the Contractor's Representative with the City? D. What is his/her background? E. What is his/her education? CONTRACTORS NAME: Signed By: Title: Note: Attach proper Notary Acknowledgement for signature of authorized person (Use copy of blank form provided in this section.) B-21 LANDSCAPE MAINTENACE SERVICE QUESTIONNAIRE Please answer the following questions in detail, using additional paper as necessary: 1. What makes your company the best company for this job? 2. What type of in-house training do you provide for your staff? 3. Who is responsible for training the Landscape Maintenance Workers and what type of training is provided and at what intervals? 4. What is the address of the facility from which work crews will be assigned? 5. What communication system do you use to communicate between field staff and office staff? 6. Are you able to provide quick emergency responses? And how? 7. Can your insurance and sureties broker provide you with the required rating and coverage? . Specify the A.M. Best's rating (grade and class) of your current insurance(s) and sureties. 8. Provide a Maintenance Schedule, utilizing your proposed man -power from page B-4. I:?16% BIDDER BOND CITY OF TUSTIN STATE OF CALIFORNIA KNOWN ALL MEN BY THESE PRESENTS, that we, as PRINCIPAL, and as SURETY, are held and firmly bound unto the City of Tustin, hereinafter called the CITY, in the penal SUM OF TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Tustin for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-mentioned bid to the City of Tustin for certain services specifically described as follows, for which bids are to be evaluated at Tustin, California At 10:00 A.M. on March 19, 2019 for the services of: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 NOW, THEREFORE, if the aforesaid Principal is awarded the contract; and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files two bonds satisfactory to the City, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. B-23 In the event suit is brought upon this bond by the Obligee and judgment is recovered, the surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this day of A.D., 20 Principal Surety ADDRESS: (Seal) (Seal) (Seal) (Seal) NOTE: Signatures of those executing for the surety must be properly acknowledged. (Use copy of blank form provided in this section.) B-24 NONCOLLUSION AFFIDAVIT To be executed by bidder and submitted with proposal. State of California ss. County of Orange being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in the section.) B-25 UTILITY AGREEMENT Honorable Mayor and City Council City Of Tustin, California Ladies and Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: B-26 Contractor M Title CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is: of (Party making foregoing proposal) (Hereinafter the "Bidder") 1. Bidder's Contractors License Number is as follows: .Classification: 2. The expiration date of Bidder's Contractor's License is 20 3. Bidder acknowledges that Section 7028.15(a) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed on Signature Typed Name Title Name of Bidder 20—, at (Insert City & State where declaration is signed) This form must be completed, signed and submitted with the proposal (except for federally - funded state projects). B-27 CONTRACTOR'S LICENSING STATEMENT TO BE PROVIDED BY SUCCESSFUL BIDDER PRIOR TO AWARD OF CONTRACT The undersigned Contractor or Corporate Officer, declares under penalty of perjury that the attached copy of the Contractor's pocket license or certificate of licensure is, is current and valid, and is in a classification as required by the project specifications and appropriate to the work to be undertaken for this project. PROJECT: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 NAME OF CONTRACTOR: SIGNED: TITLE: Note: Attach proper Notary Acknowledgment for signature of authorized person. B-28 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor By Title ®ate: CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of ) On Date personally appeared before me, Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/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. WITNESS my hand and official seal. Signature, Place Notary Seal Above Description of Attached Document Signature of Notary Public 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: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: _ B-30 Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing:. SECTION C CONTRACT AGREEMENT SECTION C CONTRACT FOR LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 This agreement, made and concluded, in triplicate, this day of ,20 , between the City of Tustin, California, hereinafter called City, and hereinafter called Contractor. ARTICLE I. Witnesseth, that for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the two bonds, bearing date with these presents and hereunto annexed, the Contractor agreed with City, at his own proper coast and expense, to do all the work and furnish all the materials necessary to construct and complete in good workmanlike and substantial manner and to the satisfaction of the City, in accordance with the plans and specifications, as may be amended from time to time as of the date of this agreement, entitiled: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 Which said plans and specifications are hereby specifically referred to and by such references made a part hereof. Said plans and specifications are on file in the office of the City Engineer of the City of Tustin, California. ARTICLE II. Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in the Agreement; and also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Engineer under them. C-1 CONTRACT • LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 – June 30, 2021 CITY OF TUSTIN ITEM NO. QUANTIT UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A. 12 Monthly Turf - Mow/Edge $ $ B. 12 Monthly Turf Maintenance $ $ C. 12 Monthly Landscape Maintenance $ $ D. 12 Monthly Irrigation System Maintenance $ $ E. 12 Monthly Facility Maintenance $ $ F. 12 Monthly Weed, Rodent & Pest Control $ $ G. 12 Monthly Hardscape, Bomanite, etc (Clean-up) $ $ H. 12 Monthly Trash Pick-up $ $ $ $ Annual Total 1 $ — –1 LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and inclusive landscape maintenance as per the specifications and the individual attachments. The areas are representative and measurements are to be taken by the Contractor; however, boundaries are to be all inclusive in your proposal item price. The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly, and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered as four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month. C-2 The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to furnish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. See Sections D and E for expected provisions. Positions At a minimum, contractor shall provide one (1) full-time supervisor and eleven Work Performed Required Vehicle Location/Purpose (11) full-time positions as depicted in the table below. Refurbishment positions are additional (1) Supervisor (1) Pickup truck All Contract Sites (1)Irrigation Specialist Include Irrigation (2) Fully stocked trucks All Contract Sites (1)Irrigation Technician System Monitoring and with irrigation controller Maintenance for remotes for Calsense Calsense, Maxicom, and Weathermatic Weathermatic, Signature, and (Central (1)Mow Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew Laborers Maintenance (2) Detailed Maintenance Detailed Maintenance All Contract Sites Laborers (1) Detailed Maintenance Detailed Maintenance (1) one -ton stake bed All Contract Sites Drivers /Leadworker trucks or equivalent General litter control, (1) one -ton stake (2) Trash Patrol Laborers refuse removal, bed trucks or All Contract Sites and grounds policing equivalent (1) Pest Control Operator Fully stocked spray truck with a valid QAL from the Pest Control Operations with a minimum 100 gallon All Contract Sites State of California tank: C-3 (2) Installation Maintenance Laborers Installation (1) one -ton stake bed trucks or equivalent Refurbishment Items (1) Installation Maintenance Drivers Installation 1 one -ton stake bed trucks () Refurbishment Items /Leadworker or equivalent (1) Fully stocked truck with 1 Irrigation Technician () g Include Irrigation g irrigation controller remotes Refurbishment Items Installation for Calsense and Weathermatic The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a weekly basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal forthis Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below: No. of Total Weekly Hourly People Hours Provided Rate I. Supervisor/Quality Control Manager 1 40 II. Pesticide Applicator(s) 1 30 III. Irrigation Technician(s) 2 80 IV. Foreperson(s) 1 40 V. Landscape Laborers g 240 VI. Fireman (To resolve daily City hot issues) 1 40 Total Full Time Positions Proposal 12 Total Weekly Hours Provided 470 C-4 *Average, labor will flex to accommodate seasonal growth periods. n in Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS UNIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From EI Camino Real to Parkview Landscape & A-1 1 Browning Avenue East Parkway 1 Parkway IHardscape 181,900 4.18 From Parkview to Bryan Avenue Landscape & A-2 Browning Avenue East Parkway 1 Parkway Hardscape 19,330 0.44 From 800' N/O Bryan Avenue to Landscape & A-3 Browning Avenue 1300'S/0 Irvine (East) 1 Parkway Hardscape 24,270 0.56 From Browning Ave. to Parkcenter Landscape & A-4 Bryan Avenue Lane (South) 1 -Parkway Hardscape 19,520 0.45 From Parkcenter to Tustin Ranch Landscape & A-5 Bryan Avenue Rd. (South) 1 Parkway Hardscape 21,070 0.48 From Heritage Way to Jamboree Landscape & A-6 Bryan Avenue Road (North) 1 Parkway Hardscape 16,320 0.37 From Myford Avenue to Heritage Landscape & A-7 Bryan Avenue Way (North) 1 Parkway Hardscape 13,620 0.31 From Tustin Ranch Road to Myford Landscape & A-8 1 Bryan Avenue Road (North) 1 Parkway Hardscape 37,470 0.86 From Parkcenter to Tustin Ranch Landscape & A-9 Bryan Avenue Road (North) 1 Parkway Hardscape 15,470 0.36 From 400' E/O Browning Ave to Landscape & A-10 Bryan Avenue Parkcenter Lane (North) 1 Parkway Hardscape 13,730 0.32 From Tustin Ranch Road to 65' Landscape & A-11 Irvine Boulevard West of Robinson (South) 1 Parkway lHardscape 33,120 0.76 From Myford to 40' East of Landscape & A-12 Irvine Boulevard Robinson (South) 1 Parkway Hardscape 10,700 0.25 From Myford to 330' West of Landscape & A-13 Irvine Boulevard Jamboree Road (South) 1 Parkway Hardscape 22,600 0.52 From Robinson to Jamboree Road Landscape & A-14 Irvine Boulevard (North) 1 Parkway Hardscape 34,930 0.80 From Tustin Ranch Road to Landscape & A-15 Irvine Boulevard Robinson (North) 1 Parkway Hardscape 30,500 0.70 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS UNIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From 110' E/O Ranchwood to Landscape & A-16 Irvine Boulevard Tustin Ranch Road (North) 1 Parkway Hardscape 14,970 0.34 From Irvine Blvd. to Kinsman Circle Landscape & A-17 Tustin Ranch Road (East) 1 Parkway lHardscape 24,000 0.55 Landscape & A-18 ITustin Ranch Road From OCFC to Lagier (East) 1 Parkway Hardscape 9,170 0.21 Landscape & A-19 Tustin Ranch Road From Lagier to Heritage (East) 1 Parkway Hardscape 131070 1 0.30 From Irvine Blvd. to Greenway Landscape & A-20 Tustin Ranch Road (East) 1 Parkway Hardscape 23,140 0.53 Landscape & A-21 Tustin Ranch Road From Greenway to La Colina (East) 1 Parkway Hardscape 19,690 0.45 From La Colina to Golf Course Landscape & A-22 Tustin Ranch Road (East) 1 Parkway Hardscape 15,890 0.36 From the Golf Course to Gallery Landscape & A-23 Tustin Ranch Road Way (East) 1 Parkway Hardscape 14,240 0.33 From Gallery Way to Rawlings Landscape & A-24 Tustin Ranch Road (East) 1 Parkway Hardscape 21,930 0.50 From Rawlings to South of Portola Landscape & A-25 Tustin Ranch Road (East) 1 Parkway Hardscape 26,060 0.60 From Tustin Ranch Road to Jamboree Road (Including Regional Landscape & A-26 Portola Parkway Trail) (South) 1 Parkway Hardscape 33,541 0.77 From Pioneer Way to Jamboree Landscape & A-27 Tustin Ranch Road Road (West) 1 Parkway Hardscape 25,000 0.57 From Tustin Ranch Road to Pioneer Road (Including Regional Landscape & A-28 Tustin Ranch Road Trail)(South) 1 Parkway Slope 41,000 0.94 From Portola to Pioneer Way Landscape & A-29 ITustin Ranch Road (Including Regional Trail) 11 Parkway jHardscape 71,340 1 1.64 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS UNIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From Township to 350' N/O Landscape & A-30 Tustin Ranch Road Rawlings (West) 1 Parkway Hardscape 44,620 1.02 Landscape & A-31 Tustin Ranch Road From La Colina to Township (West) 1 Parkway Hardscape 20,360 0.47 From Tustin Ranch Road to West Landscape & A-32 La Colina City Limits (North) 1 Parkway Hardscape 10,020 0.23 From Tustin Ranch Road to West Landscape & A-33 La Colina City Limits (South) 1 Parkway Hardscape 10,020 0.23 Landscape & A-34 Tustin Ranch Road From Adams to La Colina (West) 1 Parkway Hardscape 19,920 0.46 From Irvine Boulevard to Adams Landscape & A-35 Tustin Ranch Road (West) 1 Parkway Hardscape 22,220 0.51 From Palermo to Irvine Boulevard Landscape & A-36 Tustin Ranch Road (West) 1 Parkway Hardscape 9,320 0.21 Landscape & A-37 Tustin Ranch Road From Parkcenter to Palermo (West) 1 Parkway Hardscape 12,600 0.29 Landscape & A-38 Tustin Ranch Road From OCFC to Parkcenter (West) 1 Parkway Hardscape 20,590 0.47 From Bryan Avenue to EI Camino Landscape & A-39 Tustin Ranch Road Real (West) 1 Parkway Hardscape 18,970 0.44 From EI Camino Real to 1-5 Freeway Landscape & A-40 Tustin Ranch Road (West) 1 Parkway Hardscape 24,340 0.56 1440 feet N/O Tustin Ranch Road Jamboree Road (Centerline) to City Limits East Side Slope Landscape & A-41 (Landscaped Area) Slopes & Parkway 1 Parkway Slope 756,000 17.36 1440 feet N/O Tustin Ranch Road Jamboree Road (Natural (Centerline) to City Limits East Side Slope Landscape & A-42 [Area) Slopes & Parkway 1 Parkway Slope 293,500 6.74 n 00 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS UNIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY Jamboree Road From North City Limits to 610' A-43 1 (Landscaped Area) South to block wall (West) 1 Parkway Landscape 103,000 2.36 From Pioneer Road North to 610' Landscape & A-44 Jamboree Road S/O City Limits (West) 1 Parkway Hardscape 25,390 0.58 From Patriot to Pioneer Road Landscape & A-45 Jamboree Road (West) 1 Parkway Hardscape 54,000 1.24 From Tustin Ranch Road to Patriot Landscape & A-46 Jamboree Road (West) 1 Parkway Hardscape 85,290 1.96 Between Pioneer Road & Jamboree Landscape & A-47 Paseo Road (South including sidewalk) 1 Parkway Hardscape 10,900 0.25 From Champion to Portola (West Landscape & A-48 Jamboree Road including Regional Trail) 1 Parkway Hardscape 43,800 1.00 From Peters Canyon Wash Bridge to Champion (West including Landscape & A-49 Jamboree Road Regional Trail) 1 Parkway Hardscape 41,400 0.95 Robinson to Peters Canyon Wash Landscape & A-50 Jamboree Road Bridge (West) 1 Parkway Hardscape 42,750 0.98 Landscape & A-51 Jamboree Road From Irvine to Keller drive (West) 1 Parkway Hardscape 13,480 0.31 From Bryan to 50'S/0 Tustin Ranch Landscape & A-52 Jamboree Road Plaza (West) 1 Parkway Hardscape 17,430 0.40 East parkway of Tustin Ranch Road from Jamboree Road to Portola, Westside of Jamboree from Tustin Ranch Road to Portola, Northside Jamboree/Tustin Ranch of Portola from Tustin Ranch Road 3 Parkways Landscape & A-53 Road/Portola to Jamboree Triangle Hardscape 1 78,500 1 1.80 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS Totals 1 2,789,172 1 64.02 n io UNIT COST (SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From Peters Canyon Regional Park to Pioneer Road (Including Regional Landscape & A-54 Peters Canyon Trail Trail) 1 Parkway Hardscape 88,000 2.02 110' East of Ranch Wood to Tustin Landscape & A-55 Irvine Boulevard Ranch Road (South) 1 Parkway Hardscape 18,200 0.42 Peters Canyon Trail Landscape & A-56 (Phase V) Trail Hardscape 16,450 0.38 Residential A-57 2061 Valhalla Drive Residential House House Landscape 19,602 0.45 Residential A-58 111781 Outlook Lane Residential House House Landscape 20,909 1 0.48 Totals 1 2,789,172 1 64.02 n io Refurbishment Items Instructions: Proposers may submit pricing information on their own forms but this Proposal Offer Form must also be completed. UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. F. All work shall be performed in accordance with the specifications described in the RFP. G. Plant installation unit prices shall include appropriate amounts of soil amendments and fertilizer tabs. ITEM NO. PRODUCT/DESCRIPTION MIN. QTY. TYPE COST TOTAL COST POCs Connection Product 1 Calsense Controllers 1 Ea. 2 -LR Local Radio Communication Option 1 Ea. 3 -RRe Enhanced Radio Remote Receiver Board 1 Ea. 4 TP -1 Controller Station Transient Protection Board 1 Ea. 5 TP -110 AC Line Protection 1 Ea. 6 LR-Dome-RRe Local Radio and Radio Remote Enhanced Dome 1 Ea. 7 ANT -CABLE -RR -6 Calsense integrated radio remote receiver (RR/RRE) antenna cable, 6' yellow 1 Ea. 8 ANT -CABLE -LR -6 Local radio 6' antenna cable, blue 1 Ea. 9 Calsense Flow Meter FM 1.2513 1 Ea. 10 2" Griswold N/C 225ORE Pressure Reducing/ Surge Anticipating 1 Ea. C-10 11 2" Hayward Eaton #72 SS Simplex Basket Strainer 60- Mesh 1 Ea. 12 Wilkens 2" 975XL RP Backflow Preventer 1 Ea. 13 Sentry Valve Guard SV200-20 1 Ea. 14 Carson/Oldcastle 0910 18" Depth Round Valve Box (F.S.) 1 Ea. 15 Carson/Oldcastle Vaults L Series 2448-18 w/4blt.'T cover 1 Ea. 16 Brass Ball Meter Vales (Keyed) 1 Ea. 17 Brass Ball Valve 2" 1 Ea. Pedestals 18 Meyers MEUG16X 120/240V 1 Ea. 19 Meyers MEUG46X 120/240V 1 Ea. Valve & Flow Sensor Runs 20 Trenching - 8" Wide by 18" Deep 12,000 L.F. 21 14g Wiring 60,000 L.F. Mainline 22 Trenching 8" Wide by 24" Deep 12,000 L.F. 23 2 1/2" Sch. 80 PVC (POC) 1,000 L.F. 24 2 1/2" Sch. 40 PVC 12,000 L.F. 25 4" Sch. 40 PVC Sleeving 300 L.F. Lateral Line 26 Trenchinq 8" Wide by 12" Deep 23,000 L.F. 27 1 11/2" Sch. 40 PVC 23,000 L.F. Pedestal, Footing R&R 28 Meyers MEUG16X 120/240V 1 Ea. 29 Meyers MEUG46X 120/240V Irrigation Zone Valves 30 Rain Bird 200 EFB-CP-R Valve 1 Ea. 31 1 Rain Bird XCZ-150-PRB-COM Irrigation Heads/Nozzles 32 Rain Bird RD12SP30FN 1 Ea. 33 Rain Bird MPR Series Nozzles 1 Ea. 34 Rain Bird SQ Series Nozzles 1 Ea. 35 Rain Bird HE-VAN Series Nozzles 1 Ea. 36 Rain Bird R-Series Rotary Nozzles 1 Ea. 37 Rain Bird R-VAN Series Rotary Nozzles 1 Ea. 38 Hunter 1-20-12 (shrub rotor) 1 Ea. Dripline 39 Rain Bird XFS-06-12-XXX 1 200,0001 L.F. Wire Tracing/Fault Locating/Repair 40 racing 1 5,000 1 L.F. Miscellaneous Irrigation Parts 41 2" Griswold NIC 2250 PIN 520 1 Ea. 42 2" Griswold NIC 2250 PIN 6347 1 Ea. 43 2" Griswold NIC 2250 PIN 8528 1 Ea. 44 2" Griswold NIC 2250 PIN 2-PV-2 1 Ea. 45 Carson/Oldcastle 1200 Jumbo Rectangular 1 Ea. 46 Carson/Oldcastle 0910 10" Depth Round Valve Box Q.C. 1 Ea. 47 Rain Bird 200 EFB-CP Valve Replacement Diaphragm 1 Ea. 48 Rain Bird 200-PESB Valve Replacement Diaphragm 1 Ea. C-11 49 Rain Bird QC 33-DLRC 1 Ea. 50 Replacement Solenoid for PGA, PESB, PESB-R, EFB and GB -R Valves 1 Ea. 51 Rain Bird PRS -Dial Pressure Regulator 1 Ea. Plant Material Installed Minimum "G" Rated 52 Ground Cover 2,200 50 CT Flat 53 One Gallon 1 Ea. 54 Seven Gallon 1 Ea. 55 Install Mulch 2,000 C.Y. 56 Rototill 205,000 S.F. 57 Soil Test 1 Ea. 58 Planting Soil 40,000 C.Y. Labor & Equipment 59 Landscape Maintenance Supervisor 1 Hour 60 Pest Control Applicator 1 Hour 61 Irrigation Specialist 2,080 Hour 62 Landscape Maintenance Leadworker 2,080 Hour 63 Equipment Operator 1 Hour 64 Landscape Maintenance Laborer 8,320 Hour 65 1 One -Ton Truck 8,320 Hour C-12 PROPOSAL/EXTRA WORK COSTS 1. Extra Work Costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf Maintenance 1. Edge & Trim $ /If 2. Fertilization $ /sf 3. Aerification $ /sf 4. Dethatching $ /sf 5. Weed Control $ /sf 6. Additional Mowing $ /sf B. Ground Cover, Shrub And Tree Maintenance 1. Edge & Trim $ /If 2. Weed & Clean-up $ /sf 3. Soil Injections $ /sf 4. Foliar Applications $ _/sf 5. Tablet or dry formulations placement $ /sf 6. Pruning/Shrubs $ /each 7. Vine Care $ /each 8. Vertical Mulch Trees $ /each 9. Vegetation Removal $ /sf C. Plant Material (installed including labor) 1. Annual Color $ /flat 2. Ground Cover $ /flat 3. One (1) Gallon $ /each C-13 4. Five (5) Gallon 5. Fifteen (15) Gallon 6. Seeded Turf 7. Sodded Turf 8. Stolonized Turf $ /each $ /each $ /sf $ /sf $ /sf D. Irrigation Installation (including all labor, fittings & equipment) 1. 1/2" Valve— Electric $ /each 2. 3/4" Valve - Electric $ /each 3. 1"Valve - Electric $ /each 4. 6" Pop-up $ /each 5. 12" Pop-up $ /each C-14 The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail. The basis for determining the low proposal shall be by correctly multiplying the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price is not legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. If both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS (NOTICE: Insert the words "Cash ($ ", "Cashier's Check", "Certified Check", or "Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) C-15 BIDDER BOND CITY OF TUSTIN STATE OF CALIFORNIA KNOWN ALL MEN BY THESE PRESENTS, that we, as PRINCIPAL, and as SURETY, are held and firmly bound unto the City of Tustin, hereinafter called the CITY, in the penal SUM OF TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Tustin for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-mentioned bid to the City of Tustin for certain services specifically described as follows, for which bids are to be evaluated at Tustin, California At 10:00 A.M. on March 19. 201 for the services of: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 NOW, THEREFORE, if the aforesaid Principal is awarded the contract; and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files two bonds satisfactory to the City, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. C-16 In the event suit is brought upon this bond by the Obligee and judgment is recovered, the surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this day of A.D., 20 Principal Surety ADDRESS: (Seal) (Seal) (Seal) (Seal) (Seal) (Seal) NOTE: Signatures of those executing for the surety must be properly acknowledged. (Use copy of blank form provided in this section.) C-17 ARTICLE Ill. City hereby promises and agrees with Contractor to employ and does hereby employ Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns do hereby agree to the full performance of the covenants herein contained. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE V. 1. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this contract and maintains copies thereof in the office of the City Engineer. The Contractor agrees that not less than said prevailing rates shall be paid to workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. Prevailing Wages Notice Requirements No contractor or subcontractor shall be listed on a bid proposal for a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. No Contractor or subcontractor shall be awarded a contract for public work on a Public Works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 2. The Contractor shall, as a penalty to the CITY OF TUSTIN, forfeit Fifty Dollars ($50.00) for each calendar day or portion thereof for each worker paid (either by Contractor or any subcontractor of Contractor) less than the prevailing rate as prescribed in the preceding paragraph for the work provided for in this contract, all in accordance with Sections 1774 and 1775 of the Labor Code of the State of California. 3. Section 1773.5 of the Labor Code of the State of California, regarding the payment of travel and subsistence payments, is applicable to this contract. 4. Section 1777.5 of the Labor Code of the State of California, regarding the employment of apprentices, is applicable to this contract if the prime contract involves Thirty Thousand Dollars ($30,000.00) or more, or twenty (20) working C-18 days or more and under such circumstances, Contractor shall be fully responsible to ensure compliance with all the provisions of Labor Code §1777.5 for all apprenticeable occupations on the project. A Contractor or subcontractor who violates Section 1777.5 shall forfeit to the City of Tustin, as a civil penalty, the sum of Fifty Dollars ($50.00) for each calendar day of noncompliance. Notwithstanding Section 1727 of the Labor Code, upon receipt of a determination that a civil penalty. has been imposed, the City of Tustin shall withhold the amount of the civil penalty from contract progress payments then due or to become due. Any funds withheld by the City of Tustin pursuant to this section shall be deposited in the General Fund of the City of Tustin. 5. The Contractor shall not employ, or allow work to be performed by a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code pertaining to debarment by the Labor Commissioner for violations of prevailing Wage Laws. 6. In performance of this contract, not more than eight (8) hours shall constitute a day's work. The Contractor shall fully conform to Article 3, Chapter 1, Part 7, Division 2 (Sections 1810 et seq.) of the Labor Code of the State of California. Pursuant to the provisions of Section 1813 of the Labor Code of the State of California, the Contractor shall, as a penalty to the City of Tustin, forfeit twenty-five Dollars ($25.00) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one. calendar day and forty (40) hours in any one calendar week in violation of the provisions of Article 3 of Chapter 1 of Part 7 of Division 2 of the Labor Code of the State of California. Contractor shall keep an accurate record showing the name and actual hours worked each calendar day and each calendar week by each worker employed by Contractor in connection with the publicwork. 7. Contractor agrees to keep accurate payroll records showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week and the actual per diem wages paid to each journeyman, apprentice or worker employed by him in connection with the public work, and agrees to insist that each of his subcontractors do the same. Contractor further agrees that his payroll records and those of his subcontractors shall be available to the employee or his representative, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards, and shall comply with all of the provisions of Labor Code Section 1776, et sea•, in general. 8. Contractor is also aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for Worker's Compensation or undertake self-insurance in accordance with the provisions of that code and will comply with such provisions before commencing the performance of the work of this contract. C-19 ARTICLE VI. In connection with the performance of this contract, the City shall have the authority to enter the worksite at any time for the purpose of identifying the existence of conditions, either actual or threatened, that may present a danger or hazard to any and all employees. The Contractor agrees that the City, in its sole authority and discretion, may order the immediate abatement of any and all conditions that may present an actual or threatened danger or hazard to any and all employees at the worksite. The Contractor acknowledges the provisions of Section 6400 of the Labor Code, which requires that employers shall furnish employment and a place of employment that is safe and healthful for all employees working therein. In the event the City identifiesthe existence, of any condition, that presents an actual or threatened danger or hazard to any and all employees at the worksite the City is hereby authorized to order the immediate abatement of that actual or threatened condition pursuant to this section. The City may also, at its sole authority and discretion, issue an immediate stop work order to the Contractor to ensure that no employee working at the worksite is exposed to a dangerous or hazardous condition. Any stop work order issued by the City to the Contractor in accordance with the provisions of this section shall not give rise to any claim or cause of action for delay damages by the Contractor or the Contractor's agents or subcontractors against the City. ARTICLE VII. The Contractor shall indemnify and save harmless the city of Tustin and all officers and employees thereof from all claims, suite, or actions of every name, kind and description, brought for, or on account of, injuries to or death of any person including, but not limited to, workers and the public, or damage to property resulting from the construction of the work or by or in consequence of any negligence regarding the work, use of improper materials or equipment in construction of the work, neglect or refusal of Contractor to faithfully perform the work and all of Contractor's obligations under the contract, or by or on account of any act or omission by the Contractor or his agents or a subcontractor or his agents or a third party during the progress of the work or at any time before its completion and final acceptance, or which might arise in connection with the agreed upon work or is caused by or happening in connection with the progress of said work, or on account of any passive or active negligent act or omission by the City of Tustin, it officers, employees and agents, save and except claims arising through the sole and exclusive negligence or sole and exclusive willful misconduct of the City of Tustin. The defense and indemnification by Contractor shall include all costs and expenditures including attorney's fees incurred by the City of Tustin or its employees, officers or agents with respect to such claim or suit and Contractor will, if requested by City of Tustin, defend any litigation arising out of such claims at the sole cost and expense of Contractor. In addition to any remedy authorized by law, so much of the money due the Contractor under and by virtue of the contract as shall be considered necessary in the sole discretion of the City of Tustin may be retained by the City until disposition has been made of such claims for damages as aforesaid. C-20 ARTICLE VIII. The Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $2,000,000.00. Primary General Liability and Automobile Liability policy shall have single limit coverage not less than $2,000,000.00. The minimum insurance requirements cannot be satisfied through Umbrella/Excess insurance policies. The following insurer endorsements are required if not part of the policy: 1. The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; 2. The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; 3. The policy covers blanket contractual liability; 4. The policy limits or liability are provided on an occurrence basis; 5. The policy covers broad form property damage liability; 6. The policy covers personal injury as well as bodily injury liability; 7. The policy covers explosion, collapse, and underground hazards; 8. The policy covers products and completed operations; 9. The policy covers use of non -owned automobiles; and 10. The coverage shall not be cancelled or terminated unless thirty (30) days written notice is first given to the City of Tustin. 11. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is acceptable. Workers' compensation insurance rated Grade 8- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. 12. The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. C-21 Contractor shall provide to the City within ten (10) working days after the date of Notice of Award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, forfeiture of the proposal guarantee, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ARTICLE IX The City and Contractor agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code Section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Contractor shall process the claim in accordance with Section 9204. In summary, if the Contractor decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim my include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Public Contracts Code Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Contractor, the City will conduct a reasonable review of the Claim and provide the Contractor with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Contractor disputes the City's written statement or if the Claim is deemed rejected, the Contractor may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Contractor with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding medication in accordance with Public Contracts Code Section 9204(c)(2)(8), unless the Bidder and City waive the mediation upon mutual written agreement. For purposes of this section, notice to the contractor may be via facsimile, messenger or by first class mail and addressed to: [Contractor] [Address] [City, State Zip] Northing herein obligates the City to provide notice of a Claim or summons and complaint that does not clearly identify the contract or Contractor. C-22 In Witness Whereof, the parties have hereunto set their hands and seals the year and date first above written. (SEAL) CONTRACT AND BOND APPROVED: Date City of Attorney APPROVED AS TO CONTENT: Date City Engineer (SEAL) THE CITY OF TUSTIN BY: Mayor of the City ofTustin ATTEST: City Clerk of the City of Tustin Firm Name: By: Title: CONTRACTOR ATTACH PROPER NOTARY ACKNOWLEDGEMENT FOR SIGNATURES OF AUTHORIZED PERSON(S). C-23 Bond No. Amount Premium CITY OF TUSTIN PUBLIC CONTRACT FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That , as and hereinafter referred to collectively as "Principal", and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as, and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20 , with City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 WHEREAS, all of such improvements are to be constructed/maintained and installed in accordance with the plans and specifications described, referred to and incorporated in said contract; and WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements as provided in said contract; and NOW, THEREFORE, if Principal shall faithfully perform all agreements contained in the aforesaid contract, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not faithfully perform all agreements contained in the hereinabove described contract and all obligations, then this obligation shall remain in full force and effect. PROVIDED FURTHER HOWEVER, that Surety hereby stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and C-24 PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed this day of , 20® (SEAL) APPROVED AS TO FORM: City Attorney PRINCIPAL: (SEAL) APPROVED AS TO CONTENT: Date City Engineer BY: TITLE: SURETY: (Name) M Attorney -in -Fact M Address of Surety: Address of Principal: Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). C-25 Bond No Amount Premium CITY OF TUSTIN PUBLIC CONTRACT LABOR AND MATERIALS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: as and hereinafter referred to collectively as "Principal", and a corporation organized and existing under the laws of the State of and duly authorized to transact surety business in the State of California, as and hereinafter referred to as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in the sum of $ for payment of which Principal and surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally as follows: THE CONDITION OF THE ABOVE OBLIGATION IS THAT: WHEREAS, Principal has entered into a contract dated , 20_, with the City to do and perform the following, generally described work, which is more particularly described in said contract for the construction/maintenance of: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 WHEREAS, Principal shall commence and complete the construction/maintenance and installation of such improvements provided in said contract; and NOW THEREFORE, if Principal shall pay the Contractor, his subcontractor, and all persons renting equipment or furnishing labor or materials to them for such improvements, for the full cost of such improvements and submit amounts due under the State Unemployment Insurance Act with respect to such labor, then this obligation shall be null and void. PROVIDED, HOWEVER, if Principal shall not pay the subcontractor and all persons renting equipment or furnishing labor or materials to them for such improvements for the full cost of such improvements, or if Principal fails to submit amounts due under the State Unemployment Insurance Act with respect to such labor, then Surety will pay for the same in an amount not exceeding the sum set forth above, which amount shall inure to the benefit of all persons named in Civil Code Section 3181. PROVIDED FURTHER, HOWEVER, that Surety stipulates and agrees that no change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder shall in any way affect its obligation on this bond and it does hereby waive notice of any such change, extension of time, alteration or modification of the contract documents or of the work to be performed thereunder; and . C-26 PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other person named in Civil Code Section 3181 who may bring an action on this bond, a reasonable attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety. IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly signed and sealed day of , 20_ SURETY: (Name) BY: (SEAL) Attorney -in -Fact W Address of Surety: APPROVED AS TO FORM: City Attorney PRINCIPAL: BY: (SEAL) TITLE: Address of Principal: APPROVED AS TO CONTENT: Date City Engineer Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form provided in this section). C-27 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate and shall submit same to the City prior to performing any work on the contract: am aware of the provisions of Section 3700 of the Labor Code, which reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State. By securing from the Director of Industrial Relations a certificate of consent to self -insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his employees" CONTRACTOR: SIGNED: BY: TITLE: COMPENSATION INSURANCE CERTIFICATE TO BE SUBMITTED WITH CONTRACT C-28 NONCOLLUSION AFFIDAVIT To be executed by bidder and submitted with proposal. State of California ss. County of Orange being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Bidder Signature of Bidder Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in this section.) C-29 UTILITY AGREEMENT Honorable Mayor and City Council City Of Tustin, California Ladies and Gentlemen: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: C-30 Contractor Nvj Title CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is: (Party making foregoing proposal) (Hereinafter the "Bidder") 1. Bidder's Contractors License Number is as follows: .Classification: 2. The expiration date of Bidder's Contractor's License is ,20 3. Bidder acknowledges that Section 7028.15(a) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed on , 20®, at (Insert City & State where declaration is signed) Signature Typed Name Title Name of Bidder This form must be completed, signed, and submitted with the proposal (except for federally - funded state projects). C-31 CONTRACTOR'S LICENSING STATEMENT TO BE PROVIDED BY SUCCESSFUL BIDDER PRIOR TO AWARD OF CONTRACT The undersigned Contractor or Corporate Officer, declares under penalty of perjury that the attached copy of the Contractor's pocket license or certificate of licensure is, is current and valid, and is in a classification as required by the project specifications and appropriate to the work to be undertaken for this project. PROJECT: LANDSCAPE MAINTENANCE SERVICES FOR GENERAL FUND AREAS July 1, 2019 — June 30, 2021 \G11 • •1 :_� • SIGNED: TITLE: Note: Attach proper Notary Acknowledgment for signature of authorized person. C-32 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: C-33 Contractor 0 Title CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of ) ME Date personally appeared before me, Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above Description of Attached Document Title or Type of Document: Number of Pages: I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Conservator ❑ Other: Signer is Representing: C-34 Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or ❑ Other: Signer is Representing: SECTION D GENERAL PROVISIONS SECTION D GENERAL PROVISIONS STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the most recent edition of the Standard Specifications for Public Works Construction, including all supplements, as written and promulgated by the Joint Cooperative Committee of the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 3055 Overland Avenue, Los Angeles, California 90034, telephone (310) 202-7775 or (888) BNI-BOOK (264-2665) or BNI located at 1612 S. Clementine Street, Anaheim, CA 92802 (714) 517-0970. The Standard Specifications set forth above will control the general provisions, construction materials, and construction methods for the contract except as amended by the plans, these special provisions, or other contract documents. The section numbers of the following General Provisions coincide with those of the said Standard Specifications. Only those sections requiring amendment or elaboration, or specifying options, are called out. In the case of conflict between the Standard Specifications and these General Provisions, these General Provisions shall take precedence over, and be used in lieu of the conflicting portion. SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS A. Agency/City - City of Tustin Board - City Council Caltrans - California Department of Transportation County - County of Orange Public Facility & Resources Division Engineer - City Engineer Federal - United States of America Laboratory - The designated laboratory authorized by the City of Tustin to test materials and work involved in the contract B. The use of the word "Contractor" shall be held to mean the Contractor and/or any person employed by him and working under the contract. C. The use of the words "shall' and "may" shall be held to mean "mandatory" and "permissive" respectively. D. The use of the words "his" or "him" shall be construe to mean either gender as appropriate. D-1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT REQUIRED QUALIFICATIONS Lowest responsible, responsive bidder of the bid/proposal who complies with all the requirements prescribed who has accurately completed the Qualification Statement to the satisfaction of the City of Tustin. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed Proposal Forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. DISQUALIFICATION OF BIDDER In the event that any bidder acting as a prime Contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime Contractor. LENGTH OF CONTRACT A. This contract shall have a term of twenty-four (24) months, from July 1, 2019 through June 30, 2021. B. Upon the City's approval, an additional three (3) one (1) year term extensions may be granted. C. All optional extensions of this contract are subject to approval by the City Manager and are contingent upon the availability of funding and successful work by the Contractor as determined by the City. All optional extensions must be approved in writing by the City Manager. AWARD OF CONTRACT A. It is the intention of the City of Tustin to award this contract to the most qualified and competent bidder who meets the City's goals and requirements. Cost is a major factor but not the sole consideration. B. Within ten (10) working days after the date of the Notice of Award, the Contractor shall execute and return the following contract documents to the Agency. tt Contract Agreement Faithful Performance Bond Labor and Materials Payment Bond Public Liability and Property Damage Insurance Certificate(s) and endorsements Compensation Insurance Certificate and endorsements Certified copy of Certificate of Authority, from the California Insurance Commissioner, issued to the bonding companies. C. Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. D. The Contract Agreement shall not be considered binding upon Agency until executed by the Authorized Agency officials. No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code. E. The successful bidder, prior to award of the contract by agency, shall present his or her Contractor's pocket license or certificate of licensure and provide signed statement which swears, under penalty of perjury, that the pocket license or certificate of licensure presented is his or hers, is current and valid and is in a classification appropriate to the work to be undertaken. Format of this statement is shown on the last page of this Section. F. A corporation to which an award is made maybe required, before the Contract Agreement is executed by the agency, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. EXTENSION OF TERM OF CONTRACT Agency shall have the right and option to extend the term of this contract for three (3) consecutive additional years following the original 2 years term of this contract, by giving written notice to the Contractor prior to the end of the original contract term. Contract unit price adjustments may be provided annually at the discretion of the City as described below. Contracted unit prices are subject to annual review effective July 1 of each year to reflect a not - to -exceed Consumer Price Index (CPI) changes in cost. The rates may be adjusted each year on July 1, at the sole discretion of the City and, upon written request for an increase from Contractor one -hundred twenty (120) days prior to July 1, all based upon the percentage change in the CPI for All Urban Consumers for the Los Angeles- Riverside -Orange County Metropolitan Area ("Index") published by the United States Department of Labor, Bureau of Statistics for the preceding year D-3 (December to December) calculated to the nearest one cent. The Index published more immediately preceding the effective adjustment date is to be used in determining the amount of adjustment. If the Index has changed from the previous Index basis, the unit prices for the following year of the term of the contract shall be set, if approved by the City, by multiplying the previous unit prices by a ratio, the numerator being the new Index value and the denominator being the previous Index value. The Index value for the beginning of the original contract term shall be the Index in effect at the time of the proposal. If only a portion of a unit price changes, that portion alone shall be adjusted by the ratio. The portion of the total unit price to be adjusted shall be determined by the Director of Public Works based on documentation submitted by the Contractor. The first rate adjustment, if approved by the City, will be effective July 1, 2020. The same method of adjustment shall apply to all future renewal years. CONTRACTOR IS AN INDEPENDENT CONTRACTOR: INDEMNIFICATION A. The Contractor shall act under the contract as an Independent Contractor through the City of Tustin and will not be an agent, or employee of the City. B. The Contractor shall not represent or otherwise holdout itself, or any of its subcontractors, directors, officers, partners, employees or agents, to be an agent or employee of the City. C. The Contractor shall indemnify and otherwise hold harmless the City, its officials, officers, directors, employees, agents and other representatives, from all liability loss or damage (including reasonable attorney's fees and other costs of defense resulting from damage or injury to persons or property cause, or claims to have been caused, by acts or omissions of the Contractor, or of any of its subcontractors, directors, officers, partners, employees, or agents in the course of, or in connection with, the Contractor's performance under this contract. D. The parties agree to cooperate fully in the resolution of any claims for such liability, loss or damage. 2-3 SUBCONTRACTORS A copy of each subcontract, if in writing, or if not in writing, then a written statement signed by the Contractor, giving the name of the subcontractor, and the terms and conditions of such subcontract, shall be filed with the City before the subcontractor begins work. Each subcontract shall contain a reference to this Agreement between the City and the Contractor, and the terms of that Agreement between the City and the Contractor and all parts thereof shall be made a part of such subcontract insofar as applicable to the work covered thereby. Each subcontractor shall provide for its annulment by the Contractor at the order of the City, if, in the City's opinion, the subcontractor fails to comply with the requirements of the principal contract insofar as the same may be applicable to his work. Nothing herein contained shall create any contractual relation between any subcontractor and the City or relieve the Contractor of any liability or obligation there under. D-4 2-4 CONTRACT BONDS Both the Faithful Performance Bond and the Labor and Materials Payment Bond shall each be for not less than one hundred percent (100%) of the total contract amount. Bonds shall be of the form attached to Section C and secured from a surety company duly authorized to issued such bonds in the State of California and shall be subject to the approval and acceptance of the City Council and City Attorney. Bonds shall be reviewed each year upon extension of the term of the contract. The Labor and Materials Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Faithful Performance Bond will not be released until one year after said date. Additionally, the Contractor shall concurrently submit, with the bonds, a certified copy of the most recent Certificate of Authority issued to the bonding company by the California Insurance Commissioner. 2-5 PLANS AND SPECIFICATIONS INTERPRETATION OF PLANS AND DOCUMENTS If any person contemplating submitting a proposal for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, or find discrepancies in, or omissions from, the drawings or specifications, he may submit to the Engineer of said Agency a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any other explanation or interpretations of the proposed documents. The Contractor shall save harmless the City of Tustin from any loss or damage as a result of his intentional failure to report any error, omission or conflicting procedure. SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK A. The City Manager may, at his discretion, authorize the Contractor to perform additional work. Additional work shall be defined as work not included in the Agreement. Such work, if authorized, shall not impact normal maintenance operations. Additional staffing will be provided to complete "extra work". B. Prior to the Contractor performing any additional work, the Contractor shall prepare and submit a written description of the work with an estimate of labor and materials. No work shall commence without written authorization from the Landscape Supervisor, or his delegated agent. Not withstanding the above authorization, when a condition exists where there is imminent danger of injury to the public or damage to property, the Contract Officer 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 to the Landscape Supervisor for approval. D-5 C. Written authorization from the City Manager, or his delegated agent, shall be by the issuance of a City Change Order. This Change Order shall be considered an amendment to this Agreement as approved by the City Manager and the Contractor. D. All additional work shall commence on the specified date established and shall diligently proceed upon completion. Additional staffing will be provided to complete any extra work, with no impact to the normal maintenance schedule. E. Upon completion of the additional work the Contractor or his delegated agent, shall be notified so that the work may be verified. F. The Contractor shall submit an invoice for compensation with attached photocopies of original invoices for materials. Compensation shall not exceed the written estimate. The Contractor's invoice shall be subject to audit and review by the City prior to payment. The City of Tustin reserves the right to repair and/or contract with a third party to perform such additional work. 3-32.3 MARKUP A. Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor........................................................................................20% 2. Materials.................................................................................. 15% 3. Equipment Rental.....................................................................15% 4. Other Items and Expenditures.................................................15% The sum of the,costs and markups provided for in this subsection shall include compensation for bonding. B. Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established is 3-3.2.3(A) shall be applied to the Subcontractor's actual cost of such work. A markup of 5 percent of the subcontracted portion of the extra work may be added by the Contractor. 3-6 - CHANGE ORDERS If extra work is deemed necessary, the scope of work will be documented under the terms and conditions of the City of Tustin's Contract Change Order form to be requested by the Contractor. W. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK 6-1 MAINTENANCE SCHEDULE AND COMMENCEMENT OF WORK The Contractor's proposed maintenance schedule shall be submitted to the Landscape Supervisor within ten (10) working days after the date of Notice of Award of Contract. The schedule shall be supported by written statements from each supplier for materials or equipment indicating that all orders have been placed and acknowledged, and setting forth the dates that the work and each item will be delivered. Prior to issuing the Notice to Proceed, the Landscape Supervisor will schedule a meeting with the Contractor to review the proposed maintenance schedule and dates, arrange the utility coordination, discuss maintenance methods, and clarify inspection procedures. The Contractor shall submit periodic progress reports to the Landscape Supervisor by the first day of each month. The report shall include the month's maintenance schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. A detailed invoice shall be submitted with each request for progress payment along with a fertilization and landscape diversion report. 6-2 PROSECUTION OF WORK A. The Contractor shall maintain all work under this contract from the date of the Notice to Proceed through termination of contract. B. The Notice to Proceed shall be authorized by the Landscape Supervisor, after the execution of the contract by the City Council. C. The date of termination shall be June 30, for any given year; however, the Contract is subject to extension or termination as described in this Agreement. D. Approved Change Orders shall be completed within thirty (30) days of being issued, or within the time specified in the change order. E. Any documented punchlist shall be completed within three (3) days. If not completed within three (3) days, said documented punchlist will be deemed as unsatisfactory performance and subject to termination procedures, without recourse by the Contractor. A second punchlist that is not satisfactorily completed within three (3) days, will give the City of Tustin just cause to immediately terminate said Contractor. The City, with due diligence will contract with another contractor or use City forces to complete the required work and deduct from the terminated Contractor's payment and/or performance bond the total cost. This will include any City overhead expenses for enforcing performance or completion of said work, throughout the remaining term of the contract. D-7 6-3 PERFORMANCE DEFICIENCIES A. Failure of the Contractor to provide services per contract specifications shall be documented by the City as a performance deficiency. B. If the Landscape Supervisor determines that there are deficiencies in the performance of this Agreement, the Landscape Supervisor will provide a written notice to the Contractor stating the deficiencies and specifying a time frame to correct the specified deficiencies. This time frame shall be determined by the Landscape Supervisor, to correct the specified deficiencies. C. The Contractor shall be notified both verbally and in writing each time Contractor's performance is unsatisfactory and corrective action is necessary. D. Should the Contractor fail to correct any deficiencies within the stated time frame, the Landscape Supervisor may exercise the following measures: 1. Deduct from the Contractor's payment the amount necessary to correct the deficiency. 2. Withhold the entire or partial payment. 3. Utilize City forces, or an alternate source, to correct the deficiency and deduct from the Contractor's payment the total cost, including City overhead and administrative costs. 4. Deduct from the Contractor's payment the amount calculated from the monthly schedules or extra work time frame that has not been performed. 5. Deduct liquidated damages. Liquidated damages of $400.00 per day, or a portion thereof shall be assessed against the Contractor for each deficiency that exceeds the stated time frame. This amount shall be deducted from the Contractor's payment. E. If deficiencies continue to occur, notice to terminate this contract will be given to the Contractor by the City thirty (30) days prior to termination. 6-4 DEFAULT BY CONTRACTOR A. In the case of default by the Contractor, the City of Tustin may procure the article or service from other sources and if the cost is higher, the Contractor will be held responsible to pay the City of Tustin the difference between the price agreement cost and the price paid. B. The prices paid by the City of Tustin shall be the prevailing market price at the time such purchase is made. M. C. This is in addition to any other remedies available under law. 6-5 TERMINATION OF CONTRACT The City reserves the right to terminate this contract at any time, with or without cause, upon thirty (30) days written notice to the Contractor, except where termination is due to the fault of the Contractor and constitutes an immediate danger to the health, safety and general welfare, the period of notice shall be such shorter time as may be appropriate. Upon receipt of the notice of termination, the Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Landscape Supervisor. The Contractor shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Landscape Supervisor thereafter. If the Contractor fails to meet the specifications of this contract for any fifteen (15) consecutive or non-consecutive days, the City may, at is option, terminate the balance of this contract with written notice of termination to the Contractor. Notice of such termination shall take effect three (3) days after such notice is mailed. In the event of termination, the bonds required shall remain in effect for six (6) months after the date of termination to provide surety that any remedial work required at the time of termination will be completed, and that any vendors or laborers will be paid. 6-7 TIME OF COMPLETION ��Lei��I�L11 The time for completion shall be approximately twelve months (from July 1 to June 30) after Notice to Proceed. The Notice to Proceed will be issued at the discretion of the Public Works Department shortly after the execution of the contract. When the Contractor is delinquent on any submittal that is required before the start of work, such as but not limited to, construction schedule, traffic control plan, etc., the Notice to Proceed will be issued with conditions to comply with all requirements before the start of work. Any such delay in submittals will cause to Contractor to lose those days from the specified time of completion after the issuance of Notice to Proceed. 6-7.2 WORKING DAYS City Hall Offices are currently open from 7:30 a.m. to 5:30 p.m. Monday through Thursday and 8:00 a.m. to 5:00 p.m. on Friday. The Contractor's activities shall be confined to the hours between 7:00 a.m. and 5:00 p.m. Monday through Thursday and 7:00 a.m. to 4:00 p.m. on Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Landscape Supervisor, except in emergencies involving immediate hazard to persons or property. M• SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 -CONTRACTOR'S EQUIPMENT AND FACILITIES A noise level limit of 96 dBA at a distance of fifty feet (50') shall apply to all construction/ maintenance equipment on or related to the job whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR: LABOR STRIKE A. It shall be the responsibility of the Contractor to provide continuous maintenance services without interruption. B. In case of any labor strikes, the Contractor shall provide other means, at its own cost, to provide a comparable continuous service as if there were no strike. Failing to do so will cause the City to take whatever action is deemed necessary to provide such service and the cost will be borne by the Contractor. 7-2.2 Laws Legal Relations and Responsibility. The Contractor shall defend, indemnify, and save harmless the City and each of its officers and employees and agents from all claims, suits or actions of every name, kind and description, including potential claims and suits, with respect to the failure, neglect or refusal of Contractor to faithfully perform the work and all of the Contractor's obligations under the contract. This defense and indemnification by Contractor shall specifically include all costs of defense, which may be incurred by City or its employees,. officers, or agents with respect to such claim or suit. Such costs, expenses, and damages shall include all costs incurred by the City, or its employees, officers or agents to defend against any claims, stop notices or lawsuits based thereon in which any of them is made a party. Prevailing Wages. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this contract, and the same has been filed in the Office of the City Engineer. Contractor agrees that not less than said prevailing rates shall be paid to workers employed on this public works contract as required by Labor Code Sections 1771 and 1774 of the State of California. Subsistence Pay. Section 1773.8 of the Labor Code of the State of California, regarding the payment of travel and subsistence payments, is applicable to this contract. Responsibility for Damage and Loss. The Contractor shall assume the defense of, and save harmless, the City of Tustin and its officers and agents from all claims of any kind arising from his own negligence orthat of his agents in the performance of the contract. D-10 Labor Non-discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every Contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." Payroll Records. Attention is directed to provisions in Labor Code Section 1776, which requires each Contractor and subcontractor to keep accurate payroll records regarding wages paid to journeymen, apprentices, workers, or other employees. The Contractor and subcontractor under him shall comply with the requirements of this Section. Employment of Apprentices. Attention is directed to the provisions in Sections 1777.5, Chapter 1411, Statutes of 1968 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex -officio and Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7-3 LIABILITY INSURANCE Public Liability and Property Damages. Contractor shall take out and maintain during the life of the contract, commercial general liability, automobile liability and worker's compensation insurance. The amount of the commercial general liability and automobile insurance shall not be less than the following: Single limit coverage applying to bodily and personal injury liability and property damage: $2,000,000.00. The following insurer endorsements are required if not part of the policy: A. The City of Tustin, its elective and appointive boards, officers, agents and employees named as additional insureds in the policy as to the work being performed under the contract; B. The coverage is primary and no other insurance carried by the City of Tustin will be called upon to contribute to a loss under this coverage; C. The policy covers blanket contractual liability; D. The policy limits or liability are provided on an occurrence basis; E. The policy covers broad form property damage liability; F. The policy covers personal injury as well as bodily injury liability; D-11 G. The policy covers explosion, collapse, and underground hazards; H. The policy covers products and completed operations; I. The policy covers use of non -owner automobiles; and J. The coverage shall not be cancelled or terminated unless thirty (30) days written notice is given to the City of Tustin. K. Insurers shall be authorized to do business in the State by the Department of Insurance and shall meet the following qualifications: 1. A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better .and Class X (ten) or better (if offered by a Surplus Line Broker), is acceptable. Workers' compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund, is acceptable. L. The worker's compensation and employer's liability insurance policies shall contain a waiver of subrogation in favor of the City. Contractor shall provide to the City within ten (10) working days after the date of notice of award of the contract evidence of the aforementioned insurance with insurer endorsements, which must meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of the name of the insurers and the amounts of insurance. Failure to comply with these requirements will result in annulment of the award, forfeiture of the proposal guarantee, and the City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. 7-5 PERMITS A City of Tustin business license shall be obtained by the Contractor, at his expense, prior to starting work. Subcontractors working for the general Contractor for this project will be required to have a business license while working on this project. The City of Tustin will issue a construction permit for this project at no cost to the Contractor. 7-7 COOPERATION AND COLLATERAL WORK The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Contractor shall include in its proposal all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the City for damages resulting from such simultaneous, collateral, and essential work per Section 7-7 of the Standard Specifications of Public Works Construction ("Green book"). D-12 7-8 PROJECT SITE MAINTENANCE 7-8.1 CLEAN UP AND DUST CONTROL Description - This work shall consist of dust abatement by cleaning and sweeping to control dust, which is the result of the Contractor's operations. In addition, this work shall consist of sweeping streets and/or sidewalks adjacent to the project if said dirt and/or dust is a result of the Contractor's operations. Construction - Construction shall conform to the provisions of Section 7-8 of the Standard Specifications. Payment - Payment for dust control and cleanup shall be considered included in the contract prices paid for other items of work, and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed. 7-8.8 RECYCLING/DISPOSAL OF CONSTRUCTION DEBRIS This work shall consist of loading, hauling, recycling and legally disposing of all construction debris, removed paving and vegetation materials. The Contractor is required to salvage and recycle at least 50% of all construction related waste and shall submit a CIP Waste Reduction and Recycling Plan identifying the amount and types of waste created by the project and compliance with this diversion requirement. In addition, the Contractor shall properly document in writing to the City the amounts and types of all construction waste actually salvaged, recycled and disposed, all in compliance with the diversion, planning and reporting requirements contained in City Code Section 4351 et al. The Contractor shall use only City approved recycling facilities. A complete list of City approved recycling facilities can be obtained at the Tustin Public Works Department. The Contractor shall coordinate the removal from the site of all structures, foundations, paving, vegetation and any associated debris from the site. The Applicant/Contractor is may be asked to submit a CIP Waste Reduction and Recycling Plan to the Public Works Department utilizing the CIP Waste Reduction and Recycling Plan, a copy of which can be obtained at the Public Works Department, and obtain approval from the Public Works Department prior to the issuance of a Notice to Proceed. The CIP Waste Reduction and Recycling Plan shall demonstrate recovery and recycling of at least 50% of the total waste generated by the project and shall consist of the following components: • An estimate of the total amount of waste to be generated for the entire duration of the contract; and • An estimate of the total amount of recyclable materials generated by the contract, identified by recyclable material type; and • Identification of recyclable material processing methods and facilities which will be utilized to achieve the 50% recycling requirement; and • Contractor shall be required to use only City approved recycling facilities. D-13 Payment for disposal of construction debris shall be considered included in the contract unit prices paid for other items of work and shall be considered incidental for accomplishing this work, as specified herein and no additional compensation will be allowed. City fees related to City Code Section 4351, et al will be waived. The Contractor is required to utilize the services of the City's current franchise hauler for the disposal of all construction debris and to utilize County of'Orange (County) landfills for disposal of all refuse and debris. County landfills are subject to closure at any time when daily disposal tonnage limits are exceeded. The Contractor has the sole obligation to determine the availability of County landfills for disposal of any refuse and demolition or construction debris. The City will not be responsible for any costs associated with project delays due to the closure of County landfills. 7-10 PUBLIC CONVENIENCE AND SAFETY Traffic control shall conform to the applicable provisions of the Standard Specifications and the Special Provisions of traffic control and lane closure item in Section E of these specifications. The Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic at all times. Full compensation for conforming to the requirements of this article shall be considered as included in the contract proposal price for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed. 7-10.4 PUBLIC SAFETY 7-10.4.1 SAFETY ORDERS Pursuant to Public Contracts Code Section 7104, on any public works contracts involving the digging of trenches or other excavations deeper than four feet the Contractor shall promptly notify the City in writing if any of the following conditions are encountered: 1. Material the Contractor believes may constitute a hazardous waste, as defined in Health and Safety Code Section 25117 and that is required to be removed to a Class I, II or III disposal site. 2. Subsurface or latent physical conditions at the site differing from those indicated in the contract. 3. Unusual physical conditions at the site, which differ materially from those, ordinarily encountered and generally recognized as inherent in the type of work provided in this contract. D-14 7-11 PATENT, FEES OR LOYALITIES The Contractor shall assume all responsibilities arising from the use of patented materials, equipment, devices, or processes used on, or incorporated in the work. 7-13 COMPLIANCE WITH THE LAW A. The Contractor agrees that his performance under this contract shall comply with all applicable laws of the United States of America, the State of California, the County of Orange, the City of Tustin and any other political entity having jurisdiction over the activities of the Contractor. B. The Contractor State License Board for the State of California has administratively determined in writing that a State Contractor's License A or C-27 Landscape Contractor License is required to provide the service as set forth in the contract and specifications. Therefore, each bidder will be required to hold a valid state Contractor's License A or C-27 Landscape Contractors License. C. The State of California Department of Food and Agriculture has advised the City of Tustin, Public Works Department of the following: 1. Prior to any pesticide application, a written recommendation from a valid, licensed California Agricultural Pest Control Advisor must be secured and given to the Landscape Supervisor. 2. A valid California Agricultural Pest Control Operators License is required to apply chemicals during the landscape maintenance operation. 3. Each bidder shall be required to have valid Agricultural Pest Control Licenses, or indicate, in writing, how they shall comply with State and California Food and Agricultural codes. 7-15 PAYROLL RECORDS A. Weekly certified payroll records must be submitted to the Agency. Progress payments will be withheld pending receipt of any outstanding reports. B. Section 1776, Chapter 1 of Division 2, from the California Labor Code requires that each Contractor and subcontractor keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and each week, and the actual per diem wages paid each journeyman, apprentice or worker employed by him. C. The employee's own payroll records shall be available for inspection, and a copy shall be made available to the employee or his authorized representative, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standard. D-15 D. Pursuant to Labor Code Section 1778.E subsistence payments to each workman with the applicable collective bargaining Industrial Relations. 7-16 NOTICES , the Contractor agrees to pay travel and needed to execute the work in accordance Agreements filed with the Department of Any notice, demand, request, consent, approval or communication that either party desires, or is required to give to the other party or any other person, shall be in writing and either served personally, sent by prepaid, first-class mail, or by facsimile followed by mailing of said notice. Any notice, demand, request, consent, approval or communication that either party desires, or is required to give to the other party, shall be addressed to the other party at the address set forth below. Either party may change its address by notifying the other party of the change of address. Notice shall be deemed communicated two (2) City working days from the time of mailing if mailed as provided in this paragraph. Address for notification: City of Tustin Attn: Field Services 300 Centennial Way Tustin, CA 92780 EMAIL: czepeda@tustinca.org SECTION 9 MEASUREMENT AND PAYMENT 9-3 PAYMENT A. The Contractor will be paid monthly for satisfactory work performed under this contract. B. On or about the first of each month, the Contractor shall submit a detailed invoice and all reports required in the Agreement for work performed in the prior month. This invoice shall be in accordance with the contract price and shall become the basis for payment. 2. This invoice shall be subject to review and approval by the Landscape Supervisor. 3. All submitted invoices shall be paid within 30 days of approval by the Landscape Supervisor. 4. Any charges in the invoice not approved by the Landscape Supervisor shall not be paid by the City. D-16 COMPENSATION FOR ROUTINE MAINTENANCE A. The City shall compensate the Contractor at the proposal item price per location, per month. B. Billing adjustments may be made where authorized by this Agreement. C. Work not satisfactorily completed as evidenced by the monthly schedule will be deducted at the proposal item price per location. PAYMENTS WITHHELD The City may withhold entire or partial payment for reasons as follows: 1. Work required by the specifications that is defective, incomplete or not performed 2. Claims against the City that are filed or reasonable evidence indicating probable filing of such claims. 3. Failure of the Contractor to make payments properly to subcontractors, or for materials and/or labor. 4. A reasonable doubt that the Contractor will not complete its required performance for the remaining balance of the term of the contract. 5. Reports, logs or written documentation required of the Contractor to be delivered to the Landscape Supervisor, which are incomplete or not performed. D-17 SECTION E SPECIAL PROVISIONS SECTION E SPECIAL PROVISIONS The Contractor shall provide the following services and meet the following specifications: E-1 SCOPE OF WORK A. THE INTENT OF THIS AGREEMENT IS TO SECURE A CONTRACTOR THAT SHALL PROVIDE A HIGH LEVEL, LUSH, VISUALLY PLEASING COMPLETE LANDSCAPE MAINTENANCE SERVICES. B. The Contractor shall furnish all labor, tools, materials and equipment to provide landscape maintenance services as set for in this Agreement and as covered by Sections 212, 308 and 308-6 of the Standard Specifications (Green Book). C. All work shall be done in a thorough and professional workmanlike manner to the satisfaction of the Landscape Supervisor, or his authorized agent and comply with all accepted landscape maintenance practices. All of the landscaped premises of the City shall be maintained at the highest level of quality service as provided for in these specifications at all times. D. The Contractor shall have the duty to provide complete landscape maintenance of all work sites, including, but not limited to the obligation to perform the following: Locations: 1 through 57: 1. Fertilize, prune, shape and trim shrubs and ground cover plants. 2. Control weeds, plant diseases and pests. 3. Mow, edge, fertilize, renovate and overseed turf areas. 4. Program, maintain and keep in good repair all irrigation systems in their entirety. 5. Maintain and keep clean and in good aesthetically pleasing condition, all hardscape areas and drainage systems. 6. Maintain all work sites in a safe, attractive and usable condition. 7. Maintain plant material in a lush healthy condition with horticulturally acceptable growth and color. 8. Comply with all Federal, State, County and City regulations, laws, including but limited to National Pollutant Discharge Elimination System (NPDES) and OSHA regulations with special attention to compliance to State of California Bill AB1881. E-1 E -I SCOPE OF WORK (Cont'd.) E. The Contractor shall be available twenty-four (24) hours a day, seven (7) days a week to respond to all emergencies within two (2) hours of notification. If the Contractor does not respond within the time specified, the City at its option may respond to the emergency and deduct the cost from the monthly payment due to Contractor. F. The Contractor shall perform a weekly maintenance inspection to review the quality of work, during daylight hours, at all areas. Such inspection shall be both visual and operational. It shall include, but not be limited to, the operation of all irrigation and/or other mechanical systems to check for proper condition and reliability. A checklist should be submitted on a weekly basis showing the previous weeks completed work. All work that is not satisfactorily completed will be deducted from the monthly payment at the proposal item rate. E -II AREAS TO BE MAINTAINED City makes no representation about the order or condition of the work area nor does the City warrant that the user area will be free of defects, either apparent or hidden, at the commencement of, or at anytime during the term of contract. Work sites may include hardscape, medians, parkways, parks, slopes, greenbelt areas or natural areas. An identification of the areas to be maintained is provided in this proposal document. Inventories supplied with this proposal package are only approximate and may contain errors. By entering into contract, the Contractor shall be deemed to have agreed to accept the condition of the work area in its "as is" condition with the intent to upgrade or modify existing deficiencies to contract specifications. Weed abatement shall occur early Spring, early Summer, and early Fall. Both spraying and manual methods of removal are required. When spraying the use of an organic pre -emergent herbicide (Glyphosate) and Pendulum Aqua -Cap or approved equal must be used. E -III VANDALISM/THEFT A. The Contractor shall be responsible for performing maintenance, repairs and replacement of existing landscaped areas that are to be maintained under this contract and of those, which are damaged or altered in any way as a result of theft and/or mysterious damages as well as those which are damaged by the performance of the Contractor. B. Additional compensation will be provided only for the cost of parts and materials that are directly related to the theft and/or vandalism; labor shall be provided by the Contractor at no additional cost to the City. E-2 E -III VANDALISM/THEFT (Cont'd.) C. The following conditions shall be met prior to the Contractor being reimbursed forthe replacement items: 1. Submit a proposal for the replacement item(s) costs. 2. Secure authorization for the purchase of the replacement items by the Landscape Supervisor, or his delegated representative. 3. Submit a photocopy of the original invoice(s) for the replacement items. 4. Provide the City with a copy of each report filed with the City of Tustin Police Department that relates to the specific incident, if required by the Landscape Supervisor. E -IV CONTRACTOR LIABILITY A. All damage to existing improvements located within areas, and adjacent to areas under maintenance, which in the opinion of the Landscape Supervisor are due to the Contractor's operation, shall be repaired or replaced at the Contractor's expense with similar materials and in an approved manner. B. Such repairs and/or replacement shall be performed by the Contractor at no cost to the City, and shall be accomplished as directed by the Landscape Supervisor or his representative. Repairs shall be made immediately after damage or alteration occurs. Deductions shall be made from the Contractor's payment in the amount necessary to compensate the City for such repairs in the event such repair work is done by the City forces or another course. C. Irrigation damage shall be repaired or replaced within the following time limits; after the immediate implementation of Best Management Practice. 1. Isolate and shutdown the leaking system immediately. 2. Mainline irrigation breaks shall be repaired within twenty-four (24) hours. 3. All other irrigation repair and/or replacement shall be completed within one (1) working day, provided however that no irrigation water will be allowed to reach the City storm drain inlets. D. All damages to turf, ground cover, shrubs or trees shall be repaired or replaced within five (5) working days. 1. Damage to turf shall be repaired by replacement with the appropriate variety of sod; reseeding shall not be considered as an adequate repair. 2. Damage to ,ground cover shall be repaired by replacement with the appropriate variety of plant material. Size and spacing shall be determined by the Landscape Supervisor. E-3 E -IV CONTRACTOR LIABILITY (Cont'd.) 3. Damage to shrubs may be corrected by appropriate pruning; however, if in the opinion of the Landscape Supervisor the damage is severe, the shrub shall be removed and replaced with a similar variety and size. 4. Damage to trees shall be repaired in the following manner. a) Minor damage such as bark lost from mechanical equipment shall be remedied by a qualified Tree Surgeon or Arborist. b) If the damage results in the loss of the tree, or a recommendation of removal, the damaged tree shall be removed and replaced with a similar variety and appropriate size. E. All damage resulting from chemical application and/or operation, either by spray -drift, improper application, lateral leaching, or other means, shall be corrected in accordance with the previous provisions and the soil conditioned to ensure its ability to support plant life. F. All work shall be inspected, verified, and completed to the satisfaction of the Landscape Supervisor, or his authorized representative. E -V INSPECTION The City shall inspect the work area every week to insure adequacy of maintenance and methods of performing the work are in compliance with the contract. However, such inspection or failure of the City to inspect shall not relieve the Contractor of the duty to provide continuous inspection of the work area. The Contractor shall prepare and submit to the Landscape Supervisor a monthly report. Said report shall indicate the overall condition of the maintained areas and list specifically any deficient areas or situations. The report shall also include action to be taken by the Contractor to rectify said deficiency and indicate the anticipated time frame for compliance. If the Landscape Supervisor determines that an emergency response is necessary, the Contractor will have two (2) hours to respond. This will be at no additional cost to the City. Discrepancies and deficiencies in the work shall be brought to the attention of the Contractor and corrected in the manner specified by the Landscape Supervisor on a weekly basis. Am E -VI HAZARDOUS CONDITIONS A. It shall be the Contractor's responsibility to inspect and identify any condition(s) that renders any areas within this Agreement unsafe, as well as any unsafe practices occurring thereon. The Landscape Supervisor shall be notified immediately, in writing, of any unsafe condition that require major correction. B. The Contractor shall be responsible for making minor corrections including, but not limited to, filling holes in landscaped areas and paving, using barricades or traffic cones to alert persons of the existence of hazards, replacing valve box covers and securing play apparatus so as to protect all persons from injury. C. The Contractor shall inspect all work sites for hazards, or potential hazards on a daily basis. D. During the required inspection of all work sites for hazards, or potential hazards, the Contractor shall keep a log indicating the date the areas were inspected, any unsafe conditions and the action taken. E. The Contractor shall cooperate fully with the City of Tustin in the investigation of any accidental injury or death occurring on the premises, including the submission of a complete written report thereof to the Landscape Supervisor within five (5) days following the occurrence. E -VII TRAFFIC CONTROL AND LANE CLOSURE Description - This work shall include, but not be limited to providing delineation, lighted barricades, flashing arrow boards, signing for detours, traffic channelization, "No Parking" signs and public safety. Construction - Traffic control shall conform to applicable provisions of the Standard Specifications and these Special Provisions. The Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic at all times. The Contractor shall perform all work outlined in these Specifications in such a manner as to provide maximum safety to the public, and meet all acceptable standards for safe practices during the maintenance operation; to safely maintain equipment, machines and materials or other hazards consequential or related to the work; furthermore, to accept the sole responsibility for complying with all local, County, State or other legal requirements including, but not limited to: OSHA and CAL -OSHA. The Landscape Supervisor, or his representative, reserves the right to issue restraint, or cease and desist orders, to the Contractor when unsafe or harmful acts are observed or reported relative to the performance of work under this contract. E-5 E -VII TRAFFIC CONTROL AND LANE CLOSURE (Cont'd.) All traffic control shall be in accordance with the latest edition of the following documentation: California Manual on Uniform Traffic Control Devices, Caltrans Traffic Manual, Caltrans Sign Specifications, Caltrans Standard Plans, Caltrans Standard Specifications. During working hours, a minimum of one 3.6 meters 12 -foot wide travel lane(s) in each direction, and at least one left turn pocket, shall be maintained. On any working day, no lane closures on arterial highways will be permitted before 9:00 a.m. or after 3:00 p.m. on arterial roadways. No lane closure or construction will be permitted on any street on Saturdays, Sundays, or legal holidays unless authorized by the Engineer. During the course of the work, the Contractor shall make minor changes and add or delete signing, as may be requested by the City, to correct problem traffic situations, which are a result of the Contractor's operations. In special cases, the Contractor shall be required to furnish flagmen as requested. The Contractor shall be responsible for furnishing, posting, and removing temporary "No Parking" signs along all routes. Signs shall be posted at least 48 hours in advance of work, at all intersections, and on each side of the street a maximum of 100 feet between signs. Signs may be attached to existing poles, or whatever is existing in the public right- of -way with the exception of parkway trees. When necessary, the Contractor shall furnish posts. Format of temporary "No Parking" signs shall be reviewed and approved by the City prior to posting. When construction schedule necessitates closure of driveways during working and/or non- working hours, Contractor shall notify residents and/or businesses at least 48 hours in advance. E -VIII REMOVING OBSTRUCTIONS AND MAINTENANCE OF EXISTING IMPROVEMENTS A. When the work thereunder involves performance upon City property, and when the proper completion of said work requires temporary or permanent removal, the Contractor shall, at his own expense, remove. Further, the Contractor shall, without unreasonable delay, temporarily, permanently replace, or relocate, to the satisfaction of the City all at the Contractor's expense. B. Where the work is to be constructed in, or adjacent to, areas that have been improved by lawns, trees, shrubs, or gardens, the Contractor shall remove such trees or plants as may be necessary for the prosecution of the work and give them proper care and attention until the work has been satisfactorily completed, after which the Contractor shall replace them in as nearly the original condition and location as is reasonably possible. Where it is necessary to deposit the excavated materials on lawns during the process of construction, the Contractor shall first lay burlap or canvas on the lawn to prevent contact between the excavated materials and the lawn. E-6 E -VIII REMOVING OBSTRUCTIONS AND MAINTENANCE OF EXISTING IMPROVEMENTS (Cont'd.) C. Unless otherwise indicated in the contract documents, all utility lines, conduits, wires or structures shall be maintained by the Contractor and shall not be disturbed, disconnected or damaged by him during the progress of the work, provided that should the Contractor, in the performance of the work, disturb, disconnect or damage any of the above, all expense arising from such disturbance or in the replacement or repair thereof, shall be borne by the Contractor. D. At last two (2) working days prior to commencing any excavation pursuant to this Contract, the Contractor shall contact Underground Service Alert or other appropriate regional notification center. E -IX WORK SCHEDULE A. The Contractor shall accomplish all normal landscape maintenance required under this contract between the hours of 7:00 a.m. and 4:00 p.m., Monday through Friday. Exceptions may be made to normal working hours, where incidence of use may be too great during the hours specified to allow for proper maintenance. The Landscape Supervisor may grant, on an individual basis, permission to perform contract maintenance at other hours that are not in violation of the City's noise ordinance. No maintenance functions that generate excess noise that would cause annoyance to residents of any area shall be commenced before 7:00 a.m. The Contractor shall establish a schedule of routine work to be followed in the performance of this contract. B. The Contractor shall submit to the Field Services Division a weekly detailed job schedule by the first of every month for month. Check sheets with signatures, time sheets, names and titles of all persons working must be turned in with the monthly invoice. Material and chemicals to be used on any site shall be approved by the Landscape Supervisor or his representative. Fertilization reports, material and chemical reports must be submitted with the monthly invoice. The Landscape Supervisor shall be notified within five (5) working days of any deviation from this schedule or material usage. C. The Contractor shall maintain and keep current a report form that records all on-going, seasonal, and additional work maintenance functions performed on a daily basis by the Contractor's personnel. This is in addition to the weekly check sheets. Said report shall be in a form and content acceptable to the Landscape Supervisor and shall be submitted to the Landscape Supervisor monthly. The monthly payment will not be made until such report is received by the Landscape Supervisor. D. The Contractor shall during inclement weather, with approval of the Landscape Supervisor: 1. During the periods when inclement weather hinders normal operations, the Contractor shall adjust his work force in order to accomplish those activities that are not affected by weather. E-7 E -IX WORK SCHEDULE (Cont'd.) 2. Failure to adjust the work force to show good progress on the work shall result in deduction of payments to reflect only the work actually accomplished. 3. The Contractor shall not remove his work force from the job site unless he has previously notified the City's representative. Production man-hours lost as a result will be made up at no cost to the City at a time specified bythe Landscape Supervisor. 4. The Contractor shall restake and retie trees as required. 5. The Contractor shall remove all branches and debris resulting from inclement weather as directed. 6. Drains shall be checked and cleaned as needed. This work shall be documented and reported to the City as required. 7. The Contractor may be required to perform clean-up tasks as requested by the City during inclement weather. E. SCHEDULE FAILURE: 1. Failure of the Contractor to adhere to schedules will result in damages to the City for the additional cost incurred in the inspection, administration, and complaints by the public. 2. Such incurred costs shall be deducted from the Contractor's monthly payment. 3. In the event that the Contractor fails to adhere to the service schedule, the City shall withhold $100.00 for each irrigation system and for each occurrence from the usual monthly payment. E -X CONTRACTOR STAFF A. The Contractor shall furnish sufficient experienced supervisory and working personnel, capable of promptly accomplishing on schedule all work required under this contract during the prescribed hours to the satisfaction of the Landscape Supervisor. B. The Contractor shall have competent professional supervisors, who may be working supervisors, on the job at all times work is being performed, who are capable of communicating effectively both in written and oral English and to discuss matters pertaining to the contract. Supervisors must be able to demonstrate to the satisfaction of the Landscape Supervisor that they possess adequate technical background. Adequate and competent supervision shall be provided for all work done by the Contractor's employees to ensure accomplishment of high quality work that will be acceptable to the Landscape Supervisor. Any order or communication given to the Supervisor shall be deemed as delivered to the Contractor. E-8 E -X CONTRACTOR STAFF (Cont'd.) C. The Contractor and his employees shall conduct themselves in a professional, efficient manner, and with a high degree of integrity at all times and shall cause the least possible annoyance to the public. The Landscape Supervisor may require the Contractor to remove from the work site any employee(s) deemed careless, incompetent, or otherwise objectionable, whose continued employment on the job is considered contrary to the best interest of the City of Tustin. D. The Contractor shall require each of his employees to wear basic public works attire. These are basically proper shoes, and other required by the State Safety Regulations and proper wearing of clothing. Shirts shall be worn and buttoned at all times. Shirts shall have the Contractor's logo and identification. Safety vests are required when indicated by the Work Area Traffic Control Handbook, or Landscape Supervisor. E. The Landscape Supervisor may require the Contractor to establish an identification system for personnel assigned to service this Agreement that clearly indicates to the public the name of the Contractor responsible for the landscape maintenance services. The identification system shall be furnished at the Contractor's expense and may include appropriate attire and/or name badges as specified by the Landscape Supervisor. F. The Contractor shall provide to the City an employees' roster and shall update the roster as personnel change. G. The Contractor will provide one (1) additional employee, with a cell phone to.act as a Fireman, to be utilized by the Landscape Supervisor. This is a 40 -hour per week position. E -XI LOCAL OFFICE A. The Contractor shall maintain an office with a telephone listed in the name of the firm, in the telephone directory for the area which includes the City of Tustin and shall provide at all times the following; 1. A responsible person(s), employed by the Contractor, who shall have the ability to take necessary action regarding all inquiries and/or complaints received from the City of Tustin. 2. This person(s) shall be reachable twenty-four (24) hours per day. 3. An answering service shall be considered an acceptable substitute for full-time coverage, outside of prescribed working hours, provided the Contractor is notified of any communication within one (1) hour after receipt of said communication. 4. The telephone number(s) of the Contractor or responsible person(s) of the Contractor, shall be a toll-free number for calls originating within the Tustin City limits. E-9 E -XI LOCAL OFFICE (Cont'd.) B. During normal working hours, the Contractor's Supervisor, who is responsible for providing maintenance services, shall be available for notification through radio communication or by cell phone. E -XII STORAGE FACILITIES The City of Tustin will not provide any storage facilities for the Contractor. E -XIII SIGNS A. The Contractor shall not post signs or advertising matter upon the areas under maintenance or improvements thereon, unless prior written approval is obtained from the Landscape Supervisor. B. The Contractor shall, at all times, remove all unauthorized signs and advertising matter in the area under maintenance. C. The Contractor shall provide approved turf/plants renovation signs to notify the public of landscape renovation work. LOCKS AND KEYS Where City of Tustin locks and keys are required as part of this contract, the Contractor shall: A. Not duplicate any coded 'City' key furnished by the City. Field Services Division for access and operation of the controller. B. Surrender all keys furnished by the City Field Services Division promptly at the end of the contract period, or at any time deemed necessary by the Landscape Supervisor to prevent loss to the City of Tustin. C. Protect the security of City property by keeping controller cabinets and enclosure doors locked at all times. D. Refrain from using premises behind locked doors for storage of materials, supplies or tools, except as approved by the Landscape Supervisor. E -XV NON-INTERFERENCE The Contractor shall not interfere with the public use of the premises and shall conduct their operations so as to offer the least possible obstruction and inconvenience to the public. Further, the Contractor shall not disrupt the peace and quiet of the area within which services are performed. E-10 E -XVI PARKING A. The Contractor shall park his vehicles and equipment within designated parking areas or in such locations as allows normal vehicular and bicycle traffic. B. The Contractor's vehicles and equipment shall not be parked or set in such a manner that they block pedestrian access or vehicular right-of-way except as required to comply with all standards of OSHA or CAL -OSHA. E -XVII LITTER A. All areas in the work sites shall be kept free of all, but not limited to, the following items: bottles, glass, cans, paper, cardboard, metallic items and other debris on a Monday and Friday basis. Litter will be picked up a minimum of twice a week but with the understanding that situations may arise during any given day, which may require attention. B. The Contractor shall promptly remove from the work area all debris generated by his performance. E -XVIII USE OF CHEMICALS A. The Contractor shall submit recommendations for chemical herbicides, pesticides and rodenticides proposed for use under this contract, for approval by the Landscape Supervisor. Materials shall be limited to chemicals approved by the State of California Department of Food and Agriculture, and shall include the exact brand name and generic formulation. The use of any chemical shall be based on the recommendations of a State of California licensed pest control advisor and the application shall be under the supervision of a State of California qualified pest control applicator. B. The use of chemicals shall conform to the current County of Orange Agriculture Commissioner regulations and shall comply with all NPDES regulations and reporting requirements. No chemical herbicide, rodenticide or pesticide shall be applied until its use is approved, in writing, by the Landscape Supervisor as appropriate for the purpose and area proposed. C. The Contractor shall submit accurate records of chemicals used monthly. D. The Contractor shall submit monthly, proposed chemical application schedules. E -XIX DISEASE AND PEST CONTROL A. The Contractor shall regularly inspect all landscaped areas for the presence of disease, snail, insect or rodent infestation. The Contractor shall advise the Landscape Supervisor within four (4) days when any disease, snail, insect, rodent or other pathogen is found; he shall identify the disease, snail, insect, rodent or other pathogen and specify control measures to be taken. Upon written approval of the Landscape Supervisor, the Contractor shall implement the approved control measures, exercising extreme caution in the application of all spray materials, dusts or other materials utilized. E-11 E -XIX DISEASE AND PEST CONTROL (Cont'dl.) B. Approved control measures shall be continued until the disease, snail, insect or rodent is controlled to the satisfaction of the Landscape Supervisor. The Contractor shall utilize all safeguards necessary during disease, snail, insect or rodent control operations to ensure safety of the public and the employees of the Contractor. C. The Contractor shall perform at his sole expense the following services: 1. All work involving the use of chemicals will be accomplished by a State of California licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Adviser License is required prior to chemical application. 2. All chemicals requiring a special permit for use must be registered by the Contractor with the County Agricultural Commissioner's office and a permit obtained with a copy to the Landscape Supervisor prior to use. 3. A copy of all forms submitted to the County Agricultural Commissioner shall be given to the Landscape Supervisor on a monthly basis. 4. All regulations and safety precautions listed in the "Pesticide Information and Safety Manual", published by the University of California, will be adhered to. E -XX WEED CONTROL A. For the purpose of these specifications, a weed will be considered as "any undesirable or misplaced plant". B. All areas within the specified maintenance area, including but not limited to turf grass, shrub and ground cover areas, planters, tree wells and hardscape areas shall be kept free of weeds at all times. C. Weed control shall be performed a minimum one (1) time per week, but not restricted to one (1) time per week. D. Bare areas between plants shall be cultivated by hand on a weekly basis unless an approved Pre -Emergent Herbicide has been applied. E. Weeds shall be controlled either by hand, mechanical or chemical methods; however, the Landscape Supervisor may restrict the use of chemical weed control in certain areas. F. Weeds in asphalt or concrete medians, sidewalks, curbs, gutters, expansion joints and around barricades, signs, posts, poles and any other object are considered as part of the required work and to be removed and controlled on a regular basis. G. Weeds shall be cut down and removed within one working day of notification. E-12 E -XX WEED CONTROL (Cont'd.) H. Monthly pesticide application schedule, detailing the date of application, location of application and material applied shall will be submitted to the Landscape Sueprvisor by the first day of the month, for the coming month. E-XXI WATER CONSERVATION The Contractor shall turn off all irrigation systems during period of rainfall and/or times when suspension of irrigation is desirable to conserve water while remaining withinthe guidelines of good horticulturally acceptable maintenance practices. In areas serviced by Irvine Ranch Water District (IRWD) the Contractor shall be responsible for water usage over allocation. These costs shall be deducted from the Contractor's monthly billing. The City will, on a case by case basis, with prior authorization may pay for additional water if the irrigation system has been shown to be operating efficiently and still there is a need for more water to keep the landscape at an acceptable condition. In these cases, the City may authorize only the use of the "Inefficient" water penalty tier of IRWD's penalty tiersystem. E-XXII UTILITY LOCATION MARKINGS = DIGALERTS The Contractor shall be responsible for identifying and marking locations of irrigation utilities in contract areas, i.e. irrigation: main line,, lateral line and electrical controller line. Contractor will have 48 hours, after DigAlert notice has been delivered to Contractor by e-mail, in which to complete the markings. Contract Administrator is to be notified upon completion. E-13 E-XXII METHOD OF IRRIGATION A. Irrigation shall be done by the use of automatic or manual sprinkler systems where available and operable. However, failure of the existing irrigation systems to provide full and proper coverage shall not relievethe Contractor of the responsibility to provide adequate irrigation with full and proper coverage to all areas in the work site. B. All areas receiving marginal coverage shall be irrigated by a portable irrigation method. The Contractor SHALL furnish hoses, nozzles, sprinklers, etc, necessary to accomplish this supplemental irrigation. Care shall be exercised to prevent a waste of water, erosion, and/or detrimental seepage into existing underground improvements or structures. C. The Contractor shall provide water and irrigate all work sites where no irrigation system is present and plant material is stressed. D. The Contractor shall be familiar with the principles and functions of the City operated systems that include Calsense, Maxicom, Weathermatic, Signature, and (Central. E. Contractor shall on a weekly basis, notify the Landscape Supervisor of the ETo variance for the week. ETo information shall be obtained from the Irvine Ranch Water District. F. The Contractor is responsible for conducting a Water Management Program that provides the optimum amount of water to keep the landscape lush, healthy and avoid waste. E-XXIII IRRIGATION INSPECTION GENERAL A. The Contractor shall initially inspect and familiarize himself with the entire irrigation system at all work sites and identify all needed repairs. B. Required repairs shall be submitted to the Landscape Supervisor in a written statement within two (2) months after the start date of the maintenance contract. If a written statement which documents required repairs is not received by the Landscape Supervisor within the stated time frame, the entire system shall be interpreted as fully operational. C. The City shall review and verify all submitted required repairs. Repairs may be completed by the following methods: 1. Authorize the Contractor to make appropriate repairs at the expense of the City. 2. Use City forces to make required repairs. 3. Use another source to make required repairs. D. Upon completion of such repairs, the Contractor shall sign off each individual area as being fully operational. E-14 1. The Contractor shall file an annual statement with the Landscape Supervisor certifying that all irrigation systems are functioning properly. E. The Contractor will annually perform an irrigation system maintenance program at no additional cost to the City. 1. All pressure regulator and strainer assemblies shall be rebuilt, cleaned and adjusted annually per schedule. All pressure regulators shall have the diaphragm and spring assemblies replaced. Each regulator shall be adjusted in order to maintain sprinkler -operating pressure to meet the manufacturer's recommended operation. All strainer baskets shall be removed and cleaned. 2. All irrigation control valves shall be adjusted to meet the manufacturer's specifications. The Contractor's Representative shall test the last sprinkler on each control valve with a pressure gauge installed in line with the nozzle or with a pilot tube and gauge. 3. Clean and adjust irrigation system as required to provide adequate moisture to all planting areas. This work is expected to be done at a rate of once per week with the understanding that situations may arise during any given day which require attention. 4. Annual certified back flow devices testing shall be completed and documented by the Contractor, as required by law. 5. All annual irrigation systems maintenance is to be completed between April 1 and May 30. F. The Contractor shall inspect the operation of the irrigation system weekly between April and December, bi-weekly between January and March, for any malfunctions. G. In addition to regular testing, including annual certified backflow testing, all irrigation systems shall be tested and inspected as necessary when damage is suspected, observed or reported. H. All system malfunctions, damage and obstructions shall be recorded and reported to the Landscape Supervisor and corrective action taken. I. Contractor to submit a monthly inspection checklist providing the following information. E-15 E-XXIII IRRIGATION INSPECTION (Cont'd.) 1. Controller location 2. Meter number 3. Date checked 4. Check by (name) 5. Problems 6. When corrected (date) 7. Repaired by (name) J. A weekly random inspection of various locations will be done by the Contractor's qualified, experienced Irrigation Technician and the City's Landscape Supervisor. All repairs shall be done by the end of the workday. Contractor shall provide additional qualified, experienced irrigation personnel to achieve repairs at no additional cost to the City. E-XXIV IRRIGATION MAINTENANCE AND REPAIRS GENERAL A. The Contractor shall maintain all irrigation systems at no additional cost to the City, in such a way as to: 1. Guarantee proper coverage and full working capability. 2. Make whatever adjustments that maybe necessary to prevent over spray or excessive run-off into street right-of-ways or other areas not meant to be irrigated. B. The Contractor shall repair or replace inoperable irrigation equipment to maintain fully operational system, including but not limited to, pressure pipes from the water meter to the control valves; all irrigation pipes; all manual and automatic valves; pumps used for the irrigation systems; backflow devices; filters; strainers; pressure regulators; sprinkler heads; irrigation clamps and stakes; anti -drain valves; quick couplers; electrical wiring from the controller to the solenoid valves; emitters; drippers; valve boxes; controllers; valve markers; batteries; fittings and risers. 1. Maintenance includes, but is not limited to, tightening of loose fittings and packing nuts; flushing and lubricating (as needed) sprinkler heads, pipes, nozzles, valves, filters, strainers and backflow devices; adjusting sprinkler heads, anti -drain valves and pressure regulators; adjusting controllers, and cleaning drip emitters. 2. The Contractor shall repaint, by hand, all backflow devices, valve box lids, controller cabinets, curb face and curb top, as needed. Labor and materials shall be provided at no additional cost to the City. C. Irrigation repairs shall be made within the following time limits: E-16 E-XXIV IRRIGATION MAINTENANCE AND REPAIRS (Cont'd.) 1. Implement Best Management Practices and isolate and shutdown the leaking system immediately. 2. Mainline irrigation breaks shall be repaired within two (2) hours of identification or notification. 3. All other irrigation repairs shall be made within one (1) day of identification or notification, provided however that no irrigation water will be allowed to reach the City storm drain inlets. D. Replacement of irrigation components shall be with originally installed materials of the same size and quality. Substitutions must be approved by the Landscape Supervisor in writing prior to installation. CONTROLLER PROGRAMMING A. The Landscape Supervisor with concurrence of the Contractor and the water utility may change the irrigation schedule as the need develops. B. The Contractor shall provide a qualified, experienced irrigation technician, knowledgeable in sound water management practices and IRWD water use/penalty guidelines. C. Adequate soil moisture will be determined by programming the automatic sprinkler controllers as follows: 1. Whenever possible, automatic irrigation shall be programmed to operate between the hours of 9:00 p.m. and 6:00 a.m. The Contractor shall be responsible for re- programming controllers during inclement weather to conserve water. 2. In areas where wind creates problems of spraying water onto private property or road rights-of-way, the controllers shall be set to operate during the period of lowest wind velocity, which would normally occur at night between the hours of 12:00 a.m, and 6:00 a.m. 3. Consideration must be given to the soil conditions; seasonal temperatures; wind conditions; humidity; run off and erosion potential and the relationship of conditions that affect day and night watering. 4. Extremely close attention shall be paid to the demands of the plants as influenced by their exposure to sun or shade. Also, the variation in the size of plants, as well as varietal differences must be considered. 5. The irrigation system will be controlled by the Contractor in such a way as to not cause an excessively wet area that could interfere with the Contractor's ability to mow all turf. All controller adjustments for ETo changes shall be completed by the end of the work shift every Tuesday. E-17 E-XXV IRRIGATION MAINTENANCE AND REPAIRS(Cont'd.) 6. A soil probe shall be used to a depth of twelve (12) inches to determine the water penetration by random testing of the root zones. 7. Irrigation heads shall be kept clear of grass, as to not impede water application and coverage. D. All landscaped and turf areas shall be irrigated as required to maintain a lush, visually pleasing, healthy appearance with a schedule most conducive to plant growth. UTILITIES A. The City of Tustin shall pay for the maintenance related water and electrical utilities. B. Water usage shall not exceed the amount required as per the Irvine Ranch Water District and the City of Tustin Water Services' standards established to comply with irrigation by the Contractor and as approved by the water utility. C. The Contractor will pay for all excessive utility usage and penalties. D. The excess cost will be determined by the appropriate utility company and the Landscape Supervisor and will be paid by the Contractor within 60 days of notification. E. The excess cost factor may be deducted from payments due to the Contractor; however the Contractor will be allowed to explain the increase in utility usage prior to the actual deduction. The City at their discretion may authorize additional water usage, on a case- by-case review. E-XXVI IRRIGATION CONTROLLER LOG BOOK A. The Contractor shall furnish and maintain a controller log book inside each controller cabinet in a waterproof packet for all non -central irrigation controllers. B. The log book shall record the following information: 1. Date of the controller program check or change. 2. Results of the program check or reasons for a program change. 3. The name and initials of the person responsible for the check or change. C. Meter reading information will be provided to the Landscape Supervisor on a weekly bases per date requested. D. Upon completion or termination of this Agreement, the log book shall become the property of the City of Tustin. E-18 E-XXVII TURF GRASS CARE A. Turf Grass Mowing: 1. The Contractor shall mow all turf areas with adequately sharpened, mulching mowers and shall provide a smooth and even cut without tearing of turf grass blades and use of non - mulching mowers may only be used with approval of the Landscape Supervisor. 2. The blade adjustment shall provide a uniform, level cut without ridges, depressions or scalping. 3. Turf grass mowing heights shall be adjusted by the Landscape Supervisor during periods of turf grass renovation. 4. All excess turf grass clippings shall be picked up and removed to a legal dumpsite prior to vacating the work site after each mowing. All green waste shall recycled with documentation given to the Landscape Supervisor with the monthly billing. 5. Care shall be exercised to avoid depressions in the established grade from mowing when the soil is saturated. 6. A mowing schedule, established by the Contractor and approved by the Landscape Supervisor, shall be maintained. 7. Mow lawns as often as required to maintain a neat appearance: minimum one (1) time per week during the growing season and twice a month during the off season. B. Turf grass edging and trimming shall be performed weekly at the time of mowing. 1. Edging of turf grass shall be performed with a power edger containing a steel blade. 2. All turf grass adjacent to sidewalks, curbs, mowing strips, shrub beds and where no improved surface exists, shall be edged to a neat uniform line. 3. Trimming of turf grass shall be performed along walls and around valve boxes, water meter boxes, backflow devices, trees, shrubs, posts, or any structures located within the turf grass area. 4. Tree trunk protectors shall be protected in place when string trimmers are utilized for trimming around the base of trees. 5. A four (4) inch barren strip shall be provided and maintained between turf grass areas and adjacent ground cover. Edging of turf grass and ground cover shall provide uniform delineation adjacent to this barren strip. 6. Trimming of plant material may be required around sprinklers to provide maximum irrigation coverage. E-19 E-XXVII TURF GRASS CARE (Cont'd) 7. All clippings and trimmings shall be removed from the work site the same day work is performed and prior to the Contractor vacating the worksite. 8. After mowing and edging is completed, all adjacent walkways and gutters shall be swept clean within one (1) hour. 9. Edge lawns as often as required to maintain a neat appearance: minimum one (1) time per week during the growing season and twice a month during the off season. All walks, driveways and planter beds will be edged and cleaned after mowing within one (1) hour. 10. Debris will not be blown onto streets or storm drains. C. SoilAnalysis/Fertilization 1. The Contractor shall notify Soil and Plant Laboratory, Inc. in March, June and October to perform a predetermined soil analysis. 2. Upon completion of the soil analysis, the Contractor shall review the recommendations with the Landscape Supervisor to schedule applications as required. 3. The Contractor shall be responsible for the cost of the soilanalysis and the fertilizer and all the labor to apply. 4. Immediately clean-up any fertilizer spilled on roads or sidewalks to prevent fertilizer from entering storm drains. 5. The Contractor shall be responsible for watering -in all fertilizers after each application. 6. The fertilizer shall _beapplied as required to provide a healthy and vigorously growing turf grass with horticulturally acceptable growth and color, as determined by the Landscape Supervisor. 7. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any fertilizer application. This written document shall include the following; Failure to provide will be considered a deficiency, subject to penalty per the Contract. a) Location and exact date the fertilizer application will be performed. b) Type of fertilizer and method of application to be used. Amount to be applied. c) Copy of purchase invoice for fertilizer. 8. All fertilizer applications shall be performed with properly calibrated equipment to provide a uniform application. 9. The Contractor shall comply with all NPDES and BMP requirements. E-20 E-XXVII TURF GRASS CARE (Cont'd) D. Turf Grass Renovation 1. All turf grass shall be renovated in a rotation, once every three years. 2. Renovation shall consist of aerating, verticutting, thatch removal and over seeding. 3. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any renovation operation*. This written document shall include the following; Failure to provide will be considered a deficiency, subject to penalty per the Contract. a) Location and exact date the renovation will be performed. b) Type of equipment and materials to be used. 4. The Contractor shall remove all renovation generated debris from the work site the day of the renovation operation and prior to vacating the work site. 5. Aerating shall be performed between April 15 through May 15; July 15 through August 15; and October 15 through November 15. a) Aeration shall be performed 3 times per year with an aerator machine that has one-half (1/2) inch to one (1) inch in diameter coring times spaced no more than six (6) inches apart. The machine shall remove cores from the turf a minimum of two (2) inches in length. 6. Verticutting and thatch removal shall be performed between October 1 and October 31. a) The Contractor shall cut all warm season grasses to the soil line immediately before and after verticutting. b) The Contractor shall verticut all turf grass with a standard verticutting machine with verticutting blades one (1) inch apart, which penetrate to a minimum depth of two (2) inches below the soil line. 7. Over seeding shall be performed within two (2) days after verticutting with properly calibrated seeders. a) Warm season turf grass shall be over seeded with Marathon II fescue, or an equal approved by the Landscape Supervisor, at a rate of five (5) pounds per 1,000 square feet. Seed tags shall be retained and provided to the Supervisor. b) The over seed shall be covered with one -eight (1/8) inch topper. The topper must be approved by the Supervisor. Topper to be a bio -solid (compost) variety. c) Turf grass seed purchasing invoice to be submitted to Supervisor prior to application. E-21 E-XXVII TURF GRASS CARE (Cont'd) 8. Reseeding of bare spots shall be performed continually throughout the year to re- establish turf to an acceptable quality. 9. Reseeding shall be performed with certified turf grass seed similar to the established turf at a rate of eight (8) pounds per 1,000 square feet. 10. Seed shall be topped with one-eighth (1/8) inch of topper. The topper must be approved by the Landscape Supervisor and shall be a bio -solid (compost) variety. 11. The Landscape Supervisor may require the use of sod when deemed necessary. The Contractor shall be entitled to the wholesale cost of the sod only, provided the loss of turf grass was not due to the negligence of the Contractor. 12. Where needed, depressions shall be filled with an approved top dressing material and seeded with an appropriate seed mix. 13. All work shall be in compliance with NPDES and BMP regulations. 14. Notification signs shall be posted, by the Contractor at his own expense, in all work areas to inform the public of the on-going renovation work. TURF GRASS IRRIGATION 1. All turf grass shall be adequately irrigated to maintain a healthy and attractive appearance at all times. 2. Irrigation run-off and over spray shall be minimized. 3. When possible the turf grass irrigation shall be on a separate program from plant material irrigation. 4. Turf grass shall be irrigated in a method, which promotes deep root growth. E-XXVIII GROUND COVER CARE A. Ground covers are low growing plants that grow in colonies to form a solid mat over the surface of the ground. The plants give a flat or two dimensional effect to the landscape. Some examples of ground cover are Arctotheca, Gazania, Vinca, Baccharis, Ivy, Trachelosperum, Honeysuckle and varieties of Ice Plant. B. Edging and Trimming of Ground Cover 1. Edging and trimming of ground cover areas shall be performed on a 4 -week interval or as deemed necessary by the Landscape Supervisor. 2. All ground cover adjacent to sidewalks, curbs, mowing strips or where no improved surface exists shall be edged to a neat uniform line. E-22 E-XXVIII GROUND COVER CARE (Cont'd.) 3. All ground cover shall be continually trimmed at the drip line of all shrubs. 4. All ground cover shall be continually trimmed along walls, valve boxes, water meter boxes, back flow devices or other structures located within the ground cover area as determined by the Landscape Supervisor. 5. Trimming of ground cover may be required around sprinklers to provide maximum irrigation coverage. 6. All clippings and trimmings shall be removed from the work site the same day work is performed and prior to the Contractor vacating the work site. All green waste shall be recycled with proper documentation given to Landscape Supervisor with the monthly invoice. 7. After edging or trimming, the Contractor shall sweep clean all adjacent sidewalks or gutters. C. Cultivation of Ground Cover Areas The open soil between plants shall be cultivated weekly where the planting permits. D. Renovation of Ground Cover Areas Ground cover plantings shall be thinned, trimmed and pruned for the health of the planting and the appearance of the site, on a 4 -week interval. E. Replanting of Ground Cover Areas 1. Replanting shall be required to maintain the continuity of the ground cover area. 2. Replacement material costs shall be paid by Contractor with no additional cost to the City. F. Ground Cover Irrigation All ground cover areas shall be adequately irrigated to maintain a healthy and attractive appearance. 1. Irrigation run-off and over spray shall be minimized. 2. Ground cover areas shall be irrigated in a method, which promotes deep root growth. G. Ground Cover Fertilization The ground cover shall be fertilized a minimum of 2 times per year to provide a healthy and vigorously growing ground cover with horticulturally acceptable growth and appearance, as determined by the Landscape Supervisor. Ground cover fertilization schedule: First application between March 1 and March 31; and Second application between October 1 and October 31. E-23 2. The Contractor shall immediately irrigate after each fertilizer application. Fertilizer to be a bio -solid (compost) variety, approved by the Landscape Supervisor. 3. All fertilizer applications shall be performed with properly calibrated equipment to provide a uniform application. All work shall be in compliance with NPDES and BMP regulations. 4. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any fertilizer application. This written document shall include the following; a) Location and exact date the fertilizer application will be performed. b) Type of fertilizer and method of application to be used. c) Copy of purchase invoice for fertilizer. E-XXIX SHRUB CARE A. Pruning of Shrubs 1. All shrubs growing in the work areas shall be pruned and trimmed monthly, or more frequently as determined by the Landscape Supervisor, to encourage healthy growth habits, removal of dead or damaged branches and maintain natural shape. 2. Shrubs shall be pruned with sharp pruning tools. 3. Shrubs shall be continually pruned as necessary, to prevent encroachment of passageways, walks, streets and view of signs. 4. All pruning cuts shall be one quarter (1/4) inch above a nod (bud). No projections or stubs shall be allowed to remain. 5. The Contractor shall remove/recycle all clippings the same day shrubbery is pruned and/or prior to vacating the work site. 6. Pruning shall be done to maintain a well-groomed, laced -out appearance and encourage air movement through the shrub. 7. Shearing, hedging or severe pruning shall not be permitted without prior written permission from the Landscape Supervisor. 8. All clippings shall be mulched and re-applied to shrub beds, in a uniform manner. 9. Pruning requirements may change from location to location depending on irrigation components. B. Shrub Fertilization 1. Shrubs shall be fertilized a minimum of two (2) times per year to maintain horticulturally E-24 acceptable health and color. All work shall be in compliance with NPDES/BMP regulations. Fertilizer shall be a bio -solid (compost) variety approved by the Landscape Supervisor. 2. Foliar fertilization may be performed when appropriate. 3. Fertilization schedule: First application between March 1 and March 31; and Second application between October 1 and October 31. 4. The Contractor shall notify the Landscape Supervisor, in writing, five (5) working days prior to any fertilizer application. This written document shall include the following; a) Location and exact date the fertilizer application will be performed. b) Type of fertilizer and method of application to be used. c) Copy of purchase invoice for fertilizer. C. Irrigation of Shrubs 1. All shrubs shall be adequately irrigated to maintain a lush, healthy and attractive appearance. 2. Irrigation run-off and overspray shall be minimized. 3. Shrubs shall be irrigated in a method, which promotes deep root growth. D. Shrub Replacement 1. All damaged, diseased (untreatable) or dead shrubs shall be replaced with the exact same species and appropriate size of plant material that existed at no cost to the City. 2. Substitutions for any plant materials must have prior written approval by the Landscape Supervisor. 3. Original plans and specifications shall be consulted to determine correct identification of species. 4. All new shrubs shall be guaranteed to live and remain in a healthy condition for no less than six (6) months from the date of installation. This will be inspected and verified by the Landscape Supervisor. E -XXX GENERAL CLEAN-UP A. Trash Removal - Remove all trash and accumulated debris from work sites. In addition, dog feces are also to be removed from the walkways, turf or ground cover areas. B. Policing of Areas - All areas under maintenance (landscape and hardscape) and other designated areas will have trash removed between 7:00 a.m. and 9:00 a.m. twice weekly, E-25 on Monday and Friday, with the understanding that situations may arise during any given day which may require attention. C. Concrete Median, Curb and Gutter Maintenance - The Contractor is responsible for removal of all weeds and grass growing in and around the curb and gutter area. The Contractor is responsible to insure the roadway is cleared of all dirt and debris within four (4) feet of the curb and gutter in all areas adjacent to maintenance responsibilities. D. Walkway Maintenance- Walkways shall be cleaned within one (1) hour following mowing and edging. They shall be cleaned by use of power sweeping or blower equipment not less than once per week. This includes removal of all foreign objects from surfaces such as gum, dog feces, grease, and paint. All walkway cracks and expansion joints shall be maintained weed and grass free at all times. E. Drain Maintenance - Shall be performed monthly, all drains catch basins shall be inspected and kept free of silt and debris at all times with documentation submitted to the Landscape Supervisor within 1 week. F. Removal of Leaves - Accumulation of leaves shall be removed from all areas not less than twice per week and with the understanding that situations may arise during any given day, which require attention. G. Maintain all trees to a height of 7 -feet over pedestrian paths. H. All vines shall be maintained in a manner, which will not interfere with vehicular or pedestrian traffic. Maintenance shall be performed in a manner, which shall provide unobstructed views. E-XXXI NATURAL AREAS A. All natural areas shall be maintained in an existing state, except for the following items that shall be performed on a weekly basis at no additional cost to the City: 1. Remove all trash and debris or other items as determined by the Landscape Supervisor, and take to a recycle plant or to a legal dumping site. 2. Provide and maintain a fifteen (15) foot barren area adjacent to any improved area. 3. Remove and/or repair any dead or broken branches or safety hazards within two (2) hours of identification or notification. 4. Maintain all gates and entry ways in a safe and usable condition. 5. Maintain irrigation in an efficient and effective manner. E-XXXII REPAIR OF WALKWAYS, SERVICE ROADS AND MISCELLANEOUS IMPROVEMENTS A. Walkways and Service Roads - All walkways and services roads, if any, shall be E-26 maintained by the Contractor so as to keep the integrity of the walking or driving surface in a safe, unimpaired condition. 1. The Contractor will not be responsible for total replacement of roadways or walkways as a result of normal deterioration, but will be required to replace all improvements damaged by his negligence. 2. Provide twenty-four (24) hour emergency repair service. E-XXXIII GRAFFITI The Contractor shall be responsible for removing graffiti from irrigation components, in the contract area, within forty-eight (48) hours of its appearance at no additional cost to the City. E-XXXIV EMERGENCY CALLS A. The Contractor shall provide the capability to receive and respond immediately to calls of an emergency nature during normal working hours and outside of normal working hours and shall do so at no additional cost to the City. B. Calls of an emergency nature received by the Landscape Supervisor shall be referred to the Contractor for immediate disposition. C. If the Contractor cannot be reached within two (2) hours the City will deduct from the monthly billing the cost of City forces, or other sources, used to repair or respond to the emergency. A. The Contractor shall be responsible for providing extraordinary maintenance repairs to existing landscape and new landscape areas. 1. Extraordinary maintenance shall include answering emergency calls as required. The Contractor shall respond to an emergency call within two (2) hours. The Contractor shall maintain a twenty- four (24) hour per -day on-call service for emergency calls. 2. The Contractor shall notify the Landscape Supervisor, or his, representative, by telephone within twenty-four (24) hours of any emergency extraordinary work that is performed. Non -emergency extraordinary work requires written approval before the work is performed. 3. The Contractor shall be compensated for extraordinary work subject to a signed City Change Order. B. In situations involving emergency repair work after normal work hours, the Contractor shall dispatch qualified personnel and equipment to reach the site within two (2) hours. 1. The Contractor's vehicle shall carry sufficient equipment to effect safe control of traffic. 2. When the Contractor arrives at the site, the Contractor shall set up traffic warning, E-27 control devices, if deemed necessary, and proceed to repair on a temporary/permanent basis. C. If a City representative is still at the site when the Contractor arrives, the Contractor shall quickly evaluate the situation and discuss it with that responsible person. 1. If the repair will take only a few minutes, the City employee may stay to continue to direct traffic while the Contractor makes repairs. 2. If the repair will take longer than the City employee can wait, the Contractor shall immediately set up temporary traffic control devices and all other necessary warning devices and relieve the City representative. D. An emergency may be called by the following individuals or agencies at any time for extraordinary services involving repair work: • City Manager • Assistant City Manager • Director of Public Works • Manager Field Services • Landscape Supervisor • Police Department E-XXXVI DUST CONTROL AND CLEAN-UP (Not a Proposal Item) Description - This work shall consist of dust abatement by cleaning and sweeping to control dust, which is the result of the Contractor's operations. In addition, this work shall consist of sweeping streets and/or sidewalk adjacent to the project if said dirt and/or dust is a result of the Contractor's operations. Construction - Construction shall conform to the provisions of Section 7-8 of the Standard Specifications. Payment-- Payment for dust control and cleanup shall be considered included in the contract prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing thework as specified here and no additional compensation will be allowed. RECYCLING/DISPOSAL OF CONSTRUCTION/LANDSCAPE DEBRIS (Not a Proposal Item) Description - This work shall consist of loading, hauling, recycling and legally disposing of all construction debris, removed paving and vegetation materials. The Contractor is required to salvage and recycle at least 50 percent of all construction related waste and shall submit a CIP Waste Reduction and Recycling Plan identifying the amount and types of waste created by the project and compliance with this diversion requirement. In addition, the Contractor shall properly document in writing to the City the amounts and types of all construction waste actually salvaged, recycled and disposed, all in compliance with the diversion, planning and reporting requirements contained in City Code Section 4351 et al. The Contractor shall use only City E-28 approved recycling facilities. A complete list of City approved recycling facilities is attached at the end of Section D. The Contractor shall coordinate the removal from the site of all structures, foundations, paving, vegetation and any associated debris from the site. The Applicant/Contractor is required to submit a CIP Waste Reduction and Recycling Plan to the Public Works Department utilizing the CIP Waste Reduction and Recycling Plan, a copy of which is provided at the end of Section D, and obtain approval from the Public Works Department prior to the issuance of a Notice to Proceed. The CIP Waste Reduction and Recycling Plan shall demonstrate recovery and recycling of at least 50 percent of the total waste generated by the project and shall consist of the following components: 1. An estimate of the total amount of waste to be generated for the entire duration of the project; and 2. An estimate of the total amount of recyclable materials generated by the project, identified by recyclable material type; and 3. Identification of recyclable material processing methods and facilities which will be utilized to achieve the 50% recycling requirement; and 4. Contractor shall be required to use only City approved recycling facilities. Prior to the issuance of a Notice of Completion, a CIP Waste Reduction and Recycling Report (WRRP) Final Project Report shall be submitted to the Public Works Department utilizing the CIP WRRP Final Project Report, a copy of which is provided at the end of Section D, documenting compliance with efforts to achieve the 50 percent diversion requirement. The CIP WRRP Final Project Report shall identify actual quantities and type of materials recycled or disposed during the project and shall include weight tickets receipts and other documentation supporting these efforts. The Notice of Completion will not be approved until the CIP WRRP Final Project Report is approved by the Public Works Department. Payment-- Full compensation for disposal of construction debris shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed. E-XXXVIII REPORTING DAMAGE OR MALFUNCTION Any damage to, or malfunction of, any facility not specifically stated in this Agreement shall be promptly reported to the Landscape Supervisor. E-XXXIX ADDITIONAL LANDSCAPE AREAS A. The Contractor shall maintain, at an agreed upon unit price comparable to other existing landscape areas and subject to the City Manager's written approval, any additional landscape areas that the City adds to this contract. B. In the event that notification is made of a new installation other than at the beginning of a monthly period, the unit cost negotiated and agreed upon by the parties, shall be pro -rated E-29 from the day the Contractor is notified to start of maintenance. C. The City may elect to delete work sites, or portions thereof, within this Agreement at a unit price comparable to the proposal price of said work sites. XL COMPLAINTS FROM CITY A. The Contractor shall maintain a monthly written log of all complaints that include the date and time received and the action taken or the reason for non -action. The monthly log of complaints shall accompany the monthly invoice. B. All complaints shall be abated as soon as possible after notification; but in all cases within twenty-four (24) hours, to the satisfaction of the Landscape Supervisor. C. If any complaint is not abated within twenty-four (24) hours, the Landscape Supervisor shall be notified immediately of the reason for not abating the complaint, followed by a written report to the Landscape Supervisor within five (5) days. D. If the complaints are not abated within the time specified, or to the satisfaction of the Landscape Supervisor, the Landscape Supervisor may correct the specific complaint and the total cost incurred by the City of Tustin will be deducted and forfeited from the payment owing to the Contractor from the City of Tustin. E-XLI WATER POLLUTION PREVENTION AND BEST MANAGEMENT PRACTICES (BMPs) (Not a Proposal Item) Storm water and non -storm water discharges resulting from municipal maintenance/construction activities are currently governed by the Santa Ana Regional Water Quality Board NPDES Permit No. CAS618030. The permit applies to activities within the County of Orange and is available for review from the City of Tustin, Public Works Department. A Drainage Area Management Plan (DAMP) and a Municipal Activities Procedures Manual have been developed by the County of Orange to assist with permit implementation. Specifically, the Municipal Activities Procedures Manual contains Model Maintenance Procedures with Best Management Practices (BMPs) that the contractor shall adhere to. The Contractor shall implement and maintain the appropriate BMPs to prevent storm water pollution within the project site at all times during the contract period. The Model Maintenance Procedures with BMPs are available for review at the City's Public Works Department. The City's Landscape Supervisor, accompanied by the contractor will conduct inspections of the maintenance site prior to anticipated storm events and after actual storm events to identify areas contributing to a storm water discharge associated with maintenance activity and to evaluate whether BMPs to reduce pollutant loadings are adequate and properly implemented in accordance with the terms of the permit or whether additional control measures are needed. Payment to provide and maintain BMPs shall be considered included in the contract unit prices paid for other items of work and shall be considered incidental for accomplishing the work and no additional compensation shall be allowed. Failure of the Contractor to comply with the City's requested corrective actions may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. E-30 SECTION F GENERAL NOTES, LOCATION MAPS AND DETAILS SECTION F LANDSCAPE LOCATIONS AND DETAILS F -I GENERAL NOTES 1. All work shall be maintained in accordance with these specifications and the latest edition of the Standard Specifications for Public Works Construction and also in accordance with any supplementary standards or specifications which may be referred to herein, all to the satisfaction of the City Engineer. 2. Work shown or indicated on these plans/details or called for in the specifications, but not included as any pay quantity items, shall be considered incidental work, cost of which shall be included in the Contractor's proposal for pay quantity items. 3. The Contractor shall be responsible for damage to existing utilities, traffic loops, pavements, curbs, structures, trees and landscaping as a result of his operations, and will be required to repair or replace the same to the satisfaction of and as directed by the City Engineer or utility company. 4. The Contractor shall immediately haul away and dispose of, off the project site, all excavated materials and landscape debris. All disposals shall be at the Contractor's expense. 5. The Contractor shall have copies of the plans and specifications for this project on the site at all times and he shall be familiar with all applicable standards and specifications. 6. A City of Tustin business license shall be obtained by the Contractor, at his expense, prior to starting work. Subcontractors working for the general contractor for this project will be required to have a business license while working on this project. 7. It shall be the Contractor's responsibility to notify respective utilities and/or Underground Service Alert at 1-800-422-4133 to determine the exact field location of utilities shown or not shown on these plans, which may conflict with this work. The Contractor must mark any irrigation lines that will be effected by an Underground Service Alert. 8. Landscape sites shall be maintained in such a condition that an anticipated storm does not carry wastes or pollutants off the site. Such "discharges" of material other than storm water are allowed only when necessary for performance and completion of construction practices and where they do not: cause or contribute to a violation of any Water Quality Standards; cause or threaten to cause pollution, contamination or nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulation 40 CFR parts 117 and 302. All storm drains/catch basins shall be inspected and cleaned, with cleaning documented and submitted to Contract office within 5 days. F-1 9. Dewatering of contaminated groundwater, or discharging contaminated soils via surface erosion is prohibited. Dewater of non -contaminated groundwater requires a National Pollutant Discharge Elimination System permit from the respective State Regional Water Quality Control Board. Materials which may have effects on pollution include but are not limited to: solid or liquid chemical spills; waste from paints, stains, sealant, glues, limes, pesticides, herbicides, wood preservatives and solvents; asbestos fibers, paint flakes or stucco fragments; fuels, oils, lubricants and hydraulic, radiator or battery fluids; fertilizers, vehicle/equipment wash water and concrete wash water; water, concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or chemical degreasing and super -chlorinated potable water line flushings. During construction or maintenance, disposal of such materials should occur in a specified and controlled temporary area on-site, physically separated from potential storm water run-off, with ultimate disposal in accordance with local, state and federal requirements. F -II TABULATIONS OF WORK LOCATIONS, MAPS AND DETAILS The following are the maps to be used for this project: F-2 LOCATION 54 GTY CF IUS7YN 1. T�StIN � R �CNkQHO 0 75 150 225 300 SCALE IN FEET LEGEND —•••— CITY LIMITS QQ FIRE STATION SCHOOL FACILITIES a ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE B OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 11 LOCATION 26; 27, 28, 29, 46, 47, 53 w 0 75 150 225 300 SCALE IN FEET =LEND -•••- CITY LIMITS QQ FIRE STATION ® SCHOOL FACILITIES & ELEMENTARY SCHOOL V INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 12 LOCATION 46,54,56 MAP14 , ,oW-A� 1085x' ' 0 75 150 225 300 vas w f6661 to�sy .tom SCALE IN FEET 41 all, 10, 46 LOKER PETERS RETARDING BASIN ly-WrADA A 56 * .. ..... LEGEND '00 Oil a ORAD, &r CITY LIMITS -tss FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL GAMED WOODS INTERMEDIATE SCHOOL 7AACT 1903 41 0� OF 7VS�qN HIGH SCHOOL COLWTY OF CRAN6Z• SCHOOLS OUTSIDE 7°Bzo sow OF TUSTIN UNIFIED tn SCHOOL DISTRICT MAP12 54 9Vff MAP10 MAPI I STREET ADDRESS MAP 13 LOCATION 45, 46 O> 1tlrt / ; o 's lapja TRACT 16881 \ ate, r EPdBft&ON 14,09 �!'' ♦ 10152 �CHpSS It 10798 ? 90F 2d91 10768 10]65 l l 2999 �` r HURON Pj.ACE 1 r o6 tn 10773 ; �107aF 2496 `'pry 10792 BEND 250e 2517 MAP 13 asviary LEGEND — — CITY LIMITS Co FIRE STATION ® SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL m as, �S¢ 50520 s SCHOOLS OUTSIDE g I I I I I a9pS dSP�f¢ 160 10530 SCHOOL DISTRICT 0 75 150 225 300 105„5 10535 i0590 SCALE IN FEET 1050.8 10590 X9550 10595 50550 - i4555 10564 19555 10550 0565 tOs65 CA TENEDA Oft 10579 10570 taS)5 10580 10580 ,0985 10500 45 10565 10590 10595 z 10609 g 10600 106°0 tows " 14610 z 1081, o O Im's 10625 a 14615 10624 m loom 10625 w �+ 10835 N 20630 1063010635 10695 14640 10649 0849 t0 16055. 10650 0855 106$0 10665 10660 b 106,0 10675 BRsr, 10690 e0" _ jnHF 10 - MAP 13 asviary LEGEND — — CITY LIMITS Co FIRE STATION ® SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE g OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 14 71 v LOCATION 44, 45 0 75 150 225 300 SCALE IN FEET LEGEND CITY LIMITS FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT ET ADDRESS MAP 15 LOCATION 30, 31, 32, 33 0 75 225 300 MAP 22 SC 15 0 ALE IN FEET --govgwx OL Ti n I � 32 bdil Z -j cr. zso\ 1, a� `.�*'Ig � �21>6 g 2re >I $ `�Yg ZrYO Q� r�sr88 � r 2460 i � � Z1s5 2i—moi G g t2iJP 217D i2175 1216D 22. 721- —zea jI I IZ70 33 ol RLOW 2 22Q I GUNES LEGEND CITY LIMITS FIRE STATION MAP 32 a SCHOOL FACILITIES Is ry ELEMENTARY SCHOOL 31 INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED tSCHOOL DISTRICT 237 30�° ND MAP 24 STREET ADDRESS MAP 23 71 co LOCATION 23,24,30 ;F, "; MAP 9 m 230b ME, 4' Ile 042 0 75 150 225 300 Ile 211 RYr 2354 SCALE IN FEET l4p '41 3& R ZZ 2— 2420 %225 5 " 30 2x40 X12435 2 1140 23 - 2.0 V 2442 11 11775 w To # LEGEND j yf" LADDRA SCHOOL CITY LIMITS a 2503 2512 2515 z4eer?47J Tga2,l,J1z19 els! )yrs 24%2513 z8sz2 2s FIRE STATION MAO' Y5563 24 2531 TV87'hV RANGV SCHOOL FACILITIES M21 "24'11 2S32't O � '2 1 vw 1 ELEMENTARY SCHOOL 1 2002l INTERMEDIATE SCHOOL A 2 12.11 HIGHSCHOOL g\'o- 1012-1 2500 2-1— Utz rSCHOOLS OUTSIDE 2o 2362 1, TESOF TUSTIN UNIFIED 2M SCHOOL DISTRICT 30 < S�AIDDJV ONA 7,7AVr V764 7AACT 18788 VOR1,15 YJLLA GALLERY PARK (PRI VA TE) N,�040 RAval WAY MAP 25 TUS77N RANCH TRACY Y61a? VMELL14 GOLF COURSE 24 STREET ADDRESS MAP 24 `T1 0 LOCATION 25, 26, 29, 30, 48, 49, 50, 53 0 75 150 225 300 SCALE IN FEET LEGEND YRAG3' f2810 7US77N RANCH -••-- CITY LIMITS GOLF COURSE aF FIRE STATION lja ® SCHOOL FACILITIES ,g ELEMENTARY SCHOOL 26 Z gD ?�S INTERMEDIATE SCHOOL j 3 HIGH SCHOOL 017RUS SCHOOLS OUTSIDE RANCH PARK OF -'K \� SCHOOL IDISTRICT 'REST ADDRESS MAP 25 0 0 rc t LOCATION 20, 21, 34, 35 0 75 150225 � 0 SCALE IN FEET LEGEND — — CITY LIMITS QQ FIRE STATION FACILITIES aSCHOOL SCHOOL VELEMENTARY INTERMEDIATE SCHOOL V HIGH SCHOOL M® SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT J TZ9 02 B aSUNG Y L ROAD 12932 ,y H (RFD HU CHAAWa) .L.GSyt _ BUBSUJ WELL ROAD 2'✓� !2 SNONGWOOD DRIVE M1a ��'. �' -i � N u w r CP BB Yi 278D 1891 YIL! 2%Df ro N� 1071 H -. r �� _11 �± �'+' BROWMNG AVENUE - 0 75 150225 � 0 SCALE IN FEET LEGEND — — CITY LIMITS QQ FIRE STATION FACILITIES aSCHOOL SCHOOL VELEMENTARY INTERMEDIATE SCHOOL V HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 31 ce LOCATION 20, 21, 22, 34, 35 22 75 150 225 300 SCALE IN FEET 1 34 P, lam �ss 7MA /n N✓ 7',?A 0, 'p T - GREEN WA Y PARK (PRI VA TE) Aj Vx ORW4RDS 7a4C7 9878 mlkp 33 STREET ADDRESS MAP 32 CLUBHOUSE 00 %- 12442 "bb LEGEND CITY LIMITS FIRE STATION N D SCHOOL FACILITIES ELEMENTARY SCHOOL o INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED 77)577A/ RANCH SCHOOL DISTRICT GOLF COURSE mlkp 33 STREET ADDRESS MAP 32 n W LOCATION 50, 51 MAP 32 4 19, A `�5`,y 0 75 150 225 apo `.� rvf SCALE IN FEET lzoan k '^� 7 c, TU.S77AI RANCH K GOLF COURSE LEGEND ter%=moi% — ••— CITY LIMITS a /t "bJ { Q FIRE STATION J ;'z>z ` ;4iy.® SCHOOL FACILITIES I N ELEMENTARY SCHOOL INTERMEDIATE SCHOOL aon7r f aqs,� HIGH SCHOOL nvnaru ura f rjl -� xy SCHOOLS OUTSIDE y f ,' _. t 'n,a,JaEOOF TUSTIN UNIFIED t,_raacr rsca TtJs RANCH eoy�s % 7 i -1 w ; ry 4r SCHOOL DISTRICT 2814 w311 r -�a LRDINAL Daass �12 .4Y im7 �'(a� v i icon i 5 .< i g29 LAE 5 Y 38n'g 2sS _ y\ n`/5 y-�1f�9WRf RUNY_ti_ry _vi. ixeox 2.1 4 2i w N� e°x 278°0"3 2 iB029,j RAG7 D 28°a 24ab0e CT-___--"h� ---'� q z8 I, 2872 �tw 2811 EGR DRIVE { * 1 7 28981 28.3 __T ' _---'' r{t LLES1ER98 idB3B W 3b I h a sSt 7: r i G N, xsgn i DRIVE E9 �I_ DA—Pia - TUSTIN SPORTS - - trt a xa I z "xbsa f, tr „oa 290°1 PARK 22 w a N t x6w �__ Z2 t 2.11 � 'G, s. N. u��1 f�wlassa s$aQigt283Y 2839 � ( LA fA�iE a , N_IJ. -SDR'6�,.w� 70 2W5 ✓q�$o���`'�--.,� 2sa2lt f +� �o. �o m 2ib1 IS 0040 _ AtEN7 NES LA.P1E ' 2997 51 STREET ADDRESS 50 MAP 33 T a� 3 LOCATION 3, 16, 36, 37, 38, 55 a MAP 3, IRVINE BOULEVARD ■ ■ ffiN iRa IN 3♦® ■ ■ ■ QTY OF IUSTIM 93001 a 13021 13022 55 2141 m w g ■ .C. 13021- -- - �- - - _ ■ r t Z 1303, 13032 1303s w N tm'v n a`o� n sy IS 13041 13042 130#1 13042 13049 VENi1A 13041 _ _ _ 13657 13052 1305/ EW76 53051 43082 13051 3 BLUEBERRY WAY 0 13081 13082 ,3051 7x641 m 43072 ,3079 o r m ■ ,3075 13076 13075 13071 y - 36 w3082 r L7 Z s8 13091 13082 4309, 13081 13091 CARRERA 13,02 -_ 13}01 ■ 13111 13112 S3iti 13152 13169 13,12 4 RO9LNG STOKE UNE ■ ti 13111 0 ■ 13127 � 93M122 13721 � 13}22 2142 ty 53122 � � � 93132 -'741 N T C f3 3 16132 1312, EEUiFORD OPoVE ` ,37§7 n a F 1314, w 13142 53141 13142 ■ 13141 ■ 13151,3952 1319} 13152 93151 RAt£'15.IO� 13}62 m m m ■ 13767 e n a N 53162 13155 13155 13168 53785 ¢ 13156 'v ca 'RUNNING BRANCH WAY^ 13171 37 9.3,65 13182 13,81 93152 L" 13172 13171 m 13181 - t5gg2 ■ 13191 73152 to 93481 13192 93181 n tv 'n i 5.3162 G 93181 IS 93201 13202 13201 13202 13201 MARSEUNA ,320% 13201 w w 93211 13212 1. 132!7 }3212 `AN i+ 13212 �2 BENT TMG LANE }3221" 932x2 53221 53,2x2 `Y 13222 � i� ■ n� w u �3? h ,. � J� 71st � t3'L324p ■ ,M 2141F `.`$. ! i,T741 ■ A.T. & S.T. R.R. 1 mak`✓- SONBRlA �+ °'?31 . N ■10r ty N N^ `Y Y to Po54R FOR ROAD P r ■ azg, N4 'C 3 Dal rZd 13271 IN13271 13272 13271 a 13272 13285 1328 ,3279 13212 YA1�$ N �h N� ?al y 3��?°'��� tH'l2 13282 93261 h � �°j 6 .R 13291 3 13292 13291 13292 13241 13202 13241 13282 �+, yf �i4 'pS' 1i ' tq,�, ''v ■ 13301 ° i330a 13309 ,Q .1329'1 ry^ MN 7g? 0, "3 ' `it 0F� iSAytg 13301 73302 13301 z 13302 IS h S hD- •'it `? 'U dot _ tSY2e ■ 13311 a 13352 73311 � MDT � � toy 7� � 3y ,y��d�� G � f '`� ,y2} x+ 93322 Vi332t m 13322 133211 c• s 13332 1'„321 13331_ 13332 •� 13332 13331 CA15kR/. OdR. t •x3y2 i y �, 6 s �9 13341 ,3351 13352 ■ 13351 13352 93355 Ft 1"tJ3, 1T151z t7g1. '`7by fit. M ■ 13361 13382 13367 n � ,3381 # 1 u � �/ �2 �ryi / '13� 53365 M1s asst ' h! � , /�s 13371 T CP D d 7 3 i �, ;easta 13372 13377 _ 13382 t3sali m a 13381 in 13382 13385 $ '" �'v 13372 13aQ1 tH2 1'0,101q lM1 53170.1 �llsYn ° BURNT MILL ROAD ■ 1a I +a t 13101! t }YW1 3912 BURNT Atilt ROAD 387 13401 f 1352 t 7,1 D L ti ■ 1-12 ix t3H2 13x111 alt3atT 13<tt if +,3612 MORE, M i+ 1- 5 f ¢IfNxx 73421] �t341z 134211 53x22 R'2Yr RED MILL. M 139311 i,343x 53d5i! I t3a32 ,31311 m ' & ' t� 3+3x _ h MA6R6NA _ �/.t,. M1*./''51., SAN tEANDRo if3aa2 c BWAI rRAcr tares �apy p SOUTHERN ISRAEL PRA Dao N•`,�;.1. Bast z CALIFORNIA 7EMALE U v. EDISON aCF.CD. RfW (E! MDOEiA - IRNNE CHANAR.) BRYAN AVENUE MAP 46 gD /— 0 75 150 225 0 SCALE IN FEET LEGEND STREET ADDRESS MAP 39 CITY LIMITS QF FIRE STATION SCHOOL FACILITIES a ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE �] OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 39 T cp )'RACY f4YO6 55ALA YBACY W82 YldAY&tA LOCATION 8, 11, 12, 14, 15, 17, 18, 19 a ` MAP �39�1 MAP 41 D (�t o 7s15o�225 0 SCALE IN FEET LEGEND — — CITY LIMITS ❑Q FIRE STATION SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE [� OFTUSTINUNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 40 71 m LOCATION 6, 7, 13, 14, 52 2 13 14 'za MAP 33 m y IRVINE BOULEVARD � ' 1313x 132az �� 25 SHELL 13145 GAS _ ; � t.rti? iii 13155 ' rRAcr rsosa---' 13133 u---- SRAFICHb MRRA i i tan ARARY PN7'B y I I 1 13185 13201 —J i ,3t 91 :r--- 13205 TUS77H RANCH 13215 PLAZA 132115 )! 13225 13235 13245 ~ , 1 132114 ` 7 13285 13 5 4g- LLi • , + � ,3295 O 330.5 i` O 13315 13321 AAA 5333x 52 71RAC7 vow r' 13452 "---- F5 0 75 150 225 300 SCALE IN FEET LEGEND BRYAN AVENUE ' (% F -I r - �- 7 ® STREET ADDRESS 6 MAP 41 CITY LIMITS QQ FIRE STATION SCHOOL FACILITIES I ELEMENTARY SCHOOL W INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT BRYAN AVENUE ' (% F -I r - �- 7 ® STREET ADDRESS 6 MAP 41 LOCATION 1, 2, 4, 5, 9, 10, 39, 40 ® rRAcr tzraz 1 ® mm 39 lYCA oa5 aLEM 5 W/ 7 4 BRYANAVENUE �E, �R� t�si0isl�' ,avz J`�__ ni' TRACY V868 aXADDW RRDOX ,est I , < I PgWXFE�'> 1 'tsar - 2 R 3 g 0 75 150 225 300 ter; ,ten nn r 4r . y ryR��p „gin mom= a3'm= SCALE IN FEET k, J"�J'#E �'ri� lAWi410ftNE P'L -- '}'t,sie ZA PRRX kidQ.m'4y�. \ 414��st, Ana..- NEWN, `�s^ i$ °� ✓ S yy �B �B� ,y """,'r' tR g � ,Ey � a fi ' ti��°,�. ¢✓f � �Vt,� � . %�ia w o- a „„ � M RANCHO AUG. 136q' TRACT W46 ✓-_/✓ `/j! ,..^[!1 —_____' CAMINO REAL m 'ARK Il, �R an. LEGEND �> otf; 7cc CITY LIMITS Ae FIRE STATION ® SCHOOL FACILITIES ELEMENTARY SCHOOL „gyp meq, 3ti N r INTERMEDIATE SCHOOL J„` u C 9 HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT Ax, jIf r (E.6)SANTA ANA FREEWAY STREET ADDRESS MAP 46 MP 53 a T co BMGHTWOOD ITS DR DR. 0 TR, 0 p1 GQ HOLLY ACAI 0s ocfR °p PE CANYON)l REGIONAL PARK LOCATION 41, 42, 43 4 0 75 150 225 300 SCALE IN FEET LEGEND CITY LIMITS QQ FIRE STATION a SCHOOL FACILITIES ELEMENTARY SCHOOL INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP 71 CD RETARDING BASIN R-1 EY -1 LN. HORIZONWAW 0 ANNA ORD D O 0 R100K P I lk DA. A I g , 11, llwl= PIONEER MIDDIR SCHOOL PETERS CANYON LOCATION 41, 42 42 0 75 150 225 300 SCALE IN FEET LEGEND CITY LIMITS FIRE STATION a SCHOOL FACILITIES I ELEMENTARY SCHOOL W INTERMEDIATE SCHOOL HIGH SCHOOL SCHOOLS OUTSIDE OF TUSTIN UNIFIED SCHOOL DISTRICT STREET ADDRESS MAP LANDSCAPE & LIGHTING ASSESSMENT DISTRICT WATER METER INFORMATION Meter Number Meter Location 12726610 10009 Jamboree 12726617 12215 Jamboree 12726662 2951 Bryan 13099959 10135 Jamboree 13377966 2581 Bryan 13377981 10258 Jamboree 14769725 12446 TRR 14769734 13020 TRR 15063501 12884 TRR 15367098 13271 TRR 15367102 13331 TRR 15367105 13051 TRR 15367251 2690 Portola 15367254 12741 TRR 15931402 2550 Peters Canyon 15931532 12535 Jamboree 17654308 11605 Jamboree 17867560 13117 Jamboree 17867568 13119 Jamboree 60348495 2782 Irvine 60363396 13821 TRR 60375428 2003 Parkview 60375430 2004 Parkview 60453878 11990 TRR 60453941 2421 Irvine 60453943 12601 TRR 60498469 12427 TRR 60498471 11840 TRR 60498503 1105 Jamboree 60498511 10287 Jamboree 60498513 10653 Jamboree 60524110 12995 TRR 60527573 10006 Jamboree 60549530 13213 Myford F-20 LANDSCAPE & LIGHTING ASSESSMENT DISTRICT WATER METER INFORMATION (CONT'D) 60613484 2816 Pioneer Way 60613559 10394 Jamboree 60621831 11973 TRR 60621876 10289 Jamboree 60621877 10906 Jamboree 60622008 2191 Bryan 60723351 2003 ECR 60738956 2322 Peters Canyon 60738965 11927 Jamboree 60742179 11092 Pioneer Rd. 60759873 11257 TRR 60896682 13504 Parkcenter 69904719 2986 Portola 31594312 13151 TRR 36998727 13702 TRR F-21 BACKFLOW TESTING e ® ® e e \\\ \ \§ _ _ ® « _ /n �o m C4_C� cn \}§ )\\� @%3 \»$§ &0030 co )\ CO /// -3 , g� n� )CD 0C)0 ao $2.@[m \� �2 _\§\ kms° (n °5 **m)m 2 (n cn a \[((/ CO \ \\/C- GE {3 3 \k EE;°° )0 §f\§\ ®2 ®�-G° fM qCD 0 = n 3 X 0 .0 0 �2 E°0 a 9g�e2 30000 ƒ7/a7 CD, , 4224 7� /00 \ \� PO N Co M § /�< #p \)).§ § $m) ) m @ /) 2 $ \\\ \ /] ooe o on � F-22 ATTACHMENT 6 Mariposa Landscapes Proposal (Tustin Landscape and Lighting District) M I- IL A R P 0 L A N D S C A P E S TUSTIN BUILDING OUlt FUTVPT- HONORING OUP, PAST MWArel-w-my Landscape Maintenance Services for Landscape & Lightin•g Assessment District Areas Due: Tuesday, March 19, 2019 at 10:00 AM 4qlq CA CONTRACTOR'S LIC ft 592268 A, C-27, D-49 6232 Santos Diaz St., IRWINDALE, CA 91702 -TEL 800-7949458 OFAx 626-960*84.77 www,mariposa-ca.com Our Core Values — Safety - Teamwork - Quality ® Integrity 0j PAIIU M A R I P 0 S A L A N D S C A P E S I N C April 17, 2019 Christine Zepeda Landscape Contract Supervisor Public Works Department City of Tustin 300 Centennial Way Tustin, CA 92780 RE: Landscape Maintenance for Landscape & Lighting Assessment District Areas and General Fund Areas Thank you for the opportunity to review our proposals for the above Areas. We believe a true partnership has been developed over the time Mariposa has provided services to the City of Tustin. We are looking forward to continuing to meet your expectations. When the Areas were bid on March 19, 2019, Mariposa offered a discount of 2.50/0 if both Areas were awarded to our company. Following the interview meeting Monday the 15th Mariposa is willing to proceed with both contract areas for an increased total discount of 4% from bid forms submitted March 19, with some conditions-. Both parties acknowledge a level of deferred maintenance exists in many of the General Fund Areas. Mariposa intends to bring these areas into compliance with specifications and deliver on expectations of a positive image for the City of Tustin. It will be important to assess the issues, and develop a clear plan with you for repairs - especially irrigation. In order to accomplish this task, and as a condition to the discount offered above, Mariposa must have full control of staff allocations to bring General Fund Areas into compliance while maintaining quality in all other areas. Although staff positions, allocations and related head counts may be adjusted around the City to address issues, Mariposa intends to comply with the language and intent expressed at the top of page B-3 for both RFP Areas, The key to success will be performance that meets expectations. We all look forward to continue working with you and the City of Tustin, and embrace the challenge of this increased responsibility. Respectfully, David W. Hall, Vice President Business Development 4qq TEL 800 # 794 0 9458 - FAx 626 * 960 * 8477 a www.mariposa-ca.com 6232 SANTOS DIA Z ST., IRWINDALE, CA 91702 - CACONTRACTOR'SLIC #592268A,C-27,D-49 Our Core Values — Safety - Teamwork - Quality - Integrity M L L A R P 0 S March 11, 2019 Christine Zepeda Landscape Contract Supervisor Public Works Department City of Tustin 300 Centennial Way Tustin, CA 92780 RE: Landscape Maintenance Services for Landscape & Lighting Assessment District Areas Thank you for the opportunity to submit our proposal. Mariposa Landscapes, Inc. is the current contractor providing Landscape Maintenance services for Landscape & Lighting Assessment District Areas and we look forward to continue to provide these services for the City of Tustin. Mariposa Landscapes, Inc. has been in business over 40 years providing similar services for other cities and counties. Our attention to quality and detail is documented with a list of more than 95 award winning construction and maintenance projects that extends over 40 years. Our depth of knowledge and level of experience in our management and. supervisory personnel is unmatched by our competitors. Therefore, this enables us to be the most responsive firm that will continue to be committed to providing the best level of service for the City of Tustin. Certified Irrigators, Certified Landscape Technicians, Certified Arborists and a Pest Control Advisor are found throughout our field employee teams. All of our equipment is owned outright and maintained in- house with a staff of trained mechanics. We have met every financial obligation for over 40 years and have established a bonding capacity far in excess of any requirements across all business lines. In submitting this proposal, we acknowledge that we have a full understanding of the requirements and scope of work as detailed in the RFP documents. Our price reflects necessary labor, services, equipment, and material to perform the work. We have the ability to comply with all of the terms and requirements of the bid documents and the resulting contract. We have visited all of the sites and are familiar with the current conditions of each. If awarded both the Assessment Districts and General Fund. Areas Mariposa Landscapes, Inc. will offer a 2.5% discount for both contracts. We look forward in being the successful contractor in this proposal selection process once again, Respectfully, Terry Noriega, President <�19 TEL 800 a 794 a 9458 0 FAx 626 * 960 a 8477 a www.mariposa-ca.com 6232 SANTOS DIAZ ST., IRWIN DALE, CA 91702 - CACONTRACTOR'S LIC #592268AC-27,D-49 Our Core Values — Safety - Teamwork - Quality - 1ntegriftj Table of Contents APPROACHAND WORK PLAN..........................................................................................................3 TEAMORGANIZATION....................................................................................................................5 STATEMENT OF QUALIFICATIONS...................................................................................................7 STATEMENT OF OFFER AND SIGNATURE............................:.......................................................10 APPENDICES....................................................................................................... . ...11 APPENDIX "A" MAINTENANCE SCHEDULE......................................................12 APPENDIX "B" EQUIPMENT LIST ........................ . ..................................13 PROPOSALDOCUMENTS............ I .............. ...............................................................14 Our Core Values — Safety • Teamwork • Quality • Integrity AppLoadi and Work Plan Mariposa has reviewed the specifications thoroughly and Will adhere to the tasks that are detailed within them. We have visited all the sites and have a complete understanding of all the work that will be required of us. Mariposa has been performing similar work for other municipalities for over 40 years and believe we have a complete understanding of the work that will be required to perform per the specifications, Our numerous awards over the years have proven that we are more than capable of completing the job per the City requirements. Mariposa owns all of its equipment and maintains it in-house with a staff of trained mechanics. Repair trucks are also dispatched to perform off-site maintenance as well as emergency field repairs. Regular maintenance managed with computerized maintenance records and scheduling helps us to keep minimal down time on our entire fleet of trucks and equipment. We have numerous Certified Irrigation Tech:niciarts on staff and ongoing classes that we send the technicians to keep up to date on the new changes in the industry. Water conservation is very important to California in our future and ET Controllers and water audits. Mariposa is capable of installing the ET controllers and performing water audits (at an extra cost). Technical Approach 1) Project Startup and Quality Control Coordination Meeting The Project Estimator and the Account Manager review the project specifications and visit the project site(,$) to develop a. work plan for the completion of the project per specifications. A meeting including the Account Manager with key personnel responsible for carrying out the work, is held to discuss and coordinate how the project work will be performed. Prior to commencement of contract work we will thoroughly inspect and document every deficiency. After this is completed for each location, we will provide a detailed Est of every deficiency discovered. We will also include a detailed proposal for restoring the area to its original condition if applicable, 11 -ds will be the quickest and most cost effective way to bring the areas tip to the specified standards. During the meeting, the Account Manger commurdcates the work task quality requirements and reinforces heightened awareness for critical requirements. Topics for the meeting include: • Project requirements per specifications. • Record keeping documents and availability of necessary forms • Review methods, sequence of work tasks and timelh-te. 2) Preparatory Site Inspection The Account Manager performs a quality inspection of the work area and: • Assesses the required work to be done per specifications. • Verifies field measurements. • Assures availability of required equipment and materials to complete the project. • Identifies potential problems and develops an action plan to resolve them. 3) Scheduling Mariposa Landscapes, Inc. will submit a detailed schedule that includes all the routine activities. After subiTdssion and approval of this schedule, we will be ready to start work. 4) Labor Our proposal is calculated to provide full time employees on a year round basis. It is our goal to provide professional results. Therefore, we will assign the appropriate and trained crew force necessary to complete the specified activities in a professional and timely manner. To ad-deve the desired results, the appropriate labor will be assigned for every aspect of the work. Mariposa has in its employment licensed arborists that handle all tree work, inspections and quality control for the company, Our Core Values — Safety - Teamwork ® Quality • Integrity 5) Irrigation Maintenance Goal of the Irrigation Maintenance operation is to monitor the irrigation system by addressing foreseen problems and provide for standard adjustments and repairs to insure that the existing system works to its optimum level. A standard check includes turning on each valve and visually inspecting head coverage and operation. Monitoring includes a review of the watering schedule in the clock and making adjustments and repairs as necessary. Adjustments and repairs would include, adjusting and replacing remote control valves, heads, laterals, and monitoring system every day Monday thru Friday. A survey of the existing irrigation system will be performed within 30 days after the stark of the col _actt_,he survey report will address all deficiencies found and an estimate of the repairs will be submitted tot e Citof Rancho Mirage�Vlariposa will adhere to all local codes and ordinances regarding water conservation. Our goal is to provide t5i City with recommendations and consultation on how to save on water cost. b) Communication and Yard Location All communications will be routed through our main office and dispatch center in Irwindale. A 24-hour "goo" number will be provided. Mariposa Landscapes will use all of the current communication methods such as two-way radios and cellular phones. Our response time will meet or exceed the county's expectations. Our office is open for communications from 6:00am to 4;00pm, Monday -Friday and we are available 24 hours a day through the answering service to address emergency call outs. We have a full support staff of mechanics that can respond to emergencies immediately and a depth of replacement equipment that will allow us to stay consistent with our schedules. 7) Work in Process Quality Inspection For each work task, the Account Manager performs an initial work in process inspection when the first portion of the work activity is completed, The Account Manager performs ongoing work in process quality inspections to ensure that the work tasks continue to conform to the project quality requirements. S) Work Task Completion Inspection Completion inspections are performed for each work task before starting other work activities. Any outstanding punch items remaining after the work task completion inspection is deemed a nonconformance. 9) Control of Punch Items and Nonconformance Should a problem occur in the quality of work, we systematically contain the issue and quickly make corrections. We expedite a corrective action that brings the workmanship of material issue into conformance by repair, replacement, or rework. Previously completed work is re -inspected for similar non -conformances, In the event that we cannot meet contract specifications, the customer will be notified and customer approval of corrective action is required before proceeding, Mariposa Landscapes, Inc. systematically prevents recurrences to improve quality. First, management monitoring is put into place to assure work proceeds without incident. Then a structured problem solving process identifies the root of the causes and initiates solutions. Solutions may involve a combination of enhanced process controls, training, upgrading of personnel qualifications, and/or higher grade materials. Follow up ensures that a problem is completely resolved. Non-conformance and their resolutions are recorded on a Non -Conformance Report. Our Core Values — Safety • Teamwork • Quality • integrity 4 Team Or Zaniza,on The assigned Account Manager for this contract will be Jorge Pacheco and the Supervisor/Quality Control Manager will be Jose G. Juarez. They will be the prime contacts and will be responsible for coordinating all activities with the City of Tustiri. Both are of the utmost importance to us because they insure our quality control. In addition, they are responsible for dispatching equipment, providing supplies and insuring that all work operations are performed safely and within the guidelines of the contract. The Account Manager, Supervisor and Foreman are all equipped with. a cellular phone and radio communication. In a moment's notice we can respond to scheduling glitches or emergency situations. We can respond to any call related to performance within less than one hour. We support a full staff of mechanics within 30 minutes from the City of Tustiri. We have a great depth of back -Lip equipment that allows us, for the most part, to stay very consistent within our schedule. Our Corporate office is open for communication from 5:30 am to 4:30 pin Monday through Friday. We offer a 24-hour after hour's answering service with on call staff to address emergency call outs. Jose G. fijarP7 Our Care Values — Safety • Teamwork - Quality • Integrity R Indicates the number of employees, their job titles, their responsibilities for the contract work Job Titles N deer of per tions Emolple Oversees all work being performed for the City. Works close with the Supervisor and Foreman to Account Manager I make sure all daily tasks are completed. Ensures that all required equipment and supplies are available and delivered tothe city on time. Handles all project management, including Supervisor/ Quality overseeing all Mariposa personnel working in the Control Manager I city and will be the direct contact with the city inspectors. 'mill be responsible for all the mi cal appi i cations, This includes, post and pre -emergence weed control Pestictide Applicator I and any othertaskwhere an applicator is required. This person will report directlyto the Field Supervisor 'Will be responsible for all irrigation repairs and irrigation Techydicrans 2 monitoring -They wil I report directly to the Field Supervisor. Responsiblefor overseeing all Mariposa personnel 'working in the city and will be in direct contact with Foreman I the Supervisor as1well as Account Manager -They will also be responsible forthe weekly documentation as well as communicating work reports and hazardous conditions The laborers assigned to this contract will be Laborers 6 responsible for all routine and noxi -routine pruning tasks.Including, all pruning of shrubs and ground cover, edging, mowing and trash pickup.. Fireman will be responsibletD resolve landscape Fireman I issuesthat need immediate attention. They will be assigned with a truck and'a vehicle for mobilization and communication_ Theabove is an approximation on labor that has been adjusted to accommodate an average throughout the year. This is taking into consideration, increased demands during summer months and balancing thein with reduced scheduling during the winter, combining days of inclement weather. **No subcontractors will be used in performing the contracted work. Our Core Values — Safety - Teamwork - Qualiftj - Integrity 9 Statement of Qgaf cations Licenses & Certificates Contractors State License: 592268 C27,AC61ID49 Qualified Applicators License: 103864 ABCDEFH Pest Control Adviser License: 74416 ABCDEG Pest Control Business License: 30977 Irwindale Business License: 000538 Supplier Clearinghouse MBE: 94HSOOSO City of Los Angeles MBE: 561730 City of Los Angeles LBE. 37858 LA County MBE. 43914 LA Co. Agricultural Pest Control. 1000279 Certified Arbdrist: WE -1182A Firms Resume Landscape Maintenance Private, Commercial, Public Works and Homeowner Associations Large Scale Mowing Operations Chemical, Mechanical, and Manual Weed Control, Landscape Pest Control, Year-round Fertilization Application, 4 Preparation of Requests for Proposal, On-site Estimates Parking Lot Sweeping Tree Care V* On-site Diagnosis and Tree Work Recommendation, Consultative Services with Certified Arborists. 4- Development of Long-term Tree Care Programs. Large-scale Tree Trimming Removal. Diagnosis and Treatment of Tree Diseases and Pest Problems, Stump Grinding and Disposal of Trimmings, On-site Estimates Parking Lot Sweeping Landscape Construction Site Preparation, Demolition, Grading and Drainage, Irrigation Systems Installation, Repairs & Upgrades, Computerized irrigation Central Control Systems. Irrigation Pump Installation, Native Plant Restoration and Habitat Rehabilitation, 4- Hydro seeding, Sod planting. + Tree, Shrub, & Ground -cover planting. Hardscape Construction 0 Concrete Poured -in -Place, Reinforced, Stamped and Seat Walls. 0 Flagstone, Tile, Masonry and Block Walls. 0 Drainage and Overhead Construction. 0 Water Feature Pond Installation & Repair. • Monuments and Signage. • Low Voltage Lighting Design and Installation. Our Core VaZues — Safety - Teamwork - Quality - Integrity Contact: Steve Relph Title: Maintenance Supervisor Phone: (909) 477-2730 x 4116 Email: steve.relph@cityofrc.us Dates: 1989 - Current Contract Amount: $1,345,769.28 Address: 9153 9 St. Rancho Cucamonga, CA 91730 District Supervisor: Antonio Karraa _Account Manager Luis Melacio Description: Landscape Maintenance of Parkways, Medians, facilities and LMD's - Shrub, Groundcover, Vine, mulch and tree maintenance, Pest control and hardscape maintenance. Restroom, drinking fountains and Pipe chase maintenance. Contact: Mike Lopez Title: Landscape Contract Manager Phone (714) 647-3324 Email. mlopez5@santa-ana.org Dates: 2014 - Current Contract Amount: $882,.209.00 Address: 20 Civic Center Plaza Santa Ana, CA 92701 District Supervisor. Michael Williams Account Manager: Jorge Pacheco Descriptions: Pull Landscape Maintenance of City Parks and City owned facilities within Parks District 4 Contact: Dave Thompson Title: Streets Superintendent Phone: (626) 254-2709 Email: dthompson@ArcadiaCA.gov Dates: 2013 -Current Contract Amount: $470,880.00 Address:11800 Goldring Ave. Arcadia, CA 91006 District Supervisor: Luis¢Valenzuela - _.m Account Manager: Tony Valenzuela Description: Landscape Maintenance of City Parks, Medians, Parkways, Facilities and Water Facilities, Downtown 2000 Parking Districts 1 and 2, Transit Plaza Our Core Values — Safety • Teamwork • Quality - Integrity 0 r Personnel Resume Michael Williams District Area Manager • 31 years' experience in landscape management, Irrigation design and retrofit, Maintenance and Arbor care. • CPR and Safety trained • B.S. Ornamental Horticulture, Cal Poly San Luis Obispo • Qualified Applicator License: 133955 Jorge Pacheco — Account Manager • 26 years in landscape management, operations, maintenance and training • Qualified Applicator License: Category B • Certificate in Leadership and Quality Management Pose G.Juarez- Supervisor/Quality Control Manager • 15 years' experience in Landscape Maintenance supervision Pedro Lopez Moreno- Foreman • 9 years' experience Landscape Maintenance Abel Contreras- Pesticide Applicator • 16 years' experience in Maintenance and. Application Saul Renteria- Irrigation Specialist • 15 years' experience in Irrigation maintenance Lligio Rivera- Irrigation Technician • 10 years' experience in Irrigation maintenance Our Core Values — Safety • Teamwork • Quality • Integrity 0 Statement of Offer and Signature Mariposa Landscapes, Inc. has thoroughly reviewed all the site conditions. Our price reflects all the necessary labox, equipment and material to perform this work. All work will be performed in strict accordance with the specifications set forth in the Request for Proposal for Landscape Maintenance Services for Landscape & Lighting Assessment District Areas for the City of Tustin. This proposal is a firm offer and shall remain valid for a period of not less than 90 days from the date of submittal We look forward to being the successful contractor in this proposal selection process, Respectfully, Terry Noriega, Prksident Our Core Values — Safety - Teamwork - Quality - Integrity H AAp=dices Appendix "A" Maintenance Schedule Appendix "B" Equipment List Our Core Values — Safety • Teamwork • Quality • Integrity Appendix "N' City of 'Tustin Landscape Maintenance Services for Landscape Lighting Assessment District Areas Maintenance Schedule Turf Areas #af W-1 JANUARY w-4 W-1 FEBRUARY w-4 W-1 MARCH W4 W -1W-2 APRIL 1W.4 w-1 MAY W-4 W -s JUNE w-4 MowinoTasks -General Turf Frequendes W-1 W 2 W-3 W-4 W-1 W-2 W3 W-4 W-1 W-2 W3 I W-4 W-1 W-2 I W-3 W4 W-1 W-2 W-3 W -¢W -Y W-2 W 3 W-4 Mowing Tasks - General Turf 43 X X X X X X X x X X X X X Broadleaf Control 2 x year X X X X X X X X Aeratfons 3 x year X X verdcutBng 1 x year persoil test Turf Fenfilmtions per soil test asneeded Reseed Turf AreasZ s needed # of Frequencies w1 JULY W-2 W-3 W-4 W-1 AUGUST 1N-2 W-3 W-4 w1 SEPTEMBER W-2 w3 W-4 W-1 X W-4 W,-1 NOVEMBER I W-2 W-3 W-4 W-1 DECEMBER w2 I W-3 Shrubs & G C Areas # of Monthly JANUARY X X X FEBRUARY X X X MARCH X X X APRIL X X X MAY Ix X X JUNE X X X Frequencies W-1 W -Z I W-3 W-4 w1 W2 W-3 W,4 W-1 W-2 W-3 W-4 W-1 W2 W-3 W-4 W-1 W2 W.-3 W-4 —w--TT—w--2 FW3 W-4 Hedge and Shrubs Monthly X X X X X X X X Ix Ix X X X X X X Ix Ix X X X X X X Ground -cover Tfimming and Detoif Monthly X X X X X X X X}( X X X X X X x X X X X X X X X Post emergentapplicatlon Weekly X X x X X X X X x X X X X X X X X X X X X X X X Trees &Shrubs Safety Gearance as needed X X X X X X X X X Ix X Ix Ix X X X x X X X X X X X Irrigation System lnspecdons/Repairs 52 X X X X X X X X X X X X X X X X x X X X X X X General Tasks #Of as needed JANUARY X X X FEBRUARY X X x MARCH X X X APRIL x x MAY IX IX JUNE ix Ix Ix Frequencies W-1 W -z w-3 w-4 w-1 W-2 w-3 W-4 w-1 wz �+i3 W4 w-1 W-2 W-3 W-4 —W --77W2 - w-3 W-4 W -x W -2W-3 w4 LiiterCantraf 2xWeek X X X X X X x X X X X X X X X X X X x X X X Irrigation System Inspections/Repairs 52 X X X X X X X X X X X X X X X X X x Weed Control as needed X X X X X Ix Ix Ix X X Ix X X X X X X X x X Ix Ix X Ix Ix IX X IX ix X Turf Areas #of Frequencies W-1 JULY W-2 W-3 w-4 W-1 AUGUST W -z I w-3 w-4 W-1 SEPTEMBER I w-2 W-3 W4 W -1W-2 OCTOBER w-3 1W.4 w-1 NOVEMBER w-2 W-3 W-4 W -s DECEMBER W-2 w-3 w-4 MowinoTasks -General Turf 43 X X X X X x X X X X X X X x X X X X X X BroadleafCdntro! 2x year X X Aerations 3 x year vertfcutting Ixyear X Turf Fertilizations persoil test Reseed Turf Areas asneeded Shrubs & G.CAreas # of Frequencies w1 JULY W-2 W-3 W-4 W-1 AUGUST 1N-2 W-3 W-4 w1 SEPTEMBER W-2 w3 W-4 W-1 OCTOBER W-2 W3 W-4 W,-1 NOVEMBER I W-2 W-3 W-4 W-1 DECEMBER w2 I W-3 W-4 Hedge and. Shrubs Monthly X X X X X X X X X X X X X X X X X Ix X X X X X X Ground-Caver Trimming aad Detail Monthly X X X X X X X X X X X X X X X XX X X X X X X X Post emergentapplfCOGon Weekly X X X X X X X X X X X x X X X X X X X X X X X X Trees& Shrubs SafetyClearance os needed X X X X X X X X X X X X X x X X XX X X X X X X General Tasks #of FrequenCks W-1 JULY W-2 W-3 I W-4 W -S AUGUST I W2 I W-3 I w-4 W-1 SEPTEMBER I W -z I W-3 W-4 W-1 OCTOBER I w2 I W-3 W-4 I W-1 NOVEMBER I W-2 I W-3 T W-4 W-1 DECEMBER w 2 I W-3 1 W-4 letter Control 2 X Week X X X X x X X X Ix X Ix Ix X Ix Ix fX Ix Ix I X ix X ix ix X Irrigation System lnspecdons/Repairs 52 X X X X X X X X K X X X X X X X X x X X X X X X Weed Camra) as needed x X X X X X X x X X X X X x x IX IX IX ix Ix Ix Our Core Values – Safety • Teamwork + Quality • Integrity Ecruivment List —AD-DendixT" Equipment Type Quantity Description Supervisor Truck I Toyota Tacoma Irrigation Truck 2 Sma I I Pick up Trucks Crew Cab Truck 2 ton Chevy Crew Truck 11 Hino Customized ITon Crew cab %9/dumping bed and toot racks Equipment Trailer I .16' nighty Mover trailer with electric brakes Equipment Trailer I 63'x 10' Custom Landscape Tra i ler with tool racks and equipment Stora E e Mower I Exrnark Lazerz X with eGov and RED technology Mower 2 21" Mower w/ bagger Walk behind Dethatchers 3 3(YWaik Behind Walk behind Aerator 3 Classen 30" Walk Behind Aerator Bukpack Sprayer 4 Solo 475 Backpack sprayer Spray Tank 1 200 Gat. Custom Spray Tank Weed eater 3 Echo 265T Commercial string trimmer Blower 3 Echo P5755 Backpack Blower Turf Edger I Power Train 309 liedge Trimmer 5 Echo 0235 Power hedge shears chain Saw I Echo PT330 12" Chainsaw 1� * Equipment Type Quantity Description Supervisor Truk 42 Toyota Tacoma trrigation Truck 60 Sma I I Pick up Trucks Crew Cab Truck 65 %ton CheW Crew Truck 12 Hino Customized =lean Crew cab w/dumping bed and tool racks Equipment Trailer 35 IV Mighty over trailer with electric brakes Equipment Trailer 40 6.5'x 2O' Landscape Trailer with tool racks and equipment storage Mower at) Exmark Lazerz: X with eGov and RED technology Mower 75 21" Mower wl bagger Walk behind Dethatchers 25 3B" Walk Behind Walk behind Aerator 30 Classen 50" Walk Behind Aerator Backpiy-* Sprayer 125 Solo 475 Backpack sprayer Spray Tank -12 200 Ga 1. Custom Spray Tank Weed eater 150 Echo 265T Commercial string trimmer Blower 135 Echo PB755 Backpack Blower Turf Edger 60 Power Train 309 Hedge Trimmer 175 Echo 0235 Power hedge shears Our Core Values — Safety - Teamwork - Quality - Integrity 10 SECTION S PROPOSAL DOCUMENTS SECTION B PROPOSAL TO THE CITY OFTUSTIN, CALIFORNIA FOR LANDSCAPE (MAINTENANCE SERVICES FOR LANDSCAPE S LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June 30, 2021 Name of Bidder: Mariposa Landscapes, Inc. Business Address: 6232 Santos Diaz St. Irwindale, CA 91702 PhoneNurnber: (626) 960-0196 The work to be done and referred to herein is in the City of Tustin and is to be constructed in accordance with the plans, specifications and contract annexed hereto and also in accordance with the latest edition of the "Standard Specifications for Public Works Construction". The work to be done is shown upon plans and specifications entitled: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2018 —June 30, 2021 Said plans and specifications are on file in the office of the City Engineer, Tustin, California. A high level of service is expected with a minimum of daily service for complete landscaping services of all Landscape & Lighting Assessment District Areas as per the contract: TO THE CITY OF TUSTIN The undersigned, as bidder, declares that the only persons or parties interested in the proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of the contract, and the plans therein referred to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of Tustin, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction/maintenance, and to do all work and furnish all materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take full payment therefore at the following unit prices, to -wit: B-1 PROPOSAL FOR LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2019 — June SO, 2021 CITY OF TUSTIN ITEM NO. QUANT17Y UNIT DESCRIPTION UNIT PRICE ANNUAL TOTAL A. 12 Monthly Turf- Mow/Edge $ 11,524,00 $ 138,288.0 M 12 Monthly Turf Maintenance $ 3,500,00 $ 42,000.00 C. 12 Monthly Landscape Maintenance $ 17,100.00 $ 205,200.0 D. 12 Monthly Irrigation System Maintenance $ 18,000,00 $ 216,000.0 E. 12 Monthly Facility Maintenance $ 450.00 $ 5,400.00 Fn 12 Monthly Weed, Rodent & Pest Control $ 1,700.00 $ 20,400.00 G. 12 Monthly Hardscape, Bomande, etc (Clean-up) $ 3,500.00 $ 42,000.00 H. 12 Monthly Trash Pickup $ 1,240.00 $14,400,00 $56,974,00 $683,688.0 Annual Total $ 683,688.00 LUMP SUM PROPOSAL PER AREA: The following areas are to be considered for complete and Inclusive landscape maintenance as per the specifications and the individual attachments, The areas are representative and measurements are to be taken by the Contractor; however, boundaries are to be inclusive in your proposal item price, The areas are divided into 4 separate detailing weeks for the purpose of minimum detailing requirements. In addition, all other daily, weekly and monthly maintenance requirements must be met and completed in all 4 weeks each and every month, to the satisfaction of the City before the schedule is considered to be complete, and before the approval of the monthly payment for that month. A cycle will be considered four (4) fully complete weeks, with any additional days left over at the end of the month, to be used as extra days to do the final touch ups and complete any deficiency within that month, B-2 The City of Tustin requires the Contractor to furnish a qualified labor force, sufficient in number to complete all specified requirements in the prescribed time, and to furnish all materials and equipment to perform the expected high level of landscape maintenance throughout the contracted areas. Sufficient equipment shall be provided to assure no production interruption. The expected high level of maintenance means that all City of Tustin landscaped areas in this contract shall be maintained in a manner, which promotes a positive image for the City, and encourages a healthy, lush and aesthetically pleasing environment. The landscape shall be kept, on a routine basis, in a condition that indicates that the Contractor is being proactive in the regular maintenance and in compliance with the best horticultural practices and consistent with the expectations of the community for high quality, clean, weed free and attractive landscape. Note; The City Hall complex and the Main Street Reservoir site shall be kept in pristine condition. MINIMUM STAFF REQUIREMENTS Positions At a minimum, contractor shall provide one (1) full-time supervisor and eleven work Peribrmed Required Vehicle Location/Purpose (11) fulhtime positions as depicted in the table below: Refurbishment positions are additional. (1) Supervisor (1) Pickup truck All Contract Sites (1) Irrigation Specialist Include Irrigation (2) f=ully stocked trucks with wirri iniith gation controller All Contract Sikes (1) Inigation Technician System Monitoring and remfar Calsense Maintenance for and Vldeathermatic Calsense, Maxlcom, Weathermatic, Signature, and lCental (1) Mow Crew Driver Mowing/ Turf (1) Crew cab truck All Contract Sites (2) Mow Crew Laborers Maintenance (2) Detailed Maintenance Detailed Maintenance All Contract Sites' Laborers (1) Detailed Maintenance Detailed Maintenance (1) one -ton stake bed All Contract Sites Drivers /Leadworker trucks or equivalent (2) Trash Patrol Laborers General litter control, refuse removal, (1) one -ton stake bed trucks or All Contract Sites and grounds policing equivalent (1) Pest Control Operator with a valid QAL from the Pest Control Operations Fully stocked spray truck with a minimum 100 gallon All Contract Sites State of California tank: B-3 (2) Installation Maintenance Installation (1) one -ton stake bed Refurbishment Items Laborers People trucks or equivalent Rate (1) Installation Maintenance Drivers Installation (1) one -ton stake bed Refurbishment Items n.eadworker 1 trucks or equivalent $ 80.00 (1) Irrigation Technician Include Irrigation (1) Fully stocked truckwith irrigation controller Refurbishment Items Installation remotes for Calsense 1..6o,00 The following labor summary must be completed showing the minimum number of full time positions provided by the Contractor to perform the perpetual landscape maintenance services on a weekly basis. Additionally, City staff will evaluate proposals to insure that a satisfactory number of positions have been provided for by the Contractor to insure a high level of landscape maintenance throughout the City. Please designate the number of full time employees that have been included in your proposal for this Contract. It is understood that additional positions/personnel may be required to meet standards if necessary. Additionally, please provide a work schedule indicating how you will complete the monthly maintenance cycle, utilizing your staffing levels indicated below. Please show the number of personnel and hours provided on a weekly basis for each category below: 0 No. of Total Weekly Hourly People Hours Provided Rate I. Supervisor/Quality Control Manager 1 40 $ 80.00 II, Pesticide Applicator(s) 1 30 1..6o,00 III. Irrigation Technician(s) 2 80 $ 60.00 IV, Foreperson(s) 1 40 $ 50,00 V. Landscape Laborers 6 240 $ 40.00 VI. Fireman (To resolve daily City hot issues) 1 40 $ 55.00 Total Full Time Positions Proposal 12 *Average, labor will flex to accommodate seasonal growth periods. Total Weekly Hours Provided 470 0 Landscape Maintenance Contract LANDSCAPE & LIGHTING ®CSFccMr KIT nICTRIrT ADCAC UNIT COST SQ. ITEM FEET) PER TOTAL PRICE 1V0. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From EI Camino Real to Parkview Landscape & A-1 Browning Avenue East Parkway 1 Parkway Hardscape 181,900 4.18 $ 3'715.40 $44,580.00 From Parkview to Bryan Avenue Landscape & A-2 Browning Avenue East Parkway 1 Parkway Hardscape 19,330 0.44 $ 395.40 $ 4,740.00 From 800' WO Bryan Avenue to Landscape & A-3 Browning Avenue 1300' 5/O Irvine {East) 1 Parkway Hardscape 24,270 0 S6 $ 496.00 $ 5,952.00 From Browning Ave. to Parkcenter Landscape''& -4 Bryan Avenue Lane (South) 1 Parkway Hardscape 19,520 0.45 $ 399.00 $ 4'788.00 From Parkcenterto Tustin Ranch Landscape & A-5 Bryan Avenue Rd. (South) 1 Parkway Hardscape 21,070 0.48 $ 430.00 $ 5,160.00 From Heritage Way to Jamboree Landscape & A-6 Bryan Avenue Road (North) 1 Parkway Hardscape 16,320 0.37 $ 333.00 $ 3,996.00 From Myford Avenue to Heritage Landscape & -7 Bryan Avenue Way (North) 1 Parkway Hardscape 13,620 0.31 $ 278.00 $ 3,336.00 From Tustin Ranch Raood to Landscape & $ 765.00 $ 9,150.00 A-8 Bryan Avenue Myford Road (North) 1 Parkway Hardscape 37,470 0.86 From Parkcenter to Tustin Ranch Landscape & A-9 Bryan Avenue Road (North) 1 Parkway Hardscape 15,470 0.36 $ 316.00 $ 3,792.00 From 400' E/O Browning Ave to Landscape & A-10 Bryan Avenue Parkcenter Lane (North) 1 Parkway Hardscape 13,730 0.32 250'40 $ 3,360.00 From Tustin Ranch Road to 65' Landscape & A-11 Irvine Boulevard West of Robinson (South) 1 Parkway Hardscape 33,120 0.76 $681.00 $8,172 00 From Myford to 40' East of Landscape & A-12 Irvine Boulevard Robinson (South) 1 Parkway Hardscape 10,700 0.25 $ 219.00 $ 2,628.00 From Myford to 330' West of Landscape & A-13 Irvine Boulevard Jamboree Road (South) 1 Parkway Hardscape 22,600 0,52 $ 462'00 $ 5,544.00 From Robinson to Jamboree Road Landscape & -14 Irvine Boulevard (North) 1 Parkway Hardscape 34,930 0.80 $ 713.00 $ 5,556.00 From Tustin Ranch Road to Landscape & A-15 Irvine Boulevard Robinson (North) 1 Parkway Hardscape 30,500 1 0.70 $ 623.00 1$7,476.00 Landscape Maintenance Contract LANDSCAPE & LIGHTING r4SSFSSMFMT nlcTRirT ARPAC U NIT COST SQ. ITEM FEET] PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From 110` E/O Ranchwood to Landscape & A-16 Irvine Boulevard Tustin Ranch Road (North) 1 Parkway Hardscape 14,970 0.34 $ 306.00 $ 3,672.00 From Irvine Blvd. to Kinsman Circle Landscape & A-17 Tustin Ranch Road(East) 1 Parkway Hardscape 24,000 0.55 Landscape & A-18 Tustin Ranch Road From OCFC to Lagier (East) 1 Parkway Hardscape 9,170 0.21 $ 187'00 $2,2 44'00 Landscape & -19 Tustin Ranch Road From Lagierto Heritage (East) 1 Parkway Hardscape 13,070 0.30 $ 267'00 $ 3,204.00 From Irvine Blvd. to Greenway Landscape & A-20 Tustin Ranch Road (East) 1 Parkway Hardscape 23,140 053 1 $ 473.00 $ 5,676.00 Landscape & A-21 Tustin Ranch Road From Greenwayto La Colina (East) 1 Parkway Hardscape 19,690 0.45 $ 402.00 $ 4,824.00 From La Colina to Golf Course Landscape & A-22 Tustin Ranch Road (East) 1 Parkway Hardscape 15,890 0.36 $ 325.00 $ 3,900.00 From the Golf Course to Gallery Landscape & A-23 Tustin Ranch Road Way (East) 1 Parkway Hardscape 14,240 0.33 $291.00 $ 3'492"00 From Gallery Way to Rawlings Landscape & -24 Tustin Ranch Road (East} 1 Parkway lHardscape 21,930 1 0.50 $448.00 $5,376.00 From Rawlings to South of Portola Landscape & A-25 Tustin Ranch Road (East) 1 Parkway Hardscape 26,060 0.60 $ 532.00 $ 6,384.00 From tustin Ranch Road to Jamboree Road (Including Regional Landscape & $ 685.00 $ 8,220.00 A-26 Portola Parkway Trail) (South) 1 Parkway Hardscape 33,541 0.77 From Pioneer Way to Jamboree Landscape & A-27 Tustin Ranch Raad Road (West} 1 Parkway Hardscape 25,000 0.57 $ 511.00 $ 6,132.00 From Tustin Ranch Road to Pioneer Road (Including Regional Landscape & $ 837.00 $ 10,044.00 A-28 Tustin Ranch Road Trail)(South) 11 Parkway ISlope 41,000 0.94 From Portola to Pioneer Way Landscape & -29 Tustin Ranch Road (Including Regional Trail) 1 Parkway Hardscape 71,340 1.64 $ 1,457.00 $ 17,484.00 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSES -MERIT n1STRIrT AOVAC U NIT COST SQ. ITEM TILOCATION FEET) PER TOTAL PRICE NO. NAME LOCATION_ DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From Township to 350' N/0 Landscape & A-30 Tustin Ranch Road Rawlings (West) 1 Parkway Hardscape 44,620 1.02 $911.00 $ 10,9.32.00 Landscape & -31 Tustin Ranch Road From La Colina to Township (West) 1 Parkway Hardscape 20,360 0.47 $416.00 $ 4,992.00 11-a From Tustin Ranch Road to West Landscape & A-32 Colina City Limits (North) 1 Parkway Hardscape 10,020 0.23 $ 205.00 $ 2,460.00 From Tustin Ranch Road to West Landscape & A-33 La Colina City Limits (South) 1 Parkway Hardscape 10,020 1 0.23 $ 205.00 $ 2,460.00 Landscape & A-34 Tustin Ranch Road From Adams to La Colina (West) 1 Parkway Hardscape 19,920 0.46 $ 407.00 $ 4'$84°00 From Irvine Boulevard to Adams Landscape & -35 Tustin Ranch Road (West) 1 Parkway Hardscape 22,220 0.51 $ 454.00 $5,44$.00 From Palermo to Irvine Boulevard Landscape & A-36 Tustin Ranch Road (West) 1 Parkway Hardscape 9,320 0.21 $190.00 $ 2,280.00 Landscape & -37 Tustin Ranch Road From Parkcenterto Palermo (West) 1 Parkway Hardscape 12,600 0.29 $ 257'00 $ 3'0$4'00 Landscape & -38 Tustin Ranch Road From OCFC to Parkcenter (West) 1 Parkway Hardscape 20,590 0.47 $ 421.00 $ 5,052.00 From Bryan Avenue to EI Camino Landscape & 4-39 Tustin Ranch Road Real (West) 1 Parkway Hardscape 18,970 0.44 $ 387.00 $ 4,644.00 From EI Camino Real to 1-5 Freeway Landscape & 4-40 Tustin Ranch Road (West) 1 Parkway Hardscape 24,340 0.56 497.00 $ 5'964'00 1440 feet N/0 Tustin Ranch Road Jamboree Road (Centerline) to City Limits East Side Slope Landscape & $ '15.442.00 $185,304.00 A41 (Landscaped Area) Slopes & Parkway 1 Parkway Slope 756,000 17.36 1440 feet N/O Tustin Ranch Road $ 5,995.00 $ 71,940.00 Jamobree Road (Natural (Centerline) to City Limits East Side Slope Landscape & -42 Area) Slopes & Parkway 1 Parkway Slope 293,500 1 6.74 m 00 Landscape Maintenance Contract LANDSCAPE & LIGHTING ®sSFSSMFRIT nICTRIPT ®RIPAC UNIT COST SQ. FEET) PER TOTAL PRICE OCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ„ FEET ACRES MONTH ANNUALLY oree Road From North City Limits to 610' scaped Area) South to blockwall (West) 1 Parkway Landscape 103,000 2.36 $2,104.00 $25,248.00 F-46Jamboree From Pioneer Road North to 610' Landscape & oree Road S/O City Limits (West) 1 Parkway Hardscape 25,390 0.58 $519.00 $6,228.00 From Patriot to Pioneer Road Landscape & oree Road (West) 1 Parkway Hardscape 54,000 1.24 $1,103.00 $13,236.00 From Tustin Ranch Road to Patriot Landscape & Road (West) 1 Parkway Hardscape 85,290 1,96 $ 1,742.00 $ 20,904.00 Between Pioneer Road & Jamboree Landscape & $2 23.00 $ 2,676.00 A-47 Paseo Road (South including sidewalk) 1 Parkway Hardscape 10,900 0.25 From Champion to Portola (West Landscape & -48 Jamboree Road including Regional Trail) 1 Parkway Hardscape 43,800 1.00 $ 895.00 $ 10,740.00 From Peters Canyon Wash Bridge to Champion (West including Landscape & $ 846.00 $ 10,152.00 A-49 Jamboree Road Regional Trail) 1 Parkway Hardscape 41,400 0.95 Robinson to Peters Canyon Wash Landscape & -50 Jamboree Road Bridge (West) 1 Parkway Hardscape 4.2,750 0.98 $ 873-00 $10,476.00 Lanscape & A-51 Jamboree Road From Irvine to Keller drive (West) 1 Parkway Hardscape 13,480 0.31 $ 275.00 $ 3,300.00 From Bryan to 50' S/O Tustin Ranch Landscape & .. A-52 Jamboree Road Plaza (West) 1 Parkway Hardscape 17,430 0.40 $ 356.00 $4, 272.00 East parkway of Tustin Ranch Road from Jamboree Road to Portola, Westside of Jamboree from Tustin $1,603.00 $ 19,236.00 Ranch Road to Portola, Northside Jamboree/Tustin Ranch of Portola from Tusin Ranch Road 3 Parkways Landscape & A-53 Road/Portola to Jamboree Triangle Hardscape 78,500 1.80 Landscape Maintenance Contract LANDSCAPE & LIGHTING ASSESSMENT nKTRirT AIZFAC 1P Totals 2,789,172 1 64.02 1 $ 56,974.00 Is 683,688.00 UNIT COST SQ. ITEM FEET) PER TOTAL PRICE NO. LOCATION NAME LOCATION DESCRIPTION TYPE MAINTENANCE SQ. FEET ACRES MONTH ANNUALLY From Peters Canyon Regional Park to Pioneer Road (Including Landscape & $1,797.00 $21,564.00 A-54. Peters Canyon Trail Regional Trail) 1 Parkway Hardscape 88,000 2.02 110' East of Ranch Wood to Tustin Landscape & A-55 Irvine Boulevard Ranch Road (South) 1 Parkway Hardscape 18,200 0.42 $ 372.00 $ 4,464.00 Peters Canyon Trail Landscape & -56 (Phase V) Trail Hardscape 16,450 0.38 $ 336.00 $ 4,032.00 Residential A-57 12061 Valhalla Drive Residential House House Landscape 19,602 0.45 $ 400.00 $ 4,800.00 ese en oa A-58 111781 Outlook Lane Residential House House Landscape 20,909 0.48 $ 427.00 $ 5,124.00 1P Totals 2,789,172 1 64.02 1 $ 56,974.00 Is 683,688.00 REFURBISHMENT ITEMS Irrobwams: Proposers may submft pdcing Information on VWr awn forms but Mis Prgaasal Offer Form must also be completed. UNIT PRICES A. The Contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the Contract Sum shall be adjusted in accordance with the following unit prices, where the City elects to use this method in determining costs. B. Contractor is advised that the unit prices will enter into the determination of the contract award. Unreasonable prices may result in rejection of the entire proposal. Unit prices listed below refer to all services and include all costs connected with such items; including but not limited to, materials, labor, overhead, insurances and profit for the Contractor. C. The areas .grayed out below are not to be counted in these totals but may be used for extra work should the City request it. D. All equipment needed for the installation these items shall be included in the unit prices. E. The unit price quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. K All work shalt be performed in accordance with the specifications described in the RFP. G. Plant installation unit prices shall include appropriate amounts of soil amendments and fertilizer tabs. ITE M PRODUCTIDEWFUP'TION NN. QTY. TYPE COST TOTAL COST POCa Connection Product 1 Calsense Controllers 1 Ea. $7,600M $7,500.00 2 -LR Local Radio Communication Option 1 Ea. $2,500,001$2, 500,00 3 -RRe Enhanoed Radio Remote Receiver Board 1 Ea. $ 600.0D 1$500,00 4 TP -1 Controller Station Transient Protection Board 1 Ea. $ 650.0D 1$660.00 5 TP -110 AC Line Protection 1 Ea. 260M $ 250.00 8 LR-Dame-RRe Local Radio and Radio Remote Enhanced Dome 1 Ea. $ 350.00 $ 350.00 7 ANT -CABLE -RR -B Calsense integrated radio remote receiver RlRR antenna cable, 8' yellow 1 Ea. $150.00 $ 150.00 8 ANT -CABLE -1-R-6 Local radio V antenna cable, blue 1 Ea. $ 300.00 $ 300.00 9 Calsense Flour Meter FM 1.258 1 Ea. $1,200.00 $1,200.00 W1 10 2" Griswold NIC 2250RE Pressure Reducing/ Surge Anticipating I Ea. $1,200.00 $1,200.00 11 2" Hayward Eaton 072 SS Simplex Basket Strainer 60- Mesh 1 Ea. $3,000.00 $3,000.00 12 Wilkens 2" 975XL RP Bactdlow Preventer 1 Ea. $1,700.00 $1,700.00 13 Sentry Valve Guard SV200-20 I Ea. $ 300.00 $ 300,00 14 Carson/Oldcastle 091018" Depth Round Valve Box (F.S.) 1 Ea, $ 500.00 $ 500.00 15 CarsonfOldcastle Vaults L Series 2448-18 w/4bft,T corner 1 Ea. $1,000.00 $1,000.00 16 Brass Ball Meter Vales (Keyed) 1 Ea. $ 800.00 $ 800.00 17 Brass Bal Valve 2" 1 Ea. $100.00 1$100.00 Pedestals 18 Me ers MEUGI6X 1201240V I Es. $4 OOO.Oa 1$4, 000.00 12j Movers MEUG46X 1201240V 1 1 Ea. $7 500,00 $7 500.00 Valve $ Flow Sensor Runs E20 E21 7renchin - 8" Wide b 18" Dee 12,000 L F. $ 0,75 $9 000.00 1 Wring 66,000 1 L.F. 1$0.30 T$-18,000.00 Mainline 22 Trenching 8" Wide 24" Deep 12,000 1 L.F. 1$1.00 IS12M0.00 23 2112" Sch. 80 PVC POC 1 000 L.F.*jjEj $6,000.00 24 2112" Sch. 40 PVC 92 000 L.F. $30 000.00 25 4" Sch. 40 PVC Sleevi 300 L.F.00 $1,500.00. Lateral Llne 26 Trenchin 8" Wide ty 12" Deep L.F. $ 0.60 $13,800.00 27 1112" Sch. 40 PVC 23 000 L.F. $ 1.25 $28,750.00 Pedestal Footing R&R 28 !Leyem MEIIGI.6X 1201240V 1 Ea.1$4,00-07070$4,000.00 29 Meyers MEUG46X 12=40V 1 Ea. 1$7,500.001$7,500,00 lrri on Zone Valves 30 Rain Bird 200 EFB-CP-R Valve 1 1 Ea. $ 650.00 $ 650.00 31 Rain Bird XCZ-150-PRB-COM 1 Ea. $ 800.00 $ '800.00 InIgatkm HeadclNozzles 32 Rain Bird RD12SP30FN 1 Ea. $ 35.00 $ 35.00 33 Rain Bird MPR Series Nozzles 1 Ea. $ 1.50 $1.50 34 Rain Bird SQ Series Nozzles 1 Ea. $ 2.00 $ 2.00 35 Rain Bird HE -VAN Series Nozzles I Ea. $ 2.00 $ 2..00 36 Rain Bird R -Series Rota Nozzles 1 Ea. $ 8.00 $ 8.00 37 1 Rain .Bird R VAN Series Rotary Nozzles 1 Ea. $ 9.00 $ 9.00 38 1 taunter I-20-12 shrub rotor° 1 I Ea. 1$60,00 1$60.00 Dri line 39 1 Rain Bird XFS4)6.12-XXX 1 200 000 1 LF. $ 1.25 $250,000.00 Wars TracingfFault Locatln Ir 40 racin 5 000 LF. $ 1.00T$-750-0000. Miwmllarwous IrrImMon Parte 41 2" Griswold NIC 2250 PIN 520 1 Ea. $ 100.00 $ 100,60 42 2" Griswold NIC 2250 PIN 6347 1 Ea. $ 125.00 $125.00 43 2" Griswold NIG 2250 PIN 8528 1 Ea. $125.00 $ 125,00 44 2" Griswold NIC 2230 PIN 2 -PV -2 1 Ea. $ 160,00 $ 160.00 45 1 Carson/Oldc:astle 1200 Jumbo Rectangular 1 I Ea. $ 125.00 $125.00 46 Carson/Oldcastle 091010" Depth Round Valve Bax Q.C. 1 Ea. $ 100.00 $ 100.00 47 1 Rain Bird 200 EFB-CP Valve Replacement Diaphragm 1 Ea. $ 50.00 $ 50.00 B-11 48 Rain Bird 2QD-PESB Valve Replacement Diaphragm 1 Ea, $ 250.00 $250.00 49 Rain Bird QC 33-DLRC 1 Ea. $ 150.00 $ 150.00 50 Replacement Solenoid for PGA, PESB, PIESS-R, EF'B and GBA Valve 1 Ea. $ 150.00 $ 15D.00 51 Rain Bird PRS-Dlal Pressure Regulator 10 Eammmmmh� $ 100.00 $1,000.00 Plant Material Installed Minimum "G" Rated --. 52 1 Ground Cover 2,200 50 C $ 30,00lat $66,000.0.0 53 One Gallon 15 000 Ea. $ 10.00 $150,000.00 54 Seven Gallon 6,000 Ea. $ 65.00 $390 DD0.0 55 Install Mulch 2,000 C.Y. $ 48.00 $96 000,00 56 Rototill 205 000 S.F. 1$0.01 $205000 57 Soil Test6 Ea. $ 250.00 $1 500.00 58 Planting Soil 40 000 G.Y. 1$20,00 $80o,000.00 Labor & Equipment 59 Landscape Maintenanoe Supervisor 1 Hour 60 Pest Control icator 1 Hour 61 lffkwdon Specialist 2080 Hour $ 60.00 $124,800.00 62 Landscape Maintenance Leadworker 2080 Hour $ 50.00 $104,000,00 63 Equipment O r 1 Hour 64 LandscaE2 Maintenance Laborer 8 320 Hour $ 40.00 $332,800.00 65 One -Ton Tnx�e 8,520 Haur $ 18.00 $149,760,0 B-12 PROPOSAL/EXTRA WORK COSTS 1. Extra work costs - The following are unit prices for extra work to be used by the City on as as -needed basis A. Turf Maintenance 1. Edge & Trim $2.007 /if 2. Fertilization $L. 0 _18 /8f 3. Aerficadon $ 0.01 /sf` 4. Dethatching $ 0.02 /sf 5. Weed Control $L.02 /sf 6. Additional Mowing $ 0.009 /sf B. Ground Cover, Shrub and Tree Maintenance 1. Edge & Trim $0,02 /if 2. Weed & Clean-up $2.02 /s{ 3. Soil Injections $1,00 /sf 4. Follar Applications $ 3.00 /s{ 5. Tablet or dry formulations placement $2. 0 -1 /sf 6. Pruning/Shrubs $ 0.02 /each 7. We Care $100,00 /each 8. Vertical Mulch Trees $ 650.00 _jeaoh 9. Vegetation Removal $ 0.25 /sf C. Plant Material (installed including labor) 1. Annual Color $.L. /flat 2. Ground Cover $.L0. 0 0 / 3. One (1) Gallon $10.00 /each B-13 4. Five (5) Gallon $ 45.00 /each 5. Fifteen (15) Gallon $100.00 /each 6. Seeded Turf $ 0.25 /sf 7. Sodded Turf $ 2.00 lsf 8. Stolonized Turf $10 —0 Jsf D. Irrigation Installation (including all labor, fittings & equipment) 1. 1l2" Valve— Electric 2. 314" Valve - Electric 3. 1"Valve - Electric 4, B" Pop-up 5. 12" Pop-up B-14 $110.00 /each $130.00 /each $160.00 /each $ 40.00 /each $.65.00 /each The undersigned understands that the foregoing quantities are approximate only, being given as a basis for the comparison of proposals and the City of Tustin does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work as may be deemed necessary or advisable and in the best interests of the City by the Engineer. In case of discrepancy between the unit price and the total amount for a contract item, the unit price shall prevail. The basis for determining the low proposal shall be by correctly multiplying the number of units by the unit price proposal to calculate a total amount for each contract item and obtaining a total proposal by correctly adding together all contract item total amounts. If a unit price is not legible or is missing, the total amount for the contract item shall be divided by the approximate quantity of units to arrive at the unit price proposal. If both the unit price and total amount for a contract item are left blank, then the entire proposal shall be rejected. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and to furnish the two bonds in the amounts required, with surety satisfactory to the City of Tustin, and the required Certificate of Insurance with endorsements within ten days, not including Saturdays, Sundays and legal holidays, after the date of the Notice of Award from the City Engineer, the City of Tustin may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of Tustin. The undersigned bidder hereby acknowledges that he/she understands the bonding requirements of the City of Tustin, which, per City Code, states that the surety company must be duly authorized to issue such bonds or insurance in the State of California. The Certificate of Insurance with endorsements must be with a company of A.M. Best's Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers" compensation insurance with a company of A.M. Best's Key Rating of Grade 8- or better and Class VII (seven) or better, or offered by State Compensation Fund is acceptable, Contractor shall provide to the City within ten working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements, which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the proposal guarantee and City will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and City will not consider waiving insurance requirements. There are no exceptions. ACCOMPANYING THIS PROPOSAL IS Bidders Bond (NOTICE: Insert the words "Cash ($ 11,"Cashier's Check", "Certified Check", or "Bidder's Bond", as the case may be in the amount equal to at least ten percent of the total proposal.) B-15 The names ofall persons interested inthe foregoing proposal as principalsoreemfdlovVs:~�_~� Mariposa Landscapes, Inc. Terry Noriega, President Antonio Velenzuela.Secretary Theresa Lu, Chief Financial Officer IMPORTANT NOTICE: If the bidder orother interested person is acorporatVO. state |e0m/ name of corporation and names of the prea|dent, secretary, treasurer, and manager thereof; if a co- partnership, state true name of firm and names ofall individual co-partners composing firm; if the bidder orother interested person iSanindividual, state first and last names infull. Mariposa Landscapes, Inc. Terry NVrieQo, President Antonio Va|enzuek3,Secretary Theresa Lu, Chief Financial Officer Signed: Terry Noriega Title: President Date. 03/05/2019 NOTE: If the bidder is a corporation,the legal name of the corporation shall be setforth above, together with the signature ofthe officer orofficers authorized t0sign contracts oDbehalf ofthe corporation; ifthe bidder |oa co -partnership the true name nfthe firm shall beset forth above, together with the signature of the partner or partners authorized to sign contracts on behalf of the co -partnership; and if the bidder is an individual, his signature shall be placed above. If signature h;bvonagent, other than anofficer ofa corporation orgmember ofoco-pmrtnersbip.oPower of Attorney must be on file with the (}hy of Tustin prior to the evaluating or submitted with the proposal; otherwise, the proposal will be disregarded as irregular and unauthorized. Business Address MH The proposal shall list the name and address of the place of business of each subcontractor required to be listed by the provisions in Section 2-3 "Subcontractor„ of the Standard Specifications to whom the Bidder proposes to subcontract portions of the work. LIST OF SUBCONTRACTORS Name, Address & Telephone No, of Subcontractor NIA Type of Work to be Done by Subcontractor NIA B-17 Percentage of Work NIA The Undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter (attach additional paper as needed), SUBMITTED BY: Mariposa Landsca.pes, Inc. CORPORTATION C—A NAME: Terry Noriega PARTNERSHIP 0 ADDRESS: 6232 Santos 11az St Inalodale (Aq17Q9 INDIVIDUAL 0 PRINIPAL OFFICE: 6232 Santos Diaz St. Irwindale, CA 91702 OTHER El 1. Bidder must submit a list of five (5) references in the Southern California area that indicate he has successfully completed (within the last three years) or is presently engaged in similar type of work, that are at least of equal size and scope. The following is to be included with proposal: A. Name and Location of Each Reference Name and Phone Number of Contact Person (familiar with project) Contract Amount Scope of Work with Proposal Item Amounts. Please refer to RFP for list of references B. Submit a summary of all claims made in the last five (5) years on the aforementioned projects: N/A Name of Claimant Amount of Claim Nature of Claim Final Status of Claim 2. Largest number of personnel in the past five (5) years. Number of Employees 432 in CA Year_ 2017 3. Resume of type of work in which your firm possesses experience. Please refer to RFP for resume 4. How many years has your organization been in business? 42 yrs A. Number of years company has provided Landscape Maintenan Services: 42 yrs i B. Number of years company has provided Landscape Maintenance Services for Public Agencies: 42 yrs__ ME 5. How many years has your organization been in business under its present business name? 42 yrs A. Under what other or former name(s) has your organization done business? Mariposa Horticulture Enterprises, Inc. 6. If a corporation, answer the following: A. Date of Incorporation: 10102/1989 B. State of Incorporation: California C. President's name: Terry Noriega _ D. Vice-president's name(s): NIA E. Secretary's name: Antonio Valenzuela F. Treasurer's name: Theresa Lu 7. If an individual or a partnership answer the following: A. Date ofOrganization: NIA B. Name and address of all partners (State whether general or limited partnerships): N/A 8. if other than a corporation or partnership, describe organization and name principals: N/A 9. List states and categories in which your organization is legally qualified to do business. Indicate registration or license numbers if applicable. List states in which partnership or trade name is filed. California, License No. 592268, Classification: C27, A, C61ID49 Arizona, License No. R®C246041, Classification: K-21 L3E 10. Describe the work your organization normally performs with its own forces: Landscape Maintenance, Landscape Construction, Tree Service and Hardscape Installation I 1. Have you ever failed to complete any work awarded to you? If so, note when, where and why: No 12. Within the last five (5) years, has any officer or partner of your organization ever been an officer or partner of another organization when it failed to complete a construction contract? If so, attach a separate sheet of explanation. 0 13. Total Quality Management: What is your company's plan to insure compliance with the oontract specifications and insure quality work? Prior to the start of the contracted work our assigned Account Manager, along with key personnel, will hold a meeting to discuss and coordinate all project details and requirements. They will also conduct a walk through of the work area to identify any potential problems and will develop a plan to resolve them. A detailed schedule will be submitted to the City for approval noting all activities prior to commencing the project. 14. Equipment: A. List the types of primary vehicles/equipment and number of each to be assigned to this contract, Please refer to RFP for Equipment list B. Note any equipment, which will also be used on another contract. N/A C. List the back-up equipment assigned to this contract to assure no production interruption. Please refer to RFP for back-up Equipment list M11 15. Personnel: A. Number of employees committed to Landscape Maintenance Operations • Supervisors • Irrigation Technicians • Foremen • Pesticide Applicators • Landscaper Laborers Fireman 27 26 102 6 167 2 List total number of employees to be assigned to this contract. 12 employees C. Who will be the Contractors Representative with the City? Jorge Pacheco/ Michael Williams D, What is his/her background? I Please refer to RFP for Resum6 E. What Is his/her education? Please refer to RFP for Resume Signed By: Title: President of blank'fbrm provided in this section.) M A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On '3( tL-11 \Cl before me, Dbte Here Insert Name and Title of the Officer personally appeared I N -Ar',' t (, 4 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(o) whose name(!) is/apo subscribed to the within instrument and acknowledged to me that heloeltvy executed the same in his/h,&/their authorized capacity(i"), and that by his/hpr/t4eir signature(s) on the instrument the person(v), or the entity upon behalf of which the person(a) acted, executed the instrument. D. JONES Notary Public - California Los Angeles County Z Commission # 2185491 MY Comm. Expires Mar 29, 2021 Place Notary Seal Above 7101=111006 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESShanc�and official seal. Signature \M — SignatuWof Notary Public Title or Type of Document.C Date: I oLu Pl(�Nl� l � Document Number of Pages: I Signer(s) Other Than Named Above: Capacity(les) Claimed by SignGr(s) Signer's Name: Tfv-1 f\jorie6� n(Corporate Officer— Title(s): pats it • Partner - o Limited o General • Individual o Attorney in Fact • Trustee Ei Guardian or Conservator Conservator o Other: Signer is Representing: B-30 Signer's Name: • Corporate Officer — Title(s): • Partner - Ei Limited c General • Individual o Attorney in Fact • Trustee o Guardian or o Other: Signer is Representing: **TEN PERCENT THE AMOUNT BID IN DOLLARS (10%)** BIDDER BOND CITY OF TUSTIN STATE OF CALIFORNIA KNOWN ALL MEN BY THESE PRESENTS, that we, Mariposa Landscapes, Inc, as PRINCIPAL, and Hartford Fire Insurance Company as SURETY, are held and firmly bound unto the City of Tustin, hereinafter called the CITY, in the penal SUM OF TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of Tustin for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ ** THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above-mentioned bid to the City of Tustin for certain services specifically described as follows, for which bids are to be evaluated at Tustin, California At 10:00 A. M. on March 19, 2019 for the services of: LANDSCAPE MAINTENANCE SERVICES FOR LANDSCAPE & LIGHTING ASSESSMENT DISTRICT AREAS July 1, 2099 — June 30, 2021 NOW, THEREFORE, if the aforesaid Principal is awarded the contract; and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files two bonds satisfactory to the City, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue, B-23 In the event suit is brought upon this bond by the Obligee and judgment is recovered, the surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this 8th day of March A.D., 20 19 Mariposa Landscapes, Inc. (Sea[) (Seal) Principal Hartford Fire Insurance Company .. ........ _(Seal) J�jd,&A (Seal) MARY SMITH, Atto — -in-Fact (Seal) Surety ADDRESS: Hartford Fire Insurance Company One Pointe Drive, 6th, Floor, Brea, CA 92821 NOTE: Signatures of those executing for the surety must be properly acknowledged. (Use copy of blank form provided in this section.) B-24 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 3/8119 before me, Emily Preciado, Notary Public Date Here Insert Name and Title of the Officer personally appeared MARY SMITH Namef,sj of Signer(' who proved to me on the basis of satisfactory evidence to be the personw whose namej*y isl,are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hs/her/their authorized capacity(les-, and that by-his/her/their signature(s)-on the instrument the person()-, or the entity upon behalf of which the personW-acted, executed the instrument. EMILY PRECI�ADOI COMM. #2145,502 :r NOTAS,RyPOIX(r- CALIFORNIA �O LOAINAGELES COUNTY X Mycomm, Exp,"S Mar, I I 2020 Place Notary Seal Above Description of Attached Document Title or Type of Document: Number of Pages: _ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature S06-ture of Notary Public Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer - Title(s): • Partner - ij Limited o General in Individual u Attorneyjri.,F o Trustee i -6-h or Conservator Conservator n Other: Signer is Reap senting: FEW Signer's Name: • Corporate Officer - Title(s): • Partner- o Limited a,General • Individual o Attorney in Fact Ei Trustee o Guardian or o Other: Signer is Representing: ,direct Inquiries/Claims to; THE HARTFORD BOND, T-12 POWER OF ATTORNEY Hartford, onnetiPlaza cu 06155 Bon d.ClaimsAthehartford.com call, 888.266-3488 or fax; 880-757-5885 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOLTON & C014PA14Y ®�A Agency Code: 72-183250 Hartford Fire insurance Company, a corporation duly organized under the laws of the State o£Conneeticut Hartford Casualty Insurance Company, a corporation duty organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation. duly organized under the laws of the State of Connecticut 0 Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Com pany of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint up to the amount of Unlimited Steven, L. Brookmeyer, Barbara Doerning, Emily Preaiado, Maty Sm4th, Ronald C. rrianglin of PASADENA, CaLifornia their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Ay,�li Xrr goo 74�`a. a'197.��1� 3",^rtii�ai5' 6•�+si+i°' 4l Ik e John Gray, Assistant Secretary STATE OF CONNECTICUT SS, COUNTY OF HARTFORD On this 5th day of January, say: that he resides in the County described in and which executed t instrument are such corporate seals name thereto by like authority. Hartford M. Ross Plsher, Senior Vice President 2018, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations he above instrument; that he knows the seals of the said corporations; that the seals affixed to the said ; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his I, the undersigned, Assistant Vice President of the copy of the Power of Attorney executed by said Companies, Signed and sealed at the City of Hartford. TY i1G�i, tpO��7 t t POA 2018 katHeen T, Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2021 Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct which is still in full force effective as of March 8, 2019 xw�, It's 1 N�'����y���'' #`ranr�n��f4 4 �*ati11� '¢Y"x'.�Q4f1�;,•r. 1`18170'�d� rp'•� l� r �„ 'talars• rritua' i,1C—'" KeVln Heckman, Assistant Vice President A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State ofCalifornia ) County of �os Af%-,,cuc5 on 3itti kq before me, Date Here Insert Name and Title of the Officer personally appeared who proved tomemlthe basis mf satisfactory evidence to be the whose is/We subscribed to the within instrument and acknowledged to me that helskeltJ)dy executed the same iDhiS/�Oc/tVirauthorized his/hoAtWirsiQnoture(e)onthe instrument the person(s), or the entity upon behalf of which the person(* acted, executed the instrument. DJONES Notary Public —CalifOrni3 Los Angeles County Commission #12185491 My Comm. Expires Mar 29,2021 MIMI Place Notary SealAbove | certify under PENALTY OF PERJURY under the laws of the State ofCalifornia that the foregoing paragraph is true and correct, WITNESS my hand and official seal. Signatur4'�P K - Sign atuk-jf Notary Public Description of Attached Document Title or Type of Document: &�D 9.0r,41) N DocumentDate: Number of Pages: I Signer(s) Other Than Named Above: Capacityfles) Claimed by Signert Signers Name: 1,540,j lqof�QM &torporate Officer— Title(s): F(g6i0eyr • Individual o Attorney in Fact oTrustee oGuardhsD or Conservator Conservator oOther Signer |nRepresenting: Signer's Name: • Corporate Officer — Title(s): o ronnev-o Limited ouenenyx o|ndividVa| oAttorney [nFact oTruehse oGuardian or oOther: State of California To be executed by bidder and submitted with proposal. ss. County of Orange Terry Norlecia being first duly swom, deposes and says that he or she is President of Marip sa Landscapes, Inc. the party making the for oin bid that the bid is not made in th - 11 1 � i 1111 1111 1 1 on, irlpnizauon, 115 bepositoly, or to anj rnernuer or agent inereOT 10 enemllale a C011USIVe or sham bid. Terry Noriega Name of Bidder 17 ---i C�" 0,/u� Signature of Bidder - -Y 6232 Santos Diaz St. Irwindale, CA 91702 Address of Bidder Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank form provided in the section.) M A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State ofCalifornia County Los ) On befoname. Date Here Insert Name and Title of the Officer personally appeared T�P11-1 Nol&,ef-A Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence fob8the onl is/aFe subscribed k]the within instrument and acknowledged h}On8that executed the same in him/WAlieirauthorized napacity(ippa), and that by hio/h#r/thadr siQnadure(m�) on the instrument the person(s), or the entity upon behalf of which the person(g) acted, executed the instrument. Notary Public — Callibmia Los Angeles County Commission # 21 B5491 My Comm, Expires Mar 29,2021 Place Notary Seal Above Description of Attached Document | certify under PENALTY OFPERJURY under the laws ofthe State OfCalifornia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SignatureLL— �L Signature HANotary Public Title or Type of Document: NOIN CAu,,u,%(PJ AVtiQAjS Document Date: h bT S —WiZ D I S i bl,CD "3J/�/(q Number of Pages: I Signer(s) Other Than Named Above: c) Capacity(les) Claimed by Sig Signer's Name: o Individual o Attorney in Fact oTrustae oGuardian orConservator Conservator oOther Signer is Representing: Signer's Name: • Corporate Officer — Title(s): o|ndividmal o Attorney in Fact • Trustee o Guardian or oOther UTILITY AGREEMENT Honorable Mayor and City Council City Of Tustin, California Ladies and Gentlemen; The undersigned hereby promises and agrees that in the performance of the work specified in the .contract, known as the Landscape Maintenance Services for General Fun Areas (1)(we)(1t) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines, The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows; "Qualified Person A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements, The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 3111/2019 8-26 Mariposa Landscapes, Inc, Contractor Terry Noriega By President Title CONTRACTOR'S LICENSE DECLARATION (Business and Professions Code Section 7028.15) The undersigned declares that he or she is: President of Mariposa Landscapes, Inc. (Party making foregoing proposal) (Hereinafter the "Bidder") 1. Bidder's Contractors License Number is as follows: 592268 Classification: C27, A, C61ID49 2. The expiration date of Bidder's Contractor's License is April 30 —,20 20 3. Bidder acknowledges that Section 7028.15(a) of the Business and Professions Code provides as follows: "It is a misdemeanor for any person to submit a proposal to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefore, except" as provided in the referenced section. Executed on March 6 —, 20 1, at Irwindale, CA (Insert City & State where declaration is signed) r. Signature Terry Noriega Typed Name President Title Mariposa Landscapes, Inc, Name of Bidder This form must be completed, signed and submitted with the proposal (except for federally - funded state projects). �7 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract, Date: 3/11/2019 B-29 Mariposa Landscapes, Inc, Contractor Terry Norlega By President Title ATTACHMENT 7 Mariposa Best and Final Offer Dated, April 17, 2019 I L A N D S C A P E S I N C April 17, 2019 Christine Zepeda Landscape Contract Supervisor Public Works Department City of Tustin 300 Centennial Way Tustin, CA 92780 RE: Landscape Maintenance for Landscape & Lighting Assessment District Areas and General Fund Areas Thank you for the opportunity to review our proposals for the above Areas. We believe a true partnership has been developed over the time Mariposa has provided services to the City of Tustin. We are looking forward to continuing to meet your expectations. When the Areas were bid on March 19, 2019, Mariposa offered a discount of 2.5% if both Areas were awarded to our company. Following the interview meeting Monday the 15f, Mariposa is willing to proceed with both contract areas for an increased total discount of 4% from bid forms submitted March 19, with some conditions: Both parties acknowledge a level of deferred maintenance exists in many of the General Fund Areas. Mariposa intends to bring these areas into compliance with specifications and deliver on expectations of a positive image for the City of Tustin. It will be important to assess the issues, and develop a clear plan with you for repairs - especially irrigation. In order to accomplish this task, and as a condition to the discount offered above, Mariposa must have full control of staff allocations to bring General Fund Areas into compliance while maintaining quality in all other areas. Although staff positions, allocations and related head counts may be adjusted around the City to address issues, Mariposa intends to comply with the language and intent expressed at the top of page B-3 for both RFP Areas. The key to success will be performance that meets expectations. We all look forward to continue working with you and the City of Tustin, and embrace the challenge of this increased responsibility. Respectfully, David W. Hall, Vice President Business Development <�'q TEL 800 • 794 •9458 FAX 625 • 960 • 8477 www.mariposa-ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC M 59226$ A, C-27, D-49 Our Core Values — Safety • Tearnzoork • Quality • Integrity